Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract e � 'S 0r13 n c
Award Date: April 15, 2013 CAG- 13-037
Awarded to: High Mountain Electric, Inc.
11863 124th Avenue NE
Kirkland, WA 98034
' Award Amount: $131 ,838.00
Bidding Requirements,City of Renton
Forms, Contract Forms,Conditions of the
Contract, Plans and Specifications
Construction of:
Emergency Power for CCTF 2013
PROJECT NO.
WTR-27-3583
' Winter 2013
'
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: Mr.Tom Malphrus,P.E. (425)430-7313
MCI ITS
' City of �Y o
V
INV
d
' HIGH MOUNTAIN ELECTRIC, INC.
April 9, 2013
' CITY OF RENTON
Public Works Department
Utility Systems Division, 5th Floor
' 1055 South Grady Way
Renton, WA 98057
RE: Public Works Construction Contract CAG-13-037 Emergency Power For CCTF 2013 Project
' List of names, addresses, phone numbers, and emergency numbers for:
Responsible Officer
Lee Barnsley, President
High Mountain Electric Inc.
g ,
11863124 1h Avenue NE
' Kirkland, WA 98034
Office Phone: (425) 823-5600
Cell Phone: (425) 691-8716
Email: lee @highmountainelectric.net
' Job Foreman
Jason Kennedy
High Mountain Electric, Inc.
11863 124"Avenue NE
' Kirkland, WA 98034
Office Phone: (425) 823-5600
Bonding Agent
Trevor Harper
Conover Insurance, Inc.
' 125 N. 501h Avenue
Yakima, WA 98908
Direct Phone: (509) 972-7445
' Office Phone: (509) 965-2090
�I
11863 1241"Avenue NE, Kirkland,WA 98034—425.823.5600—www.highmountainelectric.net
F:4ou tt
ntain
Electric Inc.
usiness L:ICen e � �4 � � -
- C4 of
Expiration Date
nnual Out
01/31%2014`
1055 South Grady Way :Renton WA'98057-(425)A30-6851
Li:
n-1 s Location Issued Date License#
77 7777
1--1863 1:24TH'AVE NE 07/Q1/20fi3 BL033438
IRKtAND, INA 98034 Licensje has applied for a City of Renton business .
keens mFacco"rdance'uvith Renton=Municipal Code
(the C 3ce) Title'V Busme�s;.`Chapfer 5 Business
HIGH MOUNTAIN ELECTRIC INC`. License The Licensee;agrees to comply with all
11$63 124TH AVE NE: requirements of the Code, as well as State laws and;' '
KIRKLAND, WK98034
reg
ulatio'hs applicable to the business activity
licensed
Post this'License at:fhe place of business F,.
{
i
i
i
1
t
1
�)hlls/1iir, i'orz
t Gt I
Secretary of State
AMENDED REPORT
FEE: $10.00
RETURN COMPLETED FORM AND PAYMENT TO:
Entity Name: HIGH MOUNTAIN ELECTRIC INC.
(Checks made payable to"Secretary of State') Unified Business Identifier:602-616-260
Corporations Division State of Incorporation:WA
801 Capitol Way South
PO Box 40234 Inc./Qual. Date:5/19/2006
Olympia,WA 98504-0234
Current Registered Agent/Office Registered AgenVOffice Changes(Changes must be approved bythe Board ofDirectors)
' New Registered Agent Name Hanson Baker Ludlow Drumheller PS c/o Magnus R.Andersson
RON VAN ALLEN
11863 124TH AVE NE Consent to
Appointment
Signature of New Registered Agent
KIRKLAND,WA980348110 Required Street
Address 2229 112th Avenue NE,Suite 200
' City Bellevue State WA Zip Code 98004
Optional Mailing Address
City State WA Zip Code
REPORT SECTION MUST BE FILLED IN COMPLETELY—TYPE OR PRINT IN BLACK INK
118Co3 l a AV& N I—
Principal place of business in WA Kirkland WA 98034'
Address City Zip
k�C(�i9hrrtouniAm�led�'IC.V�-f-
' Telephone(j?J5 823-5600 Email Nature of Business Electrical contracting
Foreign Entities-Principal office address in state/country of Origin
1 Address City State Zip -Country
CORPORATION: Print or type names and addresses of corporate officers and directors including President,Vice President,Secretary,and Treasurer.If
applicable the Chair of the Board of Directors and Directors. LLC:Print or type names and addresses of Members or Managers.(attach additional list if necessary)
l 1$C,3 114 AV-P,N t�:
Lee Barnsley All offices Kirkland- WA" 98034-
Name Title Address City State Zip
Name Title Address City State Zip
' Name Title Address City State Zip
Name Title Address City State Zip
Name Title / ddress City State Zip
SIGNATURE Signature of Chair an of the Board,Officer,M�r or Menace r/isted above Type or Print ame and Title Date
' CORPORATIONS INFORMATION AND ASSISTANCE—360/725-0377 (TDD 3601753-1485)
Rev.01-004 11/03
1
i-Ly— [
�.,.... ,...__.. __. ,,....--.,. ....�_: .,.�r.:. ..�:.,.,,. .,...:_`�-....�._ ��.:; - ���.-., �: .�" —may-- _'�-.,. � -� ,-:,• ;;� ;
State of Washington Office of the Secretary of State
Business Licensing ervice ?�
9 Corporations Division f.
LEGAL ENTITY REGISTRATION
" 7
Unified Business ID #: 602 616 260
Business ID #: 1 t=�
=t:
Expires: 05-31-2013 )
HIGH MOUNTAIN ELECTRIC INC. 1'
11863 123H AVE NE a_
f=�
KIRKLAND WA 98034 8110
;try
9 f^)
\� 7
Domestic Profit Corporation ]
Renewed by Authority of Secretary of State
t_
za
1 pl'
REGISTERED TRADE NAMES: =>
' HIGH MOUNTAIN ELECTRIC INC. �.
r
1
r=
t=.
,f
>t-
4%
By accepting this document the licensee certifies that information )
provided on the renewal was complete,true,and accurate to the r�
best of his or her I;nowledge,and that the company will stay in
i7.
compliance with a I applicable Washington State regulations. Director,Department of Revenue ,f
i
' City of Renton Addendum No. 1
Emergency Power for CCTF 2013 Issued: 3/28/2013
' Pagel of 2
' City of Renton
Emergency Power for CCTF 2013
' ADDENDUM NO. 1
Issued: March 28, 2013
' To All Contract Document Holders:
You are hereby notified of the following changes,deletions, additions,corrections and clarifications to the
' plans, specifications and other documents comprising the Contract Documents for the City of Renton,
Emergency Power for CCTF 2013 project.
' Bidder Questions
Several prospective bidders have suggested routing conduits in different locations than the locations shown
on the project plans. Bidders are advised to bid the project as per the plans and specifications provided for
bidding. The Owner may consider alternative routing of conduit proposals after the project is awarded.
' The followin g formatting has been used to note additions and deletions to the contract documents.
' • Deletions are formatted as stricken through(ele) text.
• Changes/additions are formatted as bolded(example) text.
' Technical Provisions
1. Kohler Generators has been approved to bid the project subject to compliance with the
' specifications. The second paragraph of Division 16.91.2, Part 2—Products (Manufacturers) is
revised as follows:
' CURRENTLYREADS
Subject to compliance with these specifications, the following manufacturers are approved for
bidding:
' • Cummins/Onan
• Caterpillar/Olympian
• Detroit/MTU Onsite Energy
REVISED TO READ
Subject to compliance with these specifications, the following manufacturers are approved for
' bidding:
• Cummins/Onan
• Caterpillar/Olympian
' • Detroit/MTU Onsite Energy
• John Deere/Kohler Power Systems
' End revisions for Addendum No. 1
KkFle Sys\WTR-Drinking Water UtflitylWTR-27-Water Project FlleslWTR-27-3583 Emergency Power CCTF 201ZContrect DocumentslEmergency Power for CCTF-Addendum No
1.docx W2812013 2:47 PM
' Ci ty of Renton Addendum No. 1
Emergency Posner for CCTF 2013 r Issued: 3%28/2013 _ ...,.....
Page 2 of 2
Addendum No. 1 is hereby made a part of the Contract Documents,and its teens and conditions ate fully
binding on the Contract Document holder. He/she shall acknoxviedge receipt of Addendum No. 1 by
signing in the space provided below and attaching it to his/her proposal.
' This Addendum No. 1 must be acknowledged in the bid.
CITY OF RENTON
i'/l:z� ;WA
' Mark"Miller,M2 Engineering,Inc
Issued March 28,2013
' Received and Acknowledged:
,/ zz. /go z u xf ��7wie ✓xl�
Company*Nate
' S.ignnature of person receiving addendum
t Title
' Date
HARe SysSWTR-Drir-MN Water t;GiityIVVTR-27-tivater Project ResUTR-27-35B3 Emergency Power CCTF 2012,Contract ODmmentsiEmergency Power to CCTF.Addendum No
t.docy,312612013 2:47 PM
age 2
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see\aww.bxwa.com-Always Verify Scale
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
forthe
Emergency Power for CCTF 2013
PROJECT NO.
WTR-27-3583
' Winter 2013
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
jPLANS
0
tE N G N E E R.S
P L A N N E R S
S C I E N T I S T S
h�sR of wnsy.��l�, OF wASyl
hP
e-
36613
NALF, w4 „ 22780
R . o
FGl ST
Signed:1/4/2013 SSjONALEN� Signed:l/4/2013
City of
Emergency Power for CCTF 2013 Project
WTR-27-3583
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
* Proposal & Combined Affidavit & Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
* Department of Labor and Industries Certificate of Registration
* Bid-Bond Form
* Schedule of Prices
❖ Bond to the City of Renton
❖ Fair Practices Policy Affidavit of Compliance
❖ Contract Agreement (Contracts other than Federal -Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages (SAMPLE)
Affidavit of Prevailing Wages Paid (SAMPLE)
WASHDOT Amendments to 2012 Standard Specifications (Division 1)
Special Provisions
Technical Provisions
Appendix A—Irrigation Standard Plan
Documents marked as follows must be submitted at the time noted and must be executed by
the Contractor, President and Vice President or Secretary if corporation by-laws permit. All
pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the
tbid document.
* Submit with Bid
❖ Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
Table of Contents.doc\
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY ,
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race;religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability; of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job-related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements-.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
1 the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
( displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of
March 12011
CITY O RENTON,_/ RENTON CITY COUNCIL
Denis Law, Mayor until Pr ident
Attest:
Bonnie 1. Walton, City Clerk
SEAL
1 ,�;/!/l/llllllilll1111111\\�\\�\
CITY OF RENTON
SUARWYOFAAffERICANS WITHDISABIIITIESACTPOLICY
ADOPTED BY-RESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED 1N by the City Council of the City of Renton, Washington,
this 4th. day of October 1993.
CrrYQW RENTON RENTON CITY COUNCIL:
od�QL�,
Mayor C&mcil President
Attest:
City Cleric `VU
CITY OF RENTON
Emergency Power for CCTF 2013 Project
WTR-27-3583
SCOPE OF WORK
March 2013
The work involved under the terms of this contract document shall be full and complete installation
of the facilities, as shown on the plans and as described in the construction specifications, to include
but not be limited to:
Purchase and installation of a 60 Kilowatt, liquefied petroleum gas (propane) fueled engine
generator set; installation of two 500 gallon propane tanks; mechanical and electrical modifications
to existing buildings; installation of fencing; installation of conduits, conductors and handholes.
1 Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans
and specifications of this contract document. A total of 120 working days will be allowed for the
completion of this project.
Scope of Work.doc\
1iR' k�`Js� ra'?'-'f��q 4 � �r •�� �
,4&0 Ile 4t'. --ZV
+�f A)
CL
N
77 ROF
CL
0 LL
Aw
OD
lk
1 '
f y
- F-
s
_
_
.0
•4
*4b
s '�
City of
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and 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 Any omissions, discrepancies or need for interpretation should be brought, in writing,to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. 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 than 5%of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following
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.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
i10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 "Public Liability and Property Damage Insurance". ,
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Special Provisions, Specification Section I-
09.9(l) "Retainage".
16. Basis for Approval
iThe construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180,on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
g p
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates is included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates".The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
Instructions to Bidders.doc Revised:August 2011
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages,and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions,Technical Provisions or other sections of these contract documents.
These standard specifications are hereby made a part of this contract and shall control and guide all
activities within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA"2012 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Division 18 of the Technical
. Provisions, (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer,the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit
their bid. Upon approval of the City,the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior
to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit with Bid"?
❑ Has the bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List (If required)? NOT REQUIRED THIS PROJECT
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
❑ Have you submitted the Department of Labor and Industries Certificate of Registration form?
Instructions to Bidders.doc Revised:August 2011
' CAG-13-037
tCITY OF RENTON
CALL FOR BIDS
' Emergency Power For CCTF 2013 Project
' WTR-27-3583
Sealed bids will be received until 2:30 p.m. Tuesday, April 2, 2013, at the City Clerk's office, 7th floor
and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055
' South Grady Way, Renton WA 98057,for the Emergency Power For CCTF 2013 Project.
The work to be performed within 120 working days from the date of commencement under this
contract shall include, but not be limited to:
' Purchase and installation of a 60 Kilowatt, liquefied petroleum gas(propane)fueled engine generator
set; installation of two 500 gallon propane tanks; mechanical and electrical modifications to existing
t buildings; installation of fencing; installation of conduits, conductors and hand holes, and other
minor items associated with the project.
' The Engineer's estimated range for this project is$120,000 to$140,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
' Bid documents will be available March 14, 2013. Plans, specifications, addenda, and plan holders list
for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com/1024.html. Click on "Posted Projects"; "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.") Questions
about the project shall be addressed to,Tom Malphrus,City of Renton, Public Works Department,
1055 Grady Way, Fifth Floor, Renton,WA, 98057, phone (425)430-7313,fax(425)430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
' accompany each bid.
The City's Fair Practices, Non-Discrimination,and Americans with Disability Act Policies shall apply.
' Bonnie I.Walton, City Clerk
Published:
' Daily Journal of Commerce March 14,2013
Daily Journal of Commerce March 26, 2013
1
' Call For Bids.doc
Ton
' Emergency Power for CCTF 2013 Project,
WTR-27-3583
Proposal & Combined Affidavit & Certificate Form
TO THE CITY OF RENTON
' RENTON,WASHINGTON
Ladies and/or Gentlemen:
' The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
' improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications and contract and the schedule
of prices.
The undersigned further certifies and agrees to the following provisions:
' NON COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal
or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any
' person not therein named, and further, that the deponent has not directly induced or solicited any other
Bidder on the foregoing work or equipment to 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.
' AND
CERTIFICATION RE: ASSIGNMENT OF
' ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
' and all claims for such over-charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti-trust 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 such of his suppliers and subcontractors shall assign any and all such claims to
purchaser,subject to the aforementioned exception.
' AND
Fige 12 Proposal&Combined Affidavit& Certificate Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
l
II' MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of 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.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
ELECTRIC,HIGH MOUNTAIN
� I C C, IN .C
' Name of Bidder's Firm
Signature of Authorized Representative of Bidder*: yam.
I ' Printed Name: Lee Barnsley Title: President
' Address: 11863 124th Avenue NE, Kirkland, WA 98034
Contact Name (please print): Lee Barnsley
' Phone: (425)823-5600 Email: lee @highmountainelectric.net
*The above signature must be notarized using the applicable notary language found on pages 3 and 4.
If business is a CORPORATION,please complete this section:
tName of President of Corporation Lee Barnsley
' Name of Secretary of Corporation Lee Barnsley
Corporation Organized under the laws of State of Washington
' With Main Office in State of Washington at 11863 124th Ave NE, Kirkland, WA 98034
' If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY,please complete this section:
Name: Title (Partner, Member, Manager):
' Proposal&Affidavit/Certificate-Page 2 of 4
' Proposal&Triple Form.doc
�age 13 Minimum Wage Affidavit Form
rnviripri to Airilripm Fvchannp of WA Inc Fnr ncanp r.nnrlitinnc Linrnom—f coo un.n.I k — A6..-, %1, ; „e....1..
INDIVIDUAL FORM
i
STATE OF WASHINGTON )
ss
County of }
On this day of before me personally appeared to
me known to be the individual(s) described in and who executed the foregoing instrument, and
acknowledged under oath that (he/she/they) signed and sealed the same as
(his, her, their) free and voluntary act and deed, for the uses and
purposes therein mentioned.
GIVEN under my hand and official seal the day and year last above written.
(SEAL)
Notary Public in and for the State of
Washington, residing at
' Print Name:
My commission expires:
II
CORPORATION FORM
'I STATE OF WASHINGTON )
: ss .
County of King )
I'I On this 2nd day of April, 2013 before me personally appeared Lee Barnsley to
me known to be the President (President, Secretary, Treasurer) of the corporation
I'I that executed the foregoing instrument, and acknowledged said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on
oath stated that he (he/she/they) are authorized to execute said instrument.
I'I GIVEN under my hand and official seal the day and year rllast�above written.
(SEAL) �,tt:.t.l:ttt��s. t ► r t
•.` `',; Notary Public in and for the State of
Washington, residing at Renton
Print Name: Debbie Shimomaye
• aCE� Z7 My commission expires: Mar. 6. 2014
0 414
......... �� Proposal&Affidavit/Certificate-Page 3 of 4
�I Proposal&Triple Form.doc
�pge 14 Individual Form/Corporation Form
nVfrlPrl to R!lilrlam FYrrhannP of M/A Inn Pnr imnnn(`nnriitinne Anraarnant CaO\MMAJ h-- r•nm _ Ahi-w�vomit.,C..-.1..,
t Department o
p f Labor and Industries
Certificate of Registration
' Name on Registration: High Mountain Electric, Inc.
Registration Number: HIGHMME933NN
' Expiration Date: August 15, 2013
' Note: A copy of the certificate will be requested as part of contract execution when project
is awarded.
'I
'I L&- I Rrgistruiun.Jrx`•
'gage 16 Department of Labor and Industries Certificate of Registration
rnviriPri to Ri dirtarc Fvchanna of WA Inr. Fnr i mnnr>r'nnriitinnc Anraamant caa www hvwa rnm_ Ahtun%c\larifv Crola
- - - - - --- -- - ---
- --------- --
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BYLAW AS
CONST CONTR GENERAL
REGIST;# r EXP.DATE
CCO1 HIGH IIvIEE933NN 8/1 20tPWUP
EFFECTIVE DATES 8/15/2007r r r ti
PO I
HIGFI MOUNTAIN ELECTRIC INC
11905 124TH AVE'NE
f i
KIRKLAND WA 98034
t r h
F625=0��000(8/97)•,
' Detach And Display Certificate
Department of Labor and Industries r
D.
PO Box 44460TIGH ;OLTNTAIN ELECTRIC INC
.Olympia, WA 98504-4460 °
Lic ECC HI641MEI946M 1
a Fyn LI602-616260
tea, LYConsed as proded by Law as:
trlcal Contrador
b0ENERAL
° HIGH MOUNTAIN ELECTRIC`-, 4 i f ect�e mate,7/21/2005.
11863. 124TH AVE NE i,� %�pc Iratron Date8/8/2014
KIRKLAND,WA 98034, _ ,
vv
i
BOND #71395710
' BfD BOND FORM
Herewith find deposit in the forn) of a certified check, cashier's check, cash, or bid bond in the
arniount of$ _ .which amount is not less than five percent of the
' total bid
Signature _
Know All Men by These Presents:
' That we, HIGH MOUNTAIN ELECTRIC INC. as Principal, and
WESTERN SURETY COMPANY as Surety,are held and firmly bound unto the City of Renton,
as Obligee;in the penal sum of 5% OF AMOUNT OF BID------- Dollars,for the payment of
' which the Principal and the Surety bind themseives, their heirs,executors,administrators,successors
and assigns,jointly and severally,by these presents.
' The condition of this obligation is such that if the Obligee shall make any award to the Principal for
the Ernereency Power For CCTF 2013 project according to the terms of the proposal or bid made
by the Principal therefore, and the Principal shall duty make and enter into a contract with the
Obligee in accordance with the terms of said proposal or bid and awart and shall give bond for the
X
aithful performance thereof, with Surety or Sureties approvers by the Obifgee; or if the Principal
shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit
specified in the call for bids, then this obligation shall he null and void; otherwise it shall be and
' remain in full force and effect and the.Surety shall forthwith pay and forfeit to the Obligee,as penalty
and liquidated damages, the amount of this bond.
' SIGNED,SEALED AND DATED THIS 2ND DAY OF P ,20 13 .
Pri cipal HIGH MOUNTAI LECTRIC, INC.
' Surety WE RN SURETY COMPANY t F
SH LLEY A BURNHAM,ATTORNEY—IN—FACT
' Received return of deposit in the sum of
J
t
Rid Ratrn{rtintl.dac-
' Page 17 Bid Bond Form
Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa,com-Always Verify Scale
Western Surety Company
' POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
' having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby
make,constitute and appoint
' Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Lisa M Daley, David M La Riviere,
Tanya M Hicks, Individually
of Yakima,WA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
' and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
' This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by
the shareholders of the corporation.
' In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 22nd day of August,2012.
' "'suRE1y.•, WESTERN SURETY COMPANY
�rP oQ,POggr�lo:,
W• .2s
yJ0..... '�P.c
w a�TN Ow��
aul T.Bruflat,Vice President
State of South Dakota l
JT
' County of Minnehaha ss
On this 22nd day of August,2012,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which
' executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
' My commission expires +•"""""""""""•^"""""""�''+
t J.MOHR f
June 23,2015 f Ep� NOTARY PUBLIC S^EnL
t SOUTH DAKOTA st
J.Mohr,Notary Public
CERTIFICATE
' I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
' my name and affixed the seal of the said corporation this 2ND day of APRIL; 2013
m
s"RE.... WESTERN SURETY COMPANY
W34 �•__
v off. o�P•�
•bwmw�
Form F4280-7-2012 L.Nelson,Assistant Secretary
4
Authorizing By-Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY '
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders '
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the '
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. '
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile. '
1
I
Emergency Power for CCTF 2013
' WTR-27-3583
Cit-v of Renton
' Scliedule of Prices
tItem Description Unit Quantity Total Price
I. Mobilization,Demobilization,Site LS I
Preparation and Clean-Up:
/`E 7f�OclS� AoG�AaS Ord
Price in Words S,GYjQ°�
S
2. Site Work: LS I
Price in Words AWwOz4o S Z 3, VOO°�
' 3. Pavement Patching: L1=
lij
' `lam iOr & AvMO a Atxmw
Price in Words AMY $ a goon'
4. Structural: LS 1 ---- --- -----
' Xv�e A�nw yae,4y
Price in Words S 561C)OO
' i. Ventilation: 1.S 1
Price in Words '� $ •ZUb
o�
ge 18 Schedule of Prices
nviriarl fn Rnilriarc wrhnnno of V11A Inn Fnr i icona f:nnrlitinnc AnraAmoni caa nnnnni hvuo rnm_ AAnnvc\/rarity Crolo
1 Emergency Power for CCTF 2013
WTR=27-3583 m..... .
tCity of Renton
' Schedule of Prices
6. Electrical: LS I
Price in Words S *3 0d0
' T Generator Fuel: LS 1
' �h'�/L�iL� f7tJNlhed r01$cs�
Price in Words p __ i S gOd
S. 1 As-:Bui:lts and O&M Manuals: LS i I
i
Pwo thousand five hundred and no cents
Price in Words � 2,500.00
9. Force Account for trr11-ation Repair: LS i :1
i
Five hundred and no cents
Price in Words $ 500.00
Sub Total (All Bid Items) S z.o, YO D. &X--,
'
�
�.�`% Sales Tax S �
2
Total Bid Amount(including sates tax) S
age 19
rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale
BOND # 71400433 BOND TO THE CITY OF RENTON
' KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned HIGH MOUNTAIN ELECTRIC, INC.
' as principal,and WESTERN SURETY COMPANY
corporation organized and existing under the laws of the State of SOUTH DAKOTA as a
surety corporation, and qualified under the laws of the State of Washington to become surety upon
bonds of contractors with municipal corporations,as surety are jointly and severally held and firmly
bound to the City of Renton in the penal sum of S 131,838.00 for the payment of which sum
' on demand we bind ourselves and our successors, heirs,administrators or person representatives, as
the case may be,
' This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of
the City of Renton.
Dated at� �Washington,this 30 day of agAiz 2013.
' Nevertheless,the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG-13-037,providing for
construction of Emergency Power For CCTF 2013 Project,the principal is required to furnish a bond for
the faithful performance of the contract;and
' WHEREAS,the principal has accepted,or is about to accept,the contract,and undertake to perform the
work therein provided for in the manner and within the time set forth;
' NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth,or within such extensions of time as may be granted
under said contract,and shall pay all laborers,mechanics,subcontractors and materialmen,and a!!
rpersons who shall supply said principal or subcontractors with provisions and supplies for the carrying
on of said work,and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence on the part of said principal,or any
' subcontractor in the performance of said work,and shall indemnify and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract
or from defects appearing or developing in the material or workmanship provided or performed under
t the contract within a period of one year after its acceptance thereof by the City of Renton,then and in
that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
' HIGH MOUNTAIN ELECTRIC, INC. WESTERN SURETY COMPANY
Principal Surety
Z'x
Signature Signature SHELLEY A BURNi:TAM �k
President ATTORNEY—IN—FACT
' Title Title
1
Bond Form.doc
1 '1 Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
1 having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby
make,constitute and appoint
Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Lisa M Daley, David M La Riviere,
Tanya M Hicks,Individually
r
of Yakima,WA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,
' undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by
the shareholders of the corporation.
1 In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 22nd day of August,2012.
r °suaeTy,, WESTERN SURETY COMPANY
_WP4pP0 Agj�;z:
1
�Th DPK�c+�
w'••unwnu ' aul T.Bruflat,Vice President
State of South Dakota
ss
County of Minnehaha
On this 22nd day of August,2012,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
� 1
My commission expires }.,•'•,�.,,.. ,.,�,..ti rti.....,}
r J.MOHR r
' June 23,2015 ;,---"NOTARY NOTARY PUBLIC
s SOUTH DAKOTA
J.Mohr,Notary Public
' CERTIFICATE
I,L.Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 12TH day of APRIL 2013
...�„ WESTERN SURETY COMPANY
C 7Y) 27,r I
e�1RETy'y,,
' aA rpQ,POAgj';a=
4
Wy N DP
Form F4280-7-2012 L.Nelson,Assistant Secretary
Authorizing By-Law '
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders ,
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the '
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile. '
t
....------- ..------------------------
CITY OF RENTON
' FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
' High Mountain Electric, Inc. hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
' I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal
' opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex;the presence of a physical,sensory, or mental
' disability; age over 40; sexual orientation or gender identity;pregnancy; HIV/AIDS and Hepatitis C
' status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran's status.
' 11. The above-named contractor/subcontractor/consultant complies with all applicable federal,
' state and local laws governing non-discrimination in employment.
' III. When applicable,the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Lee Barnsley
Print Agent/Representative's Name
t
President
' Print Ag /Representative's Title
' Agent/Representative's ' nature
April 8, 2013
' Date Signed
' Instructions: This document MUST be completed by each contractor,subcontractor, consultant and/or
supplier. Include or attach this document(s)with the contract.
' CI-2009
' CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this �'Q day of , 2013,by and
between THE CITY OF RENTON, Washington, a municipal core ra� the State of
t
Washington, hereinafter referred to as "CITY" and Hi h Mountain Electric hereinafter
� g Inc.,
referred to as "CONTRACTOR."
' WITNESSETH:
t 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred Twenty
(120) working days from date of commencement hereof as required by the Contract, of
which this agreement is a component part)perform all the work and services required to be
' performed, and provide and furnish all of the labor, materials, appliances, machines, tools,
equipment, utility and transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner, in connection
' with the City's Project identified as No. CAG-13-037 for improvement by construction and
installation of:
Work for the Emergency Power For CCTF 2013 Project, as described in"Scope of
' Work"dated March 2013,attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
' in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
' governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
' the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
' 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
' said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
' b) Instruction to Bidders
c) Bid Proposal
d) Specifications
' e) Maps and Plans
f) Bid
g) Advertisement for Bids
' h) Special Provisions
i) Technical Provisions
1
' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
' Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the provisions of this
' Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract, and unless within ten(10) days after the serving of such notice, such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
' arrangement for the correction thereof be made, this Contract, shall, upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination, the City shall immediately serve written notice thereof upon the surety and the
' Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of
such notice of termination does not perform the Contract or does not commence
' performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be liable
' to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
' other properties belonging to the Contractor as may be on site of the project and useful
therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
' remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
' representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life,personal injury and/or damage to
property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
' indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
' this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
' litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay
' all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
' the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City,
2
' its agents, officers and employees, and involves those actions covered by RCW 4.24.115,
this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence
or the negligence of the Contractor's agents or employees.
' Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
' hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
' for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
' 6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
' of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
i' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than One Hundred Twenty (120) working days from the date of commencement.
For each and every working day of delay after the established day of completion, it is
hereby stipulated and agreed that the damages to the City occasioned by said delay will be
the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as
a penalty)for each such day,which shall be paid by the Contractor to the City. ,
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
(' liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
I� damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
'I and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
'I Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
'I If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
') maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
' amounts due or to become due the Contractor.
3
' The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
' unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
' PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
' time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance
' of the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
' State of Washington.
I
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
I' possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
I' Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
I' 12) The total amount of this contract is the sum of $131,838.00
numbers
One hundred thirty one thousand eight hundred thirty eight dollars and no cents.
II written words
including Washington State Sales Tax. Payments will be made to Contractor as specified in
'I the"Specifications and Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
') Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
I) 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
'! OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
I FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
'I
4
' 15 e
} Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
t conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shaII be and
remain in full force and effect.
t16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
Any written notice hereunder shall become effective three(3) business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
specified in writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non-assigning party shall be void. IT the non-assigning party gives its consent to any
' assignment, the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent.
' 18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
of the city and Contractor.
' 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one
Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
�I attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
C NT CTOR f CITY RENTON
L
�I President/Fh /OWi1W r1s Mayor Denis Law
ATTEST
I) ecretary Bonnie I .Walton, City Clerk
jj d/b/a HIGH M NTAIN ELECTRIC, INC.
'1 Firm Name n f
chrd. I -
❑ Individual ❑ Partnership ®C Corporation Incorporated in 1996
v _ i
❑ Limited Liability Company formed in =`
'i t
5
1
1 Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
1 If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as) and firm or trade name; any one partner may sign the contract.
' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
1 If business is a LIMITED LIABILITY COMPANY(LLC),name of the company should be listed
in full and the contract signed by a Manager or Member who has management authority for the
LLC. Please furnish,to the City, a copy of the Certificate of Formation, a copy of the LLC
agreement addressing management authority, and a copy of the latest annual report filed with the
Secretary of State for the LLC.
1
I'
II
it
II
II
II
11
i
6
1
1
1
1
i
i �
� PREVAILING WAGE RATES
1
1
1
1
1
1
1
1
1
State of Washington
Department of Labor & Industries
Prevails,ng Wage Section - Telephone 360-902=5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code.Key.
Journey Level Prevailing Wage Rates for the Effective Date:
4/18/2013
County Trade Job Classification Wa a Holiday Overtime Note
King Carpenters Acoustical Worker $49.57 5D 1M
King Carpenters Bridge, Dock And Wharf $49.57 55—D 1M .
Carpenters
King Carpenters Carpenter $49:57: 5D 1 M
King Carpenters Carpenters on Stationary Tools . $49.70 50 1M ,
[King Car enters Creosoted Material $40.67 5D 1M
King Carpenters Floor Finisher $49.57 5D 1M
King Carpenters Floor Layer $.49.57 5D 1 M
sKing Carpenters Scaffold Erector $4..937 5D 1M
King Cement Masons Journey Level $50.13 7A 1 M
King Drywall Applicator Journey Level $49.74 5D 1H
k King Drywall Ta[iers Journey Level $49.79 50 1E
King Electrical Fixture Maintenance Journey Level $25.34 5L 1E
Workers
i King Electricians - Inside Cable Splicer $64.24 7C 2W
jKing Electricians - Inside. Cable Splicer(tunnel) $69.07 7C 2W
'King Electricians Inside : Certified Welder $62.04 7C 2W
I King Electricians- Inside Certified Welder (tunnel) $66.65. 7C 2W
King Electricians - Inside Construction Stock Person $34.19 7C 2W
King Electricians . Inside Journey Level $59.85 7C 2W
King Electricians - Inside Journey Level (tunnel) .$64.24 7C 2W
King Electricians - Motor Shop Craftsman $15.37 1
King Electricians - Motor:Shop Journey Level $14.69 1
lKing Electricians - Power[ine- Cable Splicer $64.95 5A 4A
Construction
l King Electricians - Powerline Certified Line Welder $59.37 5A 4A
Construction
'King Electricians- Powerline Groundperson $42.16 5A 4A
p Construction
i
thttps:H fortress.wa.gov/lni/wagelookup/prvWagplookup.aspx 04/18/2013
King Electricians - Powerline Head Groundperson $44.50 5A 4A
I i
Construction
'King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A
Construction Operator I
King Electricians - Powerline Jackhammer Operator $44.50 5A 4A
Construction
King Electricians- Powerline Journey Level Lineperson $59.37 5A 4A
Construction g
'King Electricians- Powerline Line Equipment Operator $49.95 5A 4A
Construction
King Electricians - Powerline Pole Sprayer $59.37 5A 4A
Construction
'King Electricians - Powerline Powderperson $44.50 5A 4A
Construction
King Electronic Technicians Journey Level $31.00 1
King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K
Products [Fence,ork Only
lKing Fence Erectors Erector $15.18 1
King Ftaggers ourney Level $34.61 7A 2Y
ing Fleatine Equipment Mechanics urney Level $68.52 7F 1 E i
'King Inspection/Cleanin4/Sealing Of Cleaner Operator, Foamer $31.49 1
Sewer Fe Water Systems By Operator
Remote Control
lKing I6specU66Meanin�/Se61ing Of Grout Truck Operator $11.48 1
Sewer Ft Water Systems By
i Remote Control
#King Inspection/CleaninOSealing Of Head Operator $24.91 1
Sewer Et Water.Systems By
Remote Control
§King Inspection/CleaninVSeating Of Technician $19.33 1
Sewer It Water Systems By
Remote Control R
;King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 g
Sewer Et Water Systems By
Remote Control
King Insulation Applicators Journey Level $49.57 5D 1M
'King Ironworkers Journeyman $59.02 7N 10
;King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y
Screed
'King Laborers Airtrac Drill Operator $42.11 7A 2Y
'King Laborers Ballast Regular Machine $40.83 7A 2Y '
,King Laborers Batch Weighman $14.61 7A 2Y
King Laborers Brick Pavers $40.83 7A 2Y
;King Laborers Brush Cutter $40.83 _ 7A 2Y
Ming Laborers Brush Hog Feeder $40.83 7A 2Y
'King Laborers Burner $40.83 7A 2Y
=King Laborers Caisson Worker $42.11 7A 2Y
King I Laborers Carpenter Tender $40.83 7A 2Y s
{
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
y
King Laborers Caulker $40.83 7A 2Y
3King Laborers Cement Dumper-paving $41.59 7A 2Y
King Laborers Cement.Finisher Tender $40.83 .7A 2Y
King Laborers Change House Or Dry Shack " $40.83 7A 2Y .
King Laborers Chipping,Gun (under 30 Lbs.) $40.83 7A 2Y
King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y
Over)
King Laborers Choker Setter $40.83 7A 2Y
(King Laborers Chuck Tender. $40.83 7A 2Y
King Laborers Clary Power Spreader $41.59 7A 2Y
King Laborers Clean-up Laborer $40.83 7A 2Y
King Laborers Concrete Dumper/chute $41.59 7A 2Y
Operator
(King Laborers Concrete Form Stripper $40.83 7A 2Y
King Laborers Concrete Placement Crew $41.59 7A 2Y
lKing Laborers Concrete Saw Operator/core $41.59 7A 2Y
Driller
'King Laborers Crusher Feeder $34.61 7A 2Y
'King Laborers . Curing Laborer $40.83 7A 2Y
King Laborers Demolition: Wrecking Et Moving $40.83 7A 2Y
(incl. Charred Material)
King Laborers Ditch Digger $40.83 7A 2Y
lKing Laborers Diver $42.111 7A 2Y
1 King Laborers Drill Operator $41.59 7A 2Y
1 (hydrau tic,diamond)
;King Laborers Dry Stack Walls $40.83 7A 2Y
;King Laborers Dump Person $40.83 7A 2Y
(King Laborers Epoxy Technician $40.831 7A 2Y
,;King Laborers . Erosion Control Worker $40.83 7A 2Y
King Laborers Faller Et Bucker Chain Saw $41.59 7A 2Y
;King Laborers. Fine Graders $40.83 7A 2Y
;King Laborers Firewatch $34.61 7A 2Y �
;King Laborers Form Setter $40.83 7A 2Y
!King Laborers Gabian Basket Builders $40.83 7A 2Y l
(King Laborers. General Laborer $40.83 7A 2Y '
King Laborers Grade Checker Et Transit $42.11 7A 2Y
Person
King Laborers Grinders $40.83 7A 2Y i
3King Laborers Grout Machine Tender $40.83 7A 2Y
King Laborers Groutmen (pressure)including $41.59 7A 2Y S
Post Tension Beams .
lKing Laborers Guardrail Erector $40.83 7A 2Y
King Laborers Hazardous Waste Worker (level $42.11 7A 2Y
A)
'King Laborers Hazardous Waste Worker (level $41.59 7A 2Y
B) i
€ i
f
�, https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
King Laborers Hazardous Waste Worker (level $40.83 7A 2Y
C)
;King Laborers High Scaler $42.11 7A 2Y
King Laborers Jackhammer $41.59 7A 2Y
King Laborers Laserbeam Operator $41.59 7A 2Y
King Laborers Maintenance Person $40.83 7A 2Y
I.King Laborers Manhole Builder-mudman $41.59 7A 2Y
king Laborers Material Yard Person $40.83 7A 2Y
King Laborers Motorman-dinky Locomotive $41.59 7A 2Y
King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete it
Rock, Sandblast, Gunite,
Shotcrete, Water B(a
King Laborers Pavement Breaker $41.59 7A 2Y
Kin Laborers Pilot Car
�.. g $34.611 7A 2Y ,
King Laborers Pipe Layer Lead
$42.111 7A 2Y
King Laborers
Pipe La er/tailor $41.59 7A 2Y `
Wing Laborers Pipe Pot Tender $41.59 7A 2Y
King Laborers Pipe Reliner $41.59 7A 2Y
King Laborers Pipe Wrapper $41.59 7A 2Y
King Laborers Pot Tender $40.83 7A 2Y i
!King Laborers Powderman $42.11 7A 2Y
;King Laborers Powderman's Helper $40.83 7A 2Y
King Laborers Power Jacks $41.59 7A 2Y
!King Laborers Railroad Spike Puller - Power $41.59 7A 2Y
,King Laborers Raker - Asphalt $42.11 7A 2Y
aKing Laborers Re-timberrian $42.11 7A 2Y
King Laborers Remote Equipment Operator $41.59 7A 2Y
Kin Laborers Rigger/signal r/ 4
King gge signal Person $41.59 7A 2Y i
King Laborers Rip Rap Person $40.83 7A 2Y
!King Laborers Rivet Buster $41.59 7A 2Y
King Laborers Rodder $41.59 7A 2Y l
King Laborers Scaffold Erector $40.83 7A 2Y
King Laborers Scale Person $40.83 7A 2Y
King Laborers Sloper (over 20") $41.59 7A 2Y
King Laborers Sloper Sprayer $40.83 7A 2Y !
IKing Laborers Spreader (concrete) $41.59 7A 2Y
#King Laborers Stake Hopper $40.83 7A 2Y i
King Laborers Stock Piler $40.83 7A 2Y
!King Laborers Tamper if Similar Electric, Air $41.59 7A 2Y
Et Gas Operated Tools
King Laborers Tamper (multiple it Self- $41.59 7A 2Y
propelled)
King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
j
Shorer a Cribber)
'
;King Metal Fabrication (In Shop) Machine Operator $13.04 1
King Metal Fabrication (In Shop) Painter $11.10 1
!King Metal Fabrication (In Shop) Welder $15.48 1
iKing Millwright Journey Level $50.67 5D "1M
King Painters Journey Level $36.53 6Z 2B
King Plasterers Journey Level $48.23 1_R
King Plumbers Ft Pipefitters Journey Level $71.69 6Z 1G
King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P
King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P
King Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P
King Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P
Concrete
King Power Equipment Operators Bobcat $48.62 7A 3C . 8P
King Power Equipment Operators Brokk- Remote Demolition $48.62 7A 3C 8P
Equipment
King Power Equipment Operators Brooms $48,62 7A 3C 8P
'King Power Equipment Operators Bump Cutter $51.401 7A I 3C 8P
;King Power Equipment Operators Cableways . $51.89 7A 3C 8P
King Power Equipment Operators Chipper $51.40 7A 3C 8P r
'King Power Equipment Operators Compressor $48.62 7A 3C 8P
;King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P
With Boom Attachment Over 42 .
M
King Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P
Screed
King Power Equipment Operators Concrete Pump Mounted Or $50.98 7A 3C 8P
Trailer High Pressure Line i
Pump, Pump High Pressure.
I
� i
Wing Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P
With Boom Attachment Up To
42m I
King Power Equipment Operators Conveyors $50.98 7A 3C 8P
King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P
Tons With Attachments
1 King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P
Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
!King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P
Tons, Or 150' Of Boom i
(including Jib With
'King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P
I Tons, or 150'of boom
(including jib with
I attachments); Overhead,
6
bridge type, 100 tons and over;
Tower crane up to 175' in
height, base to boom.
fi
King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P
d
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
i Or 250 Of Boom (including Jib
With Attachments)
;King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P
Tons, Under 150':Of Boom ,
(including Jib With
r achments)
King Power Equipment Operato s Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P
Under
King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P
Through 199 Tons
iKing Power Equipment Operators Cranes: Friction Over 200 Tons $53,57. . 7A 3C 8P
iKing Power Equipment Operators Cranes:Over 300 Tons Or 300' $53.57 7A 3C 8P
Of Boom (including Jib With
g
Attachments)
'King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P
Attachments A-frame Over 10
Tons
King Power Equi pm enL Operators Crusher $51.40; . 7A 3C 8P
kKing Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P
(power)
,King Power Equipment Operators Derricks, On Building Work $51:89 7A 3C 8R
[King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P
Over
King Power Equipment Operators Dozers D-9.Et Under $50.98 7A 3G 8P
King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P
Or Crane Mount
lKing Power Equipment Operators Drilling Machine $51.40 7A 3C 8_P
King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P
i Permanent And Shaft Type
�. King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P
Gamaco Et Similar Equipment
IKing Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P
1 With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P
Attachments
King Power Equipment Operators Grade Engineer: Using Blue. $51.40 7A 3C 8P
i Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P
jKing Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P
King Power Equipment Operators Guardrail Punch/Auger $51.40 7A 3C 8P
King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P i
Articulating Off- Road
F Equipment 45 Yards. Et Over
King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P
Articulating Off-road
Equipment Under 45 Yards
!King Power Equipment Operators Horizontal/directional Drill $50.98. 7A 3C 8P
! Locator
FKing Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P
i Operator
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
Power i
,King owe Equ pment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P :
10Tons
King Power Equipment Operators Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P
1 Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. t* $52.44 7A 3C 8P
Over
King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P
Not 8 Yards
Includin
g
IKing Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P
Yards
3King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P
IKing Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 880
King Power Equipment Operators Locomotives, All $51.40 7A 3C 8P
,King Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P
IKing Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P
$0.50 Per Hour Over Mechanic)
IKing Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P
� l
,King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P
finishing .
IKing Power Equipment Operators Motor Patrol Graders; Finishing $51.89 7A 3C 8P
King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C . 8P
Drill, Boring, Road Header
And/or Shield
King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P
Distribution Et Mulch Seeding
Operator t
King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P
Manlifts), Air Tuggers,strato
King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P
20 Tons Through 44 Tons
King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P
1 Tons And Over
King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P
Tons Through 99 Tons
King IPower Equipment Operators Pavement Breaker $48.621 7A 3C 8P
IKing Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P
Mount)
IKing Power Equipment Operators Plant Oiler -' Asphalt Crusher $50.98 7A 3C 8P
Kin w i
King Power e r Equ pment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P
;King Power Equipment Operators Power Plant $48.621 7A 3C 8P
IKing Power Equipment Operators Pumps - Water $48.62 7A 3C 8P
:King Power Equipment Operators Quad 9; Hd 41, D10 And Over $51.89 7A 3C 8P
'King Power Equipment Operators Quick Tower- No Cab, Under $48.62 7A 3C 8P t
100 Feet In Height Based To
Boom
IKing Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P i
Rubber Tired Earth Moving
Equipment
a
;King Power Equipment Operators Rigger And Bellman $48.62 7A I 3C 8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
King Power Equipment Operators Rollagon $51.89 . 7A 3C 8P
King Power Equipment Operators Roller, Other Than Plant Mix $48..62 7A 3C 8P
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P
Materials 4
King Power Equipment Operators Roto-mill, Roto-grinder $5.1.40 7A 3C 8P
lKing Power Eduipment Operators Saws - Concrete $50.98 7A 3C 8P
King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P
45 Yards
King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P.
King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 2P i
Yards And Over
;King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P
King Power Equipment Operators Shotcrete/guniteEquipment $48.62 . 7A 3C 8P
!King Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P
Tractors Under 15 Metric Tons.
1King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P
i Over 30 Metric Tons To 50 g
Metric Tons 3
King Power Equipment Operators Shovel, Excavator, Backhoes; $51.40 7A 3C 8P
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes:' $53.01 7A 3C 8P
Over 90 Metric Tons
'King Power Equipment Operators Slipforni Pavers $51.89 7A 3C 8P
King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P
Screedman
jKing .Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P i
King Power Eduipment Operators Tower Bucket Elevators $50.98 7A 3C 8P
'King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P
Height, Base To Boom,
King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P
Height Base To Boom
'King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P
Truck Type
3 King Power Equipment Operators Trenching Machines $50.98 7A 3C . . 8P
?King Power Equipment Operators Truck Crane Oiler/driver - 100 551.40 7A 3C 8P
Tons And Over r
'King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 3C 8P
100 Tons
lKing Power Eguipment.Operators Truck Mount Portable Conveyor $51.401 7A 3C 8P
King Power Equipment Operators Welder $51.89 7A 3C 8P
'
King ower Equipment 0 erators Wheel Tractors- Farman Type 48.62 7A 3C 8P
g p , YP $
;King Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P
lKing Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P
I Underground Sewer Et Water
King Power Equipment Operators Assistant Engineer $48.62 7A I 3C 8P
https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
Underground Sewer Et Water
E.King Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P
Underground Sewer'Et Water
King Power Eouipment Operators Batch Plant Operator, $51.40 7A 3C 8P
Underground Sewer£t Water Concrete
}King Power Equipment Operators- Bobcat $48.62 7A 3C 8P E
i — — —
Underground Sewer Et Water
!King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P
Underground Sewer Et Water Equipment
R
King Power Equipment Operators= Brooms $48.62 7A 3C 8P
i Underground Sewer£t Water
[King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P
Underground Sewer-Er Water
King Power Equipment Operators- Cableways $51.89 7A 3C 8P
Underground Sevwer Et Water
King Power Equipment Operators- Chipper $51.40 7A 3C 8P
Underground Sewer Et Water €
l King Power Equipment Operators- Compressor $48.62 7A 3C 8P
Underground Sewer Et Water
[King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P i
Underground Sewer Et Water With Boom Attachment Over 42
M
3
King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P
Underground Sewer Et Water Screed
King Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P i
Underground Sewer Et Water Trailer High Pressure Line
Pump, Pump High Pressure.
'King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P
Underground Sewer Et Water With Boom Attachment Up To
42m
King Power Power Equipment Operators- Conveyors $50.98 7A 3C 8P
Underground Sewer Et Water
.King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P
Under>round Sewer Et Water Tons With Attachments
;King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P
Underground Sewer Et Water Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
kKing Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P
Underground Sewer Et Water Tons, Or 150' Of Boom
(including Jib With
!King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P
Underground Sewer Et Water Or 250' Of Boom (including Jib
With Attachments)
;King Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P
Sewer Underground g S Et Water Tons, Under 150 Of Boom
(including Jib With i
Attachments)
King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.612 7A 3C 8P [
Underground Sewer Et Water Under
a
King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P
d
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
IUnderground Sewer Et Water Through 199 Tons
King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A. 3C 8P °
I
Underground Sewer Et Water
King Power EQuipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P
Underground Sewer Et Water Of Boom (including Jib With
Attachments)
King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P
Underground Sewer Et Water Attachments A-frame Over 10
li Tons s
i
King Power Equipment Operators- Crusher $51.40 7A 3C 8P
s
Underground Sewer Et Water
King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P �
Underground Sewer.Et Water (power) i
King Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P
! Underground Sewer a Water Over
King Power Equipment Operators-. Dozers D-9 Et Under $50.98 7A 3C. 8P A
Underground Sewer Et Water
King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P
Underground Sewer Et Water Or Crane Mount
(King Power Equipment Operators Drilling Machine $51.40 7A 3C 8P 4
Underground Sewer Et Nater )
King Power Equipment Operators-. Elevator And Man-lift: $48.62 7A 3C 8P
Underground Sewer a Water Perm' anent And Shaft Type
King Power.Eguipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P
Underground Sewer Et'Water Gamaco 8t Similar.Equipment t
"King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P
Underground Sewer Et Water With Attachments -
King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Q
Urideraround Sewer Et Water Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P
Underground Sewer Et Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P
i Underground Sewer Et Water
King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P
Underground Sewer Et Water l
King Power Equipment Operators- Guardrail Punch/.Auger $51.40 7A 3C 8P
Underground.Sewer Et Water
;King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P
Underground Sewer Et Water Articulating Off- Road
Equipment 45 Yards. Et Over
King Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P
i Underground Sewer 8 Water Articulating Off-road
Equipment Under 45 Yards
'King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P
Underground Sewer Et Water Locator
'King Power Equipment Operators- Horizontal/directional Drill $51.40 7A 3C 8P
Underground Sewer Et Water Operator
!King Power Equipment Operators- Hydrahfts/boom Trucks Over $50.98 7A 3C 8P
https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
Undereround Sewer Et Water 10 Tons
E
jKing Power Equipment Operators- Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P
Undereround Sewer Et Water Tons And Under
King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P
Underground Sewer Et Water Over
F
King Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P
Underground Sewer Et Water Not Including 8 Yards i
King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P
Undereround Sewer Er Water Yards
King Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P
Underground Sewer Et Water.
pKing Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P
i Undereround Sewer.Et Water
SKing Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P
I Underground Sewer Et Water
King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 80
I Undereround Sewer Et Water z
;King Power Equipment.Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P
Underground Sewer. Et Water $0.50 Per Hour Over Mechanic)
iKing Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P
Underground Sewer Et Water =
King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 7A 3C 8P
Underground Sewer Et Water finishing s
King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P
i
Underground Sewer Et Water
'King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P
Undereround Sewer Et Water Drill, Boring, Road Header
1
And/or Shield €
jKing Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P
Underground Sewerl Water Distribution Et Mulch Seeding I
Operator
=King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P
Undereround Sewer Et Water Manlifts),Air Tuggers,strato
'King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P
Underground Sewer Et Water 20 Tons Through 44 Tons I
lKing Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P
Undereround Sewer Et Water Tons And Over
King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P
Underground Sewer Et Water Tons Through 99 Tons {
-King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P
I Undereround Sewer Et Water
King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P
Underground.Sewer Et Water Mount) I
King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P
Underground Sewer Et Water i
jKing Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P i
Underground Sewer Et Water
,King Power Equipment Operators- Power Plant $48.62 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Pumps- Water $48.62 7A I 3C I 8P j
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
f
Underground Sewer Et Water a
s
King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P
{ Underground Sewer 8:Water
IKing Power Eguipmment Operators- Quick Tower -No Cab, Under $48.62 7A 3C 8P
Underground Sewer Et Water 100 Feet In Height Based To
Boom
King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P
Under�roUnd Sewer Et Water Rubber Tired Earth Moving
Equipment
King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C . 8P
Undemround Sewer Et Water
King Power Equipment Operafors- Rollagon. $51.89 7A 3C 8P .
Underground Sewer Et Water
King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P
Underground Sewer F±Water
t
King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P m
Underground Sewer Et Water Materials
King Power Equipment Operators- Roto-mill, Roto-grinder $51.40 7A 3C 8P
Underground Sewer Et Water
King Power EQuipmentOperators- Saws Concrete $50.98 7A 3C 8P .
i Underground Sewer Et Water
I
¢King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P
Underground Sewer Ft Water 45 Yards
King Power Equipment Operators- Scrapers - Concrete Et Carry All $50.98 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C 8P
Underground Sewer Et Water Yards And Over
jKing Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P
i Underground Sewer Et Water
King Power Equipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P i
Underground Sewer Et Water
King Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P
Underground Sewer Et Water Tractors Under 15 Metric Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P
Underground Sewer Et Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P ,
Underground Sewer It Water Tractors: 15 To 30 Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P
I Underground Sewer Et Water Over 50 Metric Tons To 90
i Metric Tons
King Power Equipment Operators- Shovel, Excavator; Backhoes: $53.01 7A 3C 8P
UnderQround Sewer Et Water Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P
I Underground Sewer Et Water
King Power EQUipmentOperators- Spreader, Topsider Et $51.89 7A 3C 8P
UnderQround Sewer` Et Water Screed 'man
'King Power.Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
u _
Underground Sewer Et Water
King Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P
Underground Sewer Et Water Height, Base.To Boom
i#(ing Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P
Underground Sewer Et Water Height Base To Boom
King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P
Underground Sewer Et Water Truck Type
King Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Truck Crane Oiler/driver- 100 $51.40. 7A 3C 8P
Undersround Sewer-Et Water Tons And Over
King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P
Underground Sewer Et Water 100 Tons
King Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P
Underground Sewer Et Water 4
King Power Equipment Operators- Welder $51.89 7A 3C 8P
Underground Sewer Et Water
;King Power Equipment Operators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P i
Underground Sewer Et Water
=King Power'Equipment Operators- Yo Yo Pay Dozer $51.40 7.A 3C 8P i
Underground Sewer Et Water
King Refrigeration £r Air Journey Level $70.46 6Z 16
i Conditioning Mechanics
King Roofers Journey Level $43.90. 5A 111
a
King Roofers Using Irritable Bituminous $46.90 5A 1 R
Materials
King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1E
King Sign Makers Et Installers Sign Installer $22.92 1
(Electrical)
King Sign.Makers Et Installers Sign Maker $21.36 1
(Electrical)
King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X
Protection)
King Stage Rigging Mechanics (Non Journey Level $13.23 1
Structural)
King Street And Parking Lot Journey Level $19.09 1
Sweeper Workers
3
King Surveyors Assistant Construction Site $50.98 7A 3C 8P
i Surveyor
'King Surveyors Chainman $50.461 7A 3C 8P
sKing Surveyors Construction Site Surveyor $51.89 7A 3C 8P
King Telecommunication Journey Level $22.76 1
? Technicians
King Telephone Line Construction - Cable Splicer $35.09 5A 213
z
Outside
(King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 28
Outside
iKing Telephone Line Construction - Installer (Repairer) $33.63 5A 2B
Outside
� I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013 .
i �
King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B
Outside
t King Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B
Outside
King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B
Outside (Heavy)
King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B
E Outside (Light)
(King Telephone Line Construction - Telephone Lineperson $32.62 5A 2B
Outside
;King Telephone Line Construction - Television Groundperson $18.65 5A 2B
j Outside
King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B
4 Outside
�. King Telephone Line Construction - Television System Technician $29.42 5A 2B
Outside 4
gKing Telephone Line Construction - Television Technician $26.43 5A 2B l
Outside
King Telephone Line Construction - Tree Trimmer $32.95 5A 2B
Outside
King Traffic Control Stripers Journey Level $41.53 7A 1 K
{
King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L
WA-Joint Council 28) k
k
'King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L
g WA-Joint Council 28) €
:King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L
:King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L (
l Council 28)
King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L
Council 28)
'King ITruck Drivers ITransit Mixer 1$43,.23 1
https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 04/18/2013
TE
Department of Labor and Industries STA
�4 0�,
Prevailing Wage o 6 STATEMENT OF INTENT TO
(360)902-5335 x
www.hii.wa.gov/TradesLicensing/PrevWage �� oyn PAY PREVAILING WAGES
k4 rase
• This form must be typed or printed in ink. Public Works Contract
• Fill in all blanks or the form will be returned for correction(see instructions). $40,00 Filing Fee Required
• Please allow a minimum of 10 working days for processing.
• Once approved,your form will be posted online at Intent ID#(Assigned by L&I)
https:Hfortress.wa.gov/lni/pwiapub/SearchFor.asp
Your Company Name Project Name Contract Number
ABC Company,Inc. Road Repair 2011-OIB
Your Address Awarding Agency
1234 Main Street WA State Department of Trans ortation
City State Zip+4 Awarding Agency Addres
Olympia WA 98501-1234 PO Box 47354
Your Contractor Registration Number Your UBI Number City State Zip+4
ABCCI*0123AA 123456789 Olympia TWA 98501
Your Industrial Insurance Account Number Awarding cy Contact Name ne p't�nber
111,111-11 John Do `i=5' 5-5555
Your Email Address(required for notification of approval) Your Phone Number County Where "o°=k ill Be Performed y Where Work Will Be Performed
prevailingwage @lni.wa.gov (555)555-5555 to Olympia
Your Expected Job Start Date(mm/dd/yyyy) Bid Due (Prime Con ar's Award Date(Prime Contractor's)
01/01/2011 f.�4/01/201 08/10/2010
Job Site Address/Directions ` treLzate al Dollar Amount our Contract(including
State Street @ Plum Street s r time a nd materials,if applicable. $1000.00
ARRA^Furid§ �r.x,C a a ,:.`, >.ai u x r ,,,.i, x,x �•: eatherizattpn ox EpergY E#t`icienf Funds t xak K
Does this project utilize American Recovery and Reinvestment Act(ARRA),ftA Does this oJ& ufltze any weatherization or energy efficiency upgrade funds
❑Yes ®No {ARRA or o : , `se)? ❑Yes ®No
PrifRie GontractbY's Cbm an Information - t +tj $ x �' i Ilium iontrac2or s Coni nn nformattan "ch , '2
....,,..e...,�.rn ;
Prime Contractor's Company Name Pri h_`��""tar;'s Intent N ' - ' Gdntractor's Company Name
XYZ Company,hie. 1 '456 Su avers,Inc.
Prime Contractor's Registration Number Prime ContX101Or's n1 b, HAng Contractor's Contractor Registration Number Hiring Contractor's UBI Number
XYZIN*0123AA 987654321 SUPERPA123AA 321456987
�' rc
Do you intend to use ANY subcontracto ❑Yes OxIo Will employees perform work on this project? ®Yes ❑No
Will ALL work be subcontracted? Me, 4016 No Do you intend to use apprentice employees? ®Yes ❑No
Number of Owner/ who own at leas 0° the comp ho will perform work on the project: ❑None(0) ®One(1) ❑Two(2) ❑Three(3)
Crafts/Trades/'== cupations�o not list app rtes. They are listed on the Affidavit of Wages Paid only.) Rate of Hourly
Number of Rate of Hourly
If an employe ts',s/tr ks in more than one trade,ennfp that all hours worked in each trade are reported below. Usual("Fringe")
For additional ades/Qccupati'YispleasIe use dum A. Workers Pay Benefits
Laborer-Asphal 2 39.28 5.00
Power Equipment Operator-Asphalt Pl'mit Operator 1 48.04 2.35
Truck Driver-Asphalt Mix ny '�» ds) 1 46.47 0.00
I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are correct and that all workers I employ on this
Public Works Project will be paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name: Print Title: Si nature: Date:
Ot'-I:°SiI1I)Se., "e `.'.^,t"
Approved by signature of the Department of Labor and Industries Industrial Statistician
NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the ERB 2805(RCW 39.04.370)Addendum and attach it
to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The ERB 2805 Addendum is not submitted with this Intent.
SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011
Department of Labor and Industries Q ST..A AFFIDAVIT OF WAGES PAID
' Prevailing Wage Program o4 6
(360)902-5335 Public Works Contract
wwmv.hri.��a.eov!'IYadesLicensin>n>rev�l�at*e oy� $40.00 Filing.Fee Required
• This form must be typed or printed in ink. Affidavit ID #(Assigned by L&I)•
• Fill in ALL blanks or the form will be returned for correction(see instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved,your form will be posted online at SAMPLE
baps//forte,s.wa irovMi/uwta ub/8e.relfbt ast)
Your Gom anyInfor"mat[on � Awardfn <A enc'"`Idfo.rtnahon
Your Company Name Project Name Contract Number
ABC Company Road Repair 123-456
Your Address Awarding Agency
1234 Main Street WA St Department of Transportation
City State Zip+4 Awarding Agency Address...
Olympia WA. 198501-1234 PO Box 123
Your Contractor Registration Number Your UBI Number City State Zip+4
ABCCI*0123AA 123456789 Olympia WA 98501
Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number
111,111-11 John Doe (555).555-5555
Your Email Address(required for notification ofapproval) Your Phone Number County Where'Work Was Performed City Where Work Was Performed
revailingwage @lni.wa.gov 1(555)555-5555 Thurston Ol ympia
Additionil.Detaifs.. i " ContractiDetails =`
Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's)
2/1/2011 3/1/2011 1/1/2011 1/5/2011
Job Site Address/Dire ctions Your Approved Intent 1D.# Indicate Total Roller Amount of your Contract
Plum and State Sheet 123456 1(ineluditigsates tax). 1$10,000.00
EHB 2805.(RCW 39.04.370)—Is the Prime Contractor's El Yes Z No If you apswpred"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or
Contract at a cost of over one million dollars $1,000,000 7 later you must,com lete and submit the EHB 2805 CW 39.04.370 Addendum.
ARRA�Funds �„„.,;> . , Weafbcrizationor-.iEner Z;fIIcientF,unds� .� ..� '
' Does this project utilize American Recovery and Reinvestment Act(ARRA)funds?` Does this project utilize any weatherization or energy efficiency upgrade funds
❑Yes Z No (ARRA or other wise)? ❑Yes Z No
Pnme Gonhactor-s C ui"unv Information Hlrin` .Contractor's CUin `any Tnfo.rti ation,. :-
Prime Contractor's Company Name Hiring Contractor's Company Name
XYZ Company CBA Company
Prime Contractor's Registration Number Prime'ContractoCs UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number
XYZCI*0123AA 1987654321:: CBACI*0123AA 456789123
:..: t
Em Io`rent Liformation ;-. .,� ..:!> ._ •::, ... :;. ,., r
Did you use ANY subcontractors? ❑Yes(Addendum B Required)`.'' Z No Did employees perform work on this project? Z Yes ❑No
Was ALL work subcontracted? ❑Yes(Addendum B Required) Z No Did you use apprentice employees! ❑Yes Z No
Number of Owner/Operators who own at least 30%of the company who performed work on this project: El None(0) Z One(1) El (2) C1 Three(3)
You must list the First and Last Namc s of any Owner/Operator performing work below
List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly
provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe")
name no other information required. **Apprentices-are not recorded below.You must Benefits
use Addendum D to list Apprentices.
General Labor 2 153 41.23 8.54
'
Carpenter 5 210 52,26 10.13
I
Sl refute Block':` i, ,; ,`. .....:� .. . ', :.:�•.. 1 .: ,_:; .,, ,-` .: ,, � .....:
1 hereby certify that i have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this
Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries,
Punt Name Jane Doe Print Title Bookkeeper Signature: Date:3/5/2011
For•L&IUse Oiil ' t � ;.'
APPROVED Department of Labor and Industries
' By Industrial Statistician
SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011
i �
' WASHDOT Amendments
� to
1 2012 Standard Specifications
'
(Division 1)
1
1
1
1
1
1
I '
INTRO.AP1
INTRODUCTION
' The following Amendments and Special Provisions shall be used in conjunction with the 2012
Standard Specifications for Road, Bridge, and Municipal Construction.
' AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
' 1-01.AP1
Section 1-01, Definition and Terms
' August 6, 2012
1-01.3 Definitions
The definition for"Bid Documents" is revised to read:
The component arts of the proposed Contract which may include but are not limited to
P p p p Y >
the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans,
' Addenda, and, for projects with Contracting Agency subsurface investigations, the
Summary of Geotechnical Conditions and subsurface boring logs (if any).
' The definition for"Superstructures" is revised to read:
The part of the Structure above:
' 1. The bottom of the grout pad for the simple and continuous span bearing, or
' 2. The bottom of the block supporting the girder, or
3. Arch skewback and construction joints at the top of vertical abutment members or
rigid frame piers.
Longitudinal limits of the Superstructure extend from end to end of the Structure in
accordance with the following criteria:
1. From the face of end diaphragm abutting the bridge approach embankment for
end piers without expansion joints, or
2. From the end pier expansion joint for bridges with end pier expansion joints.
Superstructures include, but are not limited to, the bottom slab and webs of box girders, the
bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge
deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and
i
railing attached to the Superstructure when such Superstructure components are not
otherwise covered by separate unit measured or lump sum bid items.
Superstructures do not include endwalls, wingwalls, barrier and railing attached to the
wingwalls, and cantilever barriers and railings unless supported by the Superstructure.
1-02.AP1
Section 1-02, Bid Procedures and Conditions
' January 2, 2012
1-02.4(2) Subsurface Information
The first two sentences in the first paragraph are revised to read:
If the Contracting Agency has made subsurface investigation of the site of the ro osed
P P
work, the boring log data, soil sample test data, and geotechnical recommendations reports
' obtained by the Contracting Agency will be made available for inspection by the Bidders at
the location specified in the Special Provisions. The Summary of Geotechnical Conditions,
as an appendix to the Special Provisions, and the boring logs shall be considered as part of
the Contract.
1-03.AP1
' Section 1-03, Award and Execution of Contract
April 2, 2012
1-03.1(1) Tied Bids
This section's title is revised to read:
1-03.1(1) Identical Bid Totals
1-05.AP1
Section 1-05, Control of Work
August 6, 2012
' 1-05.13(1) Emergency Contact List
The second sentence in the first paragraph is revised to read:
The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent,
the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC)
Lead and the Traffic Control Supervisor.
1-06.AP1
Section 1-06, Control of Material
January 7, 2013
1-06.1(4) Fabrication Inspection Expense
The first paragraph is revised to read:
In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle,
Washington, the Contracting Agency will deduct from payment due the Contractor costs to
perform fabrication inspection on the following items:
r
• Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and
Spherical)
• Cantilever Sign Structures and Sign Bridges
• Epoxy-Coated Reinforcing Steel
' Metal Bridge Railing and Handrail
• Modular Expansion Joints
• Painted Piling and Casing
• Painted and Powder-Coated Luminaire and Signal Poles
• Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers
• Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and
Sanitary Sewer Pipe
• Precast Concrete Three Sided Structures
• Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and
Box Culverts
' Precast Concrete Traffic Barrier
• Precast Concrete Marine Pier Deck Panels
• Precast Concrete Floor Panels
• Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem
Panels
• Precast Concrete Retaining Walls, including Lagging Panels
• Prestressed Concrete Girders and Precast Bridge Components
• Prestressed Concrete Piles
• Seismic Retrofit Earthquake Restrainers
• Soldier Piles
• Steel Bridges and Steel Bridge Components
• Steel Column Jackets
• Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalis,
and Transfer Spans
• Treated Timber and Lumber 6-inch by 6-inch or larger
• Timber
• Additional items as may be determined by the Engineer
The footnote below the table is revised to read:
An inspection day includes any calendar day or portion of a calendar day spent by one
inspector inspecting, on standby, or traveling to and from a place of fabrication. An
' additional cost per inspection day will be assessed for each additional inspector.
Reimbursement will be assessed at $280.00 per day for weekends and holidays for
each on site inspector in travel status, but not engaged in inspection or travel activities
when fabrication activities are not taking place.
1-07.AP1
Section 1-07, Legal Relations and Responsibilities to the Public
' January 7, 2013
1-07.1 Laws to be Observed
The following two sentences are inserted after the first sentence in the third paragraph:
In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which
requires employers to provide a safe workplace. More specifically WAC 296.800.11025
' prohibits alcohol and narcotics from the workplace.
1-07.9(2) Posting Notices
1 This section is revised to read:
Notices and posters shall be placed in areas readily accessible to read by employees. The
Contractor shall ensure the following are posted:
1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW
published by US Department of Labor. Post for projects with federal-aid funding
2. FHWA-1022 (revised 11/11) - NOTICE Federal-Aid Project published by Federal
Highway Administration (FHWA). Post for projects with federal-aid funding
3 WH 1321 (revised 04/09) - Employee Rights under the Davis-Bacon Act published
by US Department of Labor. Post for projects with federal-aid funding
4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act
published by US Department of Labor. Post on all projects
5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The
Family and Medical Leave Act published by US Department Of Labor. Post on all
projects
6. WHD-1462 (revised 01/12)— Employee Polygraph Protection Act published by US
Department of Labor. Post on all projects
7. F416-081-909 (revised 12/12) - Job Safety and Health Law published by
Washington State Department of Labor and Industries. Post on all projects
8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington
State Department of Labor and Industries. Post on all projects
t9. F700-074-909 (revised 12/12) -Your Rights as a Worker in Washington State by
Washington State Department of Labor and Industries (L&I). Post on all projects
10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington
State Employee Security Department. Post on all projects
j11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages"for
the Contractor, each Subcontractor, each lower tier subcontractor, and any other
firm (Supplier, Manufacturer, or Fabricator)that falls under the provisions of RCW
39.12 because of the definition of"Contractor" in WAC 296-127-010
12. Post one copy of the prevailing wage rates for the project
1-07.14 Responsibility for Damage
The fifth paragraph is revised to read:
Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent
negligence of(a)the indemnitee or the indemnitee's agents or employees and (b) the
Contractor or the Contractor's agent or employees, the indemnity provisions provided in the
preceding paragraphs of this Section shall be valid and enforceable only to the extent of the
Contractor's negligence or the negligence of its agents and employees.
1-07.15 Temporary Water Pollution/Erosion Control
The third paragraph is deleted.
1-08.AP1
Section 1-08, Prosecution and Progress
April 2, 2012
1-08.1 Subcontracting
In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT".
1-08.3(1) General Requirements
The following new paragraph is inserted after the first paragraph:
' Total float belongs to the project and shall not be for the exclusive benefit of any party.
1-08.7 Maintenance During Suspension
The second paragraph is revised to read:
' At no expense to the Contracting Agency, the Contractor shall provide through the
construction area safe, smooth, and unobstructed roadways and pedestrian access routes
for public use during the suspension (as required in Section 1-07.23 or the Special
Provisions.) This may include a temporary road, alternative pedestrian access route or
detour.
1-09.AP1
Section 1-09, Measurement and Payment
August 6, 2012
1-09.1 Measurement of Quantities
The following new sentence is inserted after the sentence ""Ton":2,000 pounds of avoirdupois
weight":
Items of payment that have "Lump Sum" or"Force Account" in the Bid Item of Work shall
have no specific unit of measurement requirement.
1-09.2(5) Measurement
The second sentence in the first paragraph is revised to read:
The frequency of verification checks will be such that at least one test weekly is performed
for each scale used in weighing contract items of Work.
t
t
� Special Provisions
1
1
1
1
1
1
1
SPECIALPROVISIONS..............................................................................................................6
1-01 DEFINITIONS AND TERMS.............................................................................................6
1-01.1 General...............................................................................................................................6
1-01.3 Definitions....................................................:....................................................................6
1-02 BID PROCEDURES AND CONDITIONS.......................................................................8
t1-02.1 Prequalification of bidders..............................................................................................8
1-02.2 Plans and Specifications...................................................................................................8
1-02.5 Proposal Forms.................................................................................................................9
1-02.6 Preparation of Proposal...................................................................................................9
1-02.6(1) Proprietary Information.............................................................................................9
1-02.7 Bid Deposit......................................................................................................................10
1-02.9 Delivery of Proposal. ..................................................................................................10
1-02.12 Public Opening of Proposals............................................:...........................................10
1-02.13 Irregular Proposals.......................................................................................................10
1-02.14 Disqualification of Bidders.......................................................................................... 11
1-02.15 Pre Award Information................................................................................................ 11
1-03 AWARD AND EXECUTION OF CONTRACT.............................................................. 11
1-03.1 Consideration of bids..................................................................................................... 11
I1-03.2 Award of Contract..........................................................................................................12
1-03.3 Execution of Contract....................................................................................................12
1-03.4 Contract Bond.................................................................................................................12
1-03.7 Judicial Review..............................................:...............................:................................13
1-04 SCOPE OF WORK...........................................................................................................13
1-04.2 Coordination of Contract Documents.,.........................................................................13
1-04.3 Contractor-Discovered Discrepancies...........................................................................13
1-04.4 es Chan .....13
Changes
1-04.8 Progress Estimates and Payments.................................................................................14
1-04.11 Final Cleanup................................................................................................................14
1-05 CONTROL OF WORK.....................................................................................................14
1-05.4 Conformity With and Deviation from Plans and Stakes.............................................14
1-05.4(3) Contractor Supplied Surveying ............................................................15
1-05.4(4) Contractor Provided As-Built Information.............................................................15
1-05.7 Removal of Defective and Unauthorized Work...........................................................16
1
1-05.10 Guarantees....................................................................................................................17
1-05.11 Final Inspection.............................................................................................................17
1-05.11(1) Substantial Completion Date..................................................................................17 ,
1-05.11(2) Final Inspection and Physical Completion Date...................................................18
1-05.11(3) Operational Testing..................................................................................................18 j
1-05.12 Final Acceptance...........................................................................................................19
1-05.13 Superintendents,Labor and Equipment of Contractor............................................19
1-05.14 Cooperation with Other Contractors..........................................................................19
1-05.16 Water and Power..........................................................................................................19
1-05.17 Oral Agreements...........................................................................................................19
1-05.18 Contractor's Daily Diary.............................................................................................20
1-06 CONTROL OF MATERIAL.............:..............................................................................21
1-06.1 Approval of Materials Prior to Use.........:.....................................................................21
1-06.2(1) Samples and Tests for Acceptance............................................................................21
1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................21
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................21
1-07.1 Laws to be Observed........:.............................................................................................21
1-07.2 State Sales Tax.................................................................................................................22
1-07.2(1) General........................................................................................................................22
1-07.2(2) State Sales Tax-Rule 171.........................................................................................23
1-07.2(3) State Sales Tax-Rule 170.........................................................................................23
1-07.2(4) Services.......................................................................................................................23
1-07.6 Permits and Licenses......................................................................................................23
1-07.9 Wages............................................................................. .............................................24
1-07.9(5) Required Documents.................................................................................................24
1-07.11 Requirements for Non-Discrimination.......................................................................24
1-07.11(11) City of Renton Affidavit of Compliance...............................................................24
1-07.12 Federal Agency Inspection...........................................................................................24
1-07.13 Contractor's Responsibility for Work........................................................................24 i
1-07.13(1) General......................................................................................................................24
1-07.15 Temporary Water Pollution/Erosion Control............................................................24
1-07.16 Protection and Restoration of Property.....................................................................25
1-07.16(1) Private/Public Property...........................................................................................25
1-07.17 Utilities and Similar Facilities.....................................................................................26
1-07.17(1) Site Specific Potholing.............................................................................................27
2
1-07.17(2) Interruption of Services...........................................................................................27
1-07.18 Public Liability and Property Damage Insurance.....................................................28
1-07.18(1) General......................................................................................................................28
1-07.18(2) Coverages..................................................................................................................28
1-07.18(3) Limits........................................................................................................................30
1-07.18(4) Evidence of Insurance:...........................................................................................:.30
1-07.22 Use of Explosives...........................................................................................................31
1-07.23 Public Convenience and Safety...................................................................................31 .
1-07.23(1) Construction Under Traffic.....................................................................................31
1-07.23(2) Construction and Maintenance of Detours............................................................32
1-07.24 Rights of Way................................................................................................................33
1-08 PROSECUTION AND PROGRESS.................................................................:..............33
1-08.0 Preliminary Matters.....................................................................:.................................33
1-08.0(1) Preconstruction Conference......................................................................................33
1-08.0(2) Hours of Work..............................................................................:.............................34
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............35
1-08.1 Subcontracting. .........................................................................................:....................35
1-08.2 Assignment......................................................................................................................36
1-08.3 Progress Schedule...........................................................................................................36
1-08.4 Notice to Proceed and Prosecution of the Work..........................................................37
1-08.5 Time For Completion.....................................................................................................37
1-08.6 Suspension of Work........................................................................................................38
1-08.7 Maintenance During Suspension...................................................................................39
1-08.9 Liquidated Damages.......................................................................................................39
1-08.11 Contractor's Plant and Equipment.............................................................................39
1-08.12 Attention to Work.........................................................................................................39
1-09 MEASUREMENT AND PAYMENT...............................................................................39
1-09.1 Measurement of Quantities............................................................................................39
j1-09.3 Scope of Payment........................................................................................................:...40
1-09.6 Force Account.................................................................................................................41
1-09.7 Mobilization....................................................................................................................41
1-09.9 Payments..............................:..........................................................................................42
1-09.9(1) Retainage....................................................................................................................43
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........43
1-09.9(3) Final Payment...................................................................................................:........44
3
1-09.11 Disputes and Claims.............................................................................:........................45
1-09.11(2) Claims........................................................................................................................45
1-09.11(3) Time Limitations and Jurisdiction.........................................................................45
1-09.13 Claims and Resolutions.................................................................................................45
1-09.13'(3) Claims$250,000 or Less..........................................................................................45 i
1-09.13(3)A Administration of Arbitration..............................................................................45
1-09.13(3)B Procedures to Pursue Arbitration........................................................................45
1-09.14 Payment Schedule ym t .........................................................................................................46
1-09.14(1) Scope................................................................................................................:........46
1-10 TEMPORARY TRAFFIC CONTROL...........................................................................46
1-10.1 General............................................................................................................................46
1-10.2(1)B Traffic Control Supervisor.....................................................................................48
1-10.2(2) Traffic Control Plans.................................................................................................48
1-10.3 Flagging, Signs,and All Other Traffic Control Devices..............................................48
1-10.3(3) Construction Signs.....................................................................................................48
1-10.4 Measurement...................................................................................................................48
1-10.5 Payment...........................................................................................................................48
1-11 RENTON SURVEYING STANDARDS...........................................................................48
1-11.1(1) Responsibility for surveys..........................................................................................48
1-11.1(2) Survey Datum and Precision................................................................:....................49
1-11.1(3) Subdivision Information............................................................................................49
1-11.1(4) Field Notes..................................................................................................................49
1-11.1(5) Corners and Monuments...........................................................................................50
1-11.1(6) Control or Base Line Survey.....................................................................................50
1-11.1(7) Precision Levels..........................................................................................................50
1-11.1(8) Radial and Station--Offset Topography.................................................................51
1-11.1(9) Radial Topography.....................................................................................................51 �.
1-11.1(10) Station--Offset Topography.....................................................................................51
1-11.1(11) As-Built Survey ..................................................................51 t
1-11.1(12) Monument Setting and Referencing.......................................................................51
1-11.2 Materials.............:............................................................................................................52
1.11.2(1) Property/Lot Corners............................................................................................:...52
1-11.2(2) Monuments.................................................................................................................52
1-11.2(3) Monument Case and Cover.......................................................................................52
8-02 ROADSIDE RESTORATION..........................................................................................52
4
I8-02.3(4)A Topsoil Type A..........................................................................................................52
8-02.3(16) Lawn Installation.....................................................................................................52
t8-02.3(16)A Lawn Installation..................................................................................................52
8-02.3(16)Al Qualifications of Workmen................................................................................52
8-02.3(16)A2 Submittals............................................................................................................52
8-02.3(16)A2a Certification of Material....................................................................................52
8-02.3(16)A2b Manufacturer's Certificates of Conformance................................................53
8-02.3(16)A2c Schedule for Installation...................................................................................53
8-02.3(16)A3 Product Handling................................................................................................53
8-02.3(16)A4 Site Information..................................................................................................53
8-02.3(16)A5 Sod........................................................................................................................53
8-02.3(16)A5a Other Materials.................................................................................................53
8-02.3(16)A6 Execution.............................................................................................................53
8-02.3(16)A6a Installation Preparation...................................................................................54
8-02.3(16)A6b Sod Installation.................................................................................................54
t8-02.3(16)B Lawn Establishment..............................................................................................54
8-02.3(16)13 Lawn Establishment and Final Acceptance........................................................54
8-02.3(16)B1 Establishment Period....................................
8-02.3(16)B2 Guarantee.............................................................................................................55
1 8-02.3(16)B3 Final Acceptance..................................................................................................55
8-03 IRRIGATION SYSTEMS.................................................................................................55
8-03.1 Description......................................................................................................................55
8-03.3 Construction Requirements...........................................................................................55
9-14 EROSION CONTROL AND ROADSIDE PLANTING................................................55
9-14.1(1) Topsoil Type A............................................................................................................55
9-14.6(8) Sod...............................................................................................................................56
9-15 IRRIGATION SYSTEMS.................................................................................................56
9-15.4 Irrigation Heads..............................................................................................................56
9-15.17 Electrical Wire and Splices..........................................................................................56
t
5
04/17/2013
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, State of Washington, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference
shall be deemed to mean the City of Renton acting through its City Council, employees, and duly
authorized representatives for all contracts administered by the City of Renton.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the Work, which might reasonably have been anticipated from historical records of the general
locality of the Work, shall not be construed as an act of God.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Documents
See definition for"Contract".
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time
The period of time established by the terms and conditions of the Contract within which the Work
must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the
bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time
begins.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has
full and unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental Work,replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
6
04/17/2013
Contract Completion p Date: The date by which the Work Is contractually required to be
physically completed. The Contract Completion Date will be stated in the Notice to Proceed.
Revisions of this date will be authorized in writing by the Engineer whenever there is an
extension to the Contract time.
Completion Date: The day all the Work specified in the Contract is completed and all the
obligations of the Contractor under the Contract are fulfilled by the Contractor.
Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per
the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative,or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public works
proj ect.
Inspector
The Owner's authorized representative assigned to make necessary observations of the Work
performed or being performed, or of materials furnished or being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency's acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor
authorizing and directing the Contractor to proceed with Work and establishing the date on which the
Contract time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as"Contract Bond"defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of
prescribed Work including layouts,profiles, cross-sections, and other details. Drawings may 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.The terms "Standard Drawings"
or "Standard Details" generally used in Specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer's points,this shall mean all marks,bench marks,
reference points, stakes,hubs,tack, etc., established by the Engineer for maintaining horizontal and
vertical control of the Work.
04/17/2013
I
Provide
Means"furnish and install"as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Public Works Administrator.
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
j Special Provisions
Modifications to the Standard Specifications and their amendments that apply to an individual
project. The special provisions may describe Work the Specifications do riot cover. Such Work shall
comply first with the Special Provisions and then with any Specifications that apply. The Contractor
shall include all costs of doing this Work within the bid prices.
State
1 The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such
drawings and instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians,bicyclists,wheelchairs, and equestrian
traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases,power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines,conduits, ducts, sewers,or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequaliification of Bidders
Delete this Section and replace it with the following:
Bidders shall be qualified by experience, financing, equipment, and organization to do the Work
called for in the Contract Documents. The Contracting Agency reserves the right to take whatever
action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for
Bids (Advertisement for Bids)for the Work.
8
04/17/2013 t
After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No.of Sets Basis of Distribution
Reduced Plans (11" x 17") and 4 Furnished automatically
contract provisions u on award
Large flans (22"x 34") 4 Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost
stated in the Call for Bids.
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
At the request of the bidder, the Contracting Agency will provide a proposal form for any project on
which the bidder is eligible to bid
The proposal form will identify the project and its location and describe the Work. It will also list I
estimated quantities,units of measurement,the items of Work, and the materials to be furnished at the
unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable,retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone
number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are.included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,
if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and
additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer
of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(Or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any D/M/WBE.requirements are to
be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed b a member of the
� Y
joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any
D/W/MBE requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed.The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
(******)
Vendors should, in the bid proposal, identify clearly any material(s), which constitute"(valuable)
formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
9 � .
04/17/2013
42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis
for such claim of exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received within 5 (five) years from the date of
submission. Failure to so label such materials or failure to timely respond after notice of request
for public disclosure has been given shall be deemed a waiver by the submitting vendor of any
claim that such materials are, in fact, so exempt.
i1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title
of the person must accompany said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the
Contract Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with Project Name .and.Project Number as
stated in the Advertiseinentfor Bids clearly marked on the outside of the envelope Or as otherwise
stated in the Bid Documents,to ensure proper handling and delivery.
1-02.12 Public.Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item I to read:
1. A proposal will be considered irregular and will be re j ected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
C. The complete proposal form contains any unauthorized additions, deletions, alternate
bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1-2.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
10
04/17/2013
1-02.14 Disqualification of Bidders
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet
the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same or
different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to
the .full extent of the bid, or to. the extent that the bid .exceeds.the authorized
prequalification amount as may have been determined by a prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current Contracting Agency
Work or for Work done for others, as judged from the standpoint of conduct of the Work;
workmanship; progress; affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise
utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise,to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not registered in
accordance with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to
be used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or county
where the Work is located;
7. A copy of State of Washington Contractor's Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is
the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
(******)
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
so stated in the call for bids or special provisions. The City reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion.
11
04/17/2013
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The Contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
I Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
1 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any Work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered
before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency, is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
�. activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount. This
contract bond shall:
1. Be on the Contracting Agency-furnished form;
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner,and
b. Appears on the current Authorized Insurance List in the State of Washington published by
the Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors
of the Contractor)to faithfully perform the Contract or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any
12
04/17/2013 j
other person who provides supplies or provisions for carrying out Work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond;
and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice-president, unless accompanied by a written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
attorney or a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance
of the Contract shall be in the Superior Court of the County where the Contracting Agency's
headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents Plans ecia
Sp 1 Provisions Specifications,
and Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence
(e.g.,'1 presiding over 2, 2 over 3, 3 over 4,and so forth):
1. Addenda
2. Proposal Form
3. Technical Provisions
4. Contract Plans .
5. Special Provisions
5. Contracting Agency's Standard Plans(if any)
6. Amendments to the Standard Specifications
7. WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction
8. WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction
1-04.3 Contractor-Discovered Discrepancies
Section 1-04.3 is a new section:
(******)
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in writing
to the Engineer any error, inconsistency, or omission in respect to design or mode of construction,
which is discovered. If the Contractor, in the course of this study or in the accomplishment of the
Work, finds any discrepancy between the Plans and the physical condition of the locality as
represented in the Plans, or any such errors or omissions in respect to design or mode of construction
in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to
inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any
Work done after such discovery, until correction of Plans or authorization of extra Work is given, if
the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved,the procedure shall be as provided in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
(******)
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis. i
13
04/17/2013
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
"Lump Sum"Work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
j unless another specific method of calculating lump sum payments is provided elsewhere in the
Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1=05.4 is supplemented with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required
survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these
Specifications as being provided by the Engineer. All costs for this survey Work shall be included in
"'Contractor Supplied Surveying,"per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per
Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and
excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes
and marks.
The Contractor shall provide a work site, which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor
supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the
Engineer or.the Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation; set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error was furnished by the Engineer. Three consecutive points set on line or grade shall be the
minimum points used to, determine any variation from a straight line or grade. Any such variation
shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall
be liable for any error in alignment or grade.
14
04/17/2013
The Contractor shall provide all surveys required other than those to be performed by the Engineer.
All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of
these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by
the Engineer,per'Section 1-11.1(4). These field notes shall include all survey Work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the Contract Work
the field book or books shall be submitted to the Engineer and become the property of the Contracting
Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey Work and the survey Work will be completed by-the Engineer at the Contractor's expense.
Costs for completing the survey Work required by the Engineer will be deducted from monies due.or,
to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying"per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3)is a new section:
(******)
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the
survey Work required for the project, The Contractor shall retain as a part of the Contractor
Organization an experienced team of surveyors under the direct supervision of a professional land
surveyor licensed by the State of Washington. All survey Work shall be done in accordance with
Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies,
and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the
project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be
corrected to the satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner
to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As-Built records and other Work the Engineer deems necessary,the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
surveying from monies owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete survey
Work required to complete the project and As-Built drawings shall be included in the lump sum price
for"Construction Surveying, Staking,and As-Builts."
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches,
15
04/17/2013
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his Work as covered under this project.
It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and
elevation each major item of Work done under this contract per the survey standard of Section 1-11.
Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
vertical and Horizontal Bends,Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to
the City the hard covered field book(s) containing the as-built notes and one set of white prints of the
projectdrawings upon which he has plotted the notes of the Contractor locating existing utilities, and
one set of white prints of the project drawings upon which he has plotted the as=built location of the
new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and
signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking,
and As-Builts",lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer,the Contractor shall promptly replace and re-execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner,
and shall bear the expense of making good all Work of other contractors destroyed or damaged by
such removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re-execution
of the Work within 7 calendar'days of written notice from the Engineer, or fails to perform any part of
the Work required by the'Contract Documents,the Owner may correct and remedy such Work as may
be identified in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary. In that case,the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such
removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact
of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such
materials at public or private sale, and deduct all costs and expenses incurred from monies due to the
Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The
-Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any
deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be
an emergency situation,the Engineer may have the defective and unauthorized Work corrected
immediately,have the rejected Work removed and replaced, or have Work the Contractor refuses to
perform completed by using Contracting Agency or other forces. An emergency situation is any
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public,the Property Owner and the'Property
Owner's property.
16 .
04/17/2013
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency's rights provided by
this section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's '
right to pursue any other avenue for'additional remedy or damages with respect to the Contractor's
failure to perform the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is -discovered, the Contractor shall promptly, upon written order by the
Contracting Agency, return arid in accordance with the Engineer's instructions, either correct such
Work, or if such Work has been rejected by the Engineer,remove it from the project site and replace it
with non-defective and authorized Work; all without cost to the Contracting Agency. If the Contractor
does not promptly comply with the written order to correct defective and/or unauthorized Work, or if
an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized
Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or
Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized Work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the Work when no formal
contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1)is anew section:
When the Contractor considers the Work to be substantially complete,the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will
schedule an inspection of the Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental Work,replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the Work is substantially
17
. 04/17/2013
` complete and ready for its intended use,the Engineer,by written notice to the Contractor,will set the
Substantial Completion Date.If, after this inspection the Engineer does not consider the Work
substantially complete and ready for its intended use,the Engineer will,by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,whichever is
applicable,the Contractor shall pursue vigorously, diligently and.without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the Work physically complete and ready for Finial Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2)is a new Section:
When-the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection.The Engineer
will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor-in writing of all particulars in which the Final Inspection
reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued
vigorously, diligently, and w.ithout interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies,the Engineer may,upon Written Notice to the Contractor,take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor
will not be allowed an extension of contract time because of a delay in the performance of the Work
attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the Work was considered physically complete, that date
shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations
of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
t Section 1-05.11(3)is a new section:
Unless otherwise noted in the Contract Documents,the Contractor shall give the Engineer a minimum
of 3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than the.Engineer, the Contractor shall give the Engineer a minimum of 3 working days'
notice of the date fixed for such inspection. Required certificates of inspection by other authority than
the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore, when the Work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems;
buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate
and test the Work for a period of time, after final inspection but prior to the physical completion date.
Whenever items of Work are listed in the Contract Provisions for operational testing they shall be
fully tested under operating conditions for the time period specified to ensure their acceptability prior
to the Physical Completion Date. During and following the test period,the Contractor shall correct
any items of workmanship,materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls,meters, or other devices and equipment to be
18
04/17/2013
tested during this period shall be tested under the observation of the Engineer, so that the Engineer
may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the
satisfaction of the Engineer.
The costs for power,gas, labor,.material, supplies,and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system being
tested, unless specifically set forth otherwise in the proposal.
Operational and test periods,when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1-05.13 Superintendents,Labor and Equipment of Contractor
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-
02.1,the Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their respective
Work, and shall properly connect and coordinate the Contractor's Work with theirs.
Other utilities,districts,agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton(water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
1-05.16 Water and Power
Section 1-05.16 is a new Section:
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the Work,unless the Contract includes power and water as a pay
item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
19
04/17/2013
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the Contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the Contract. Such oral agreement or conversation
shall be considered as unofficial information and in no way binding upon the Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is-a new section:
The Contractor and subcontractors shall maintain and provide to the Engineer a_Daily Diary Record
of this Work. This diary will be created by'pen entries in a hardbound diary book of the type that is
commonly available,through commercial outlets. The diary must contain the Project and Number; if
the diary is in loose-leaf form, this information must appear on every ge. The diary must be kept
and maintained by the Contractor's designated project superintendent(s). Entries must be made on a
daily basis and must accurately represent all of the project activities on each day.
At a minimum,the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions,including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to
the Plans and Contract Provisions, so that the reader can easily and accurately identify said
Work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor, the
Owner, or any.third party m any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for future
installation,to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by category
of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment
on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by the
Owner or other party during each day.
11. Entries to verify the daily(including non-Work days) inspection and maintenance of traffic
control devices:and:condition of the traveled roadway surfaces. The Contractor shall not
allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by the
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the
project.
The Contractor may use additional sheets separate from the diary book if necessary to provide a
complete diary record,but they must be signed, dated,and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall tie the "Contractor's Book of Original Entry" for the documentation of
any potential claims or disputes that might arise during this contract. Failure of the Contractor
to maintain this diary in the manner described above will constitute a waiver of any such claims
or disputes by the Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
20
04/17/2013
i
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1
is supplemented as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall
include the quantity,manufacturer, and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by the Engineer as to conformity with the
Contract Documents. The Engineer will review the lists within 10 working days, noting required
corrections. The Contractor shall make required corrections and file 2 .corrected copies with the
Engineer within one week after receipt of required corrections. The Engineer's review and acceptance
of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose,
nor for deviations from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1)is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples b the
p. p PP P Y
Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance
with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2)is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
The Contractor shall erect and properly maintain, at all times, as required by the conditions and
progress of the Work, all necessary safeguards for protection of workers and the public; shall post
danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a
responsible employee on the construction site whose duty shall be the enforcement of safety. The
name and position of such person so designated shall be reported in writing to the Engineer by the
Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and
shall not employ any person unfit or not skilled in the Work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by the Contractor.
In cases of conflict between different safety regulations,the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office,or other well-known place at the project site,
all articles necessary for providing first aid to the injured. The Contractor shall establish,publish, and
make known to all employees,procedures for ensuring immediate removal to a hospital or doctor's
21
04/17/2013
care, and persons, including employees,who may have been injured on the project site. Employees
should not be permitted to Work on the project site before the Contractor has established and made
known procedures for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances,and methods,and for any damage or injury resulting from their failure,
or improper maintenance,use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site,including safety for all persons and property in the
performance of the Work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not, and shall not,be intended to include review and adequacy of the
Contractor's safety measures, in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub-sections,in its entirety and replace it with the following:
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax. Sections
1-07.2(l)through 1-07.2(4)are meant to Clarify chose rules. T1ie'Contractor should contact the
Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases,however, state retail sales tax will not be included. Section 1-07.2(3) describes this
exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the.
Washington State Department of Revenue a certificate showing that all contract-related taxes have
been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper state fund.
22
04/17/2013
1-07.2(2) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building,repairing, or improving streets,roads, etc.,
which are owned by a municipal corporation,or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as part of the street or road drainage system, and power lines when
such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall
include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract
amounts, including those that the Contractor pays on the purchase of the materials,equipment, or
supplies used or consumed in doing the Work.
1=07.2(3) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing
buildings, or other structures,upon real property. This includes,but is not limited to; the construction
of streets,roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems
are within, and a part of,a street or road drainage system; telephone,telegraph, electrical power
distribution lines,or other conduits or lines in or above streets or roads,unless such power lines
become a part of a street or road lighting system; and installing or attaching of any article of tangible
personal property in or to real property,whether or not such personal property becomes a part of the
realty by virt ue of installation.
For Work performed in such cases the Contractor shall collect from the Contracting Agency, retail
p g .
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in j
the unit bid item prices,or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools,machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(4) Services ' I
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services(as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
The Contractor shall be required to comply with all conditions of the p ermits, easements, and rights
of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from
claims on all easements and rights of entry. ,
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall
comply with the special provisions and requirements of each.
23
04/17/2013
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the Work, and inspection fees in connection therewith shall be secured and
paid for by the Contractor. If the Owner is required to secure such permits, permission under
franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be
charged against the Contractor and deducted from any funds otherwise due the Contractor.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and
lower tier subcontractors, regardless of proj ect's funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be
bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law,then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, -together with the wage rates. 'The Contractor shall also ensure that this Section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of
the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless the Contractor shall be able to
overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,.
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first ara a h,and replace it with the following:
P �' :p p g
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
24
04/17/2013
protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all
Work in strict accordance with all Federal, State, and local laws and regulations governing waters of
the State, as well as permits acquired for the project.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1)is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private property.
i
The Contracting Agency may provide certain lands; as indicated in connection with the Work under
the Contract together with the right of access to such lands. The Contractor shall not unreasonably
encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary Work as
required by his operations. The Contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
t
A. General. All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-of-way or
franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a
minimum amount of damage. The Contractor shall schedule his Work so that trenches across
easements shall not be left open during weekends or holidays and trenches shall not be open for more
than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
Work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the
Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil from the
trench or construction area and stockpile it in such a manner that it may be replaced by him,upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches
have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and
debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way,
which have lawn areas. All fences,markers,mailboxes, or other temporary obstacles shall be
removed by the Contractor and immediately replace, after the trench is backfilled,in their original
position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in
advance of any Work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
25
04/17/2013
construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such Work shall be done to the satisfaction of the Property Owners and the
Contracting Agency at the expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways)used by him if damaged.
In the event the Contractor does not.have labor or material immediately available to make necessary
repairs, the Contractor shall so inform the Contracting Agency.- The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public.Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to the
Engineer. Information and data shown or indicated in the Contract'Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to the Owner and the Engineer by owners of such underground facilities or others,
and the Owner and the Engineer do not assume responsibility for the accuracy or completeness
thereof. It is to be understood that other aboveground or underground-facilities not shown in
the Plans may be encountered during the course of the Work.
All utility valves,manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a
j fashion acceptable to the Owner and the Engineer by the,Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume
that every property parcel will be served by a service connection for each type of utility.
The Contractor shall check with the utility companies concerning, any possible conflict prior to
commencing excavation in any area. The Contractor shall resolve all crossing and clearance
problems with the utility company concerned. No excavation shall begin until all known facilities, in
the vicinity of the excavation area,have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the Contractor
shall have all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, the Contractor shall notify the Underground
Utilities Location Center by telephone of the planned excavation and progress schedule. The
Contractor is also warned that there may be utilities on the project that are not part of the One Call
system. They must be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
26
04/17/2013 �1
Existing utilities for telephone, power,.gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before the Contractor begins Work, or may be performed in conjunction with the
Contract Work. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent, of their
facilities within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to the Contractor
for reason of delay caused by the actions of any utility company, and the Contractor shall consider
such costs to be incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other Work. The Contractor shall submit all potholing requests to the
Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of an of the
Y g Y
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(1) Site Specific Potholing
Section 1-07.17(1) is a new section:
Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in
addition to potholing included as incidental for utility installation. Where underground utilities are
found to be in the way of construction, such condition shall not be deemed to be a changed or
differing site condition, and if necessary, pipe alignment or grade shall be modified.No payment will
be made unless potholing has been performed prior to trench excavation, and witnessed by the
Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities
separated by 3 feet or less shall constitute one locate.Where multiple utilities exist in close proximity,
the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this
item is included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual quantity
used varies by more than 25 percent.
The contractor shall perform for this potholing a minimum of five working days prior to crossing to
allow for potential revisions. The contractor shall not have cause for claim of down-time or any other
additional costs associated with `waiting' if the owner provides design revisions (related to the
information supplied per this section) within three working days after the contractor provides the
surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(2) Interruption of Services
Section 1-07.17(2) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less _
than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize
27
04/17/2013
the duration of outages, and shall estimate the length of time service will be interrupted and so notify
the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact
shall again be made. Temporary service; if needed, will be arranged by the Contractor at no cost to
the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit and
Lump sum items of the Contract; no separate payment will be made.
1=07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General,
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to
the Completion Date, public liability and property damage insurance with an insurance company(ies)
or through sources approved by the State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been obtained _
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
subcontractors, Contracting Agency:.and the Contracting Agency's- consultant. The coverage shall
protect against claims for bodily injuries, personal injuries, including accidental death, as well as
claims for property damages which may arise from any act or omission of the Contractor or the
subcontractor, or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage and
�! limits established under the term of the Contract for work are in full force and effect during the period
of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance
policy effecting cover`age(s)required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for immediate
termination of the Contract at the option of the.Contracting Agency.
,All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the
contract and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable
to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an 'occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. best rating of AVII(A rating of A XII or better is preferred.)
If any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies),terms, conditions,and the Certificate of Insurance.
28
04/17/2013
Failure of the Contractor to fully comply during the term of the Contract with these requirements
will be considered a material breach of contract and shall be cause for immediate termination of
the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable)
• Explosion, Collapse, and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
Broad Form Property Damage
• Independent Contractors
Perso4ial/Advertising hijury
• Stop Gap,Liability
B. Automobile Liability including all
• Owned Vehicles
Non-Owned Vehicles
• Hired Vehicles I
C. Workers'Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, including Advertising activities) the (CONTRACTOR) shall maintain
professional liability covering wrongful acts, errors and/or omissions of the
(CONTRACTOR) for damage sustained by reason of or in the course of operations
under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this
Contract involves pollution risk to the environment. This coverage is to include
sudden and gradual coverage for third party liability including defense costs and
completed operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor.shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate.Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause(Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract,upon which the Contracting Agency may, after
29
04/17/2013
�. giving five business days notice to the Contractor to correct the breach, immediately
terminate the contract or, at its discretion, procure or renew such insurance and pay
any and all premiums in connection therewith, with any sums so expended to be
repaid to the Contracting Agency on demand, or at the sole discretion of the
Contracting Agency, offset against .funds due the Contractor from the Contracting
Agency.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from
liability in excess of such limits. The Contractor shall carry the following limits of liability as
required below:
/ Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments (Any One Person) $5;000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2563 of equivalent)
**Amount may vary based on project risk
Automobile Liabilitv
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
t General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability(If required)to apply on a per project
basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to two (2)
years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with
the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a
new certificate of insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the Certificate of Insurance( ACORD Form 25s or equivalent)
conforming to items as specified in Sections 1-07.1'8(1), 1=07.18(2), and 1-07.18(3) as revised above.
Other requirements are as follows:
30
04/17/2013
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above described
policies be cancelled before the expiration date thereof, notice will be delivered
in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified above,
the City will accept a written agreement that the consultant's broker will provide the required
notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may,be required by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The _
individual in charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the
Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads,
streets, sidewalks, driveways, and an the within the project limits, keeping them open, and in good,
clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired
at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired
by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The
Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project
limits when affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting
Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a
hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds.
(The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall
be responsible for scheduling when to renew striping, subject to the approval of the Engineer.
When the scope of the project does not require Work on the roadway, the Contracting Agency
will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's
31
04/17/2013
expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting Agency's expense when approved by the Engineer, except
when flow is impaired due to the Contractor's operations.
Section 1-07.23(1) is supplemented,by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and on any
street, which is utilized by his equipment for the duration of the project. The Contractor shall be
prepared to use watering trucks,power sweepers, and other pieces of equipment as deemed necessary
by the Engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation will be
made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize
affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the .
Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the
course of the project. Such access shall be maintained as near as possible to that which existed prior
Y to the commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
1 The Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. The Contractor shall give a copy of all notices to the Engineer.
When the abutting owners' access across the right-of-way line is to:be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered, at all times. The Contractor
shall not open any trenches that cannot be completed and refilled that same day. Trenehes shall be
patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
******
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer
needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway., bridge,
sidewalk,driveway, or path during construction,
32
04/17/2013
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights-of-Way
Delete this section in its entirety,and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-of-way,the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained by the Engineer.
Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so
noted on the Drawings.The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right-of-entry had been received.
If the Contractor is delayed due to acts of,omission on the part'of the Contracting Agency in obtaining
easements,rights of entry of right-of-way, the Contractor will be entitled to an extension of time.The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this Contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been obtained or, in
the case of a release,.that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2
.Plans and Specifications". Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and
33
04/17/2013
compare the Contract Documents, and check and verify pertinent figures shown therein and all
applicable field measurements; The Contractor shall promptly report in writing to the Engineer any
conflict, error or discrepancy,which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer- and such other
interested parties as may be invited.
The Contractor-shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule(3+copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
List of materials fabricated or manufactured off the project
4 Material sources on the project
4 Names of principal suppliers
4 Detailed equipment list; including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
4 Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring:prehminary list)
4 Traffic Control Plans (3-F copies)
3 Temporary Water Pollution/Erosion Control Plan
In addition,the Contractor shall be prepared to address:
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance,payrolls,and certifications
Safety regulations for the Contractors'and the Owner's employees and representatives
Suspension of Work,time extensions
Change order procedures
Progress estimates,procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights-of-entry
Other contracts
The franchise utilities may be present.at the preconstruction conference, and the Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
7 straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00
a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week.
The normal straight- time 8-hour working -period for the Contract shall be established at the
preconstruction conference or prior to the Contractor commencing the Work.
L
34
04/17/2013
If it has been determined that the Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays, and shall be based upon the.Contractor's
1 than that which would have been necessary to complete
diligently pursuing the Work at a rate not less ry p
the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read: �1
At no expense to the Contracting Agency,the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary f
road or detour.
1-08.9 Liquidated Damages !!'
Section 1-08.9 is supplemented as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by the Owner as a result of such
delay. Such labor costs will be billed to the Contractor at actual costs, including administrative
overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof,the Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of •
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
Contractor's plant and equipment in the performance of any Work on the site of the Work.
as extra Work and aid for
The use by the Owner of such plant and equipment shall be considered p
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the
site from the time the Contractor's operations have commenced until final acceptance of the Work by
the Engineer and the Owner. The Contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection �I
of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
1-08.12 Attention to Workij
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall k
be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times ,
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be'the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
39
04/17/2013
Lump Sunt. The percentage of lump sum Work completed, and payment.will be based on the cost
percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials- and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in
the following manner: Where_items are specified to be paid by the cubic yard, the following tally
system shall be used.
All trucks to be,employed on this Work will be measured:to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no
duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name,date and time of delivery
4 -Location of delivery,by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number"
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for
each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is
given to the Inspector on the project at the time of delivey of materials for each truckload delivered.
Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of
delivery of materials. Tickets riot receipted by Inspector will not be hbnoredfor payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1 1. Truck number
2. Thick tare weight(stamped at source)
-� 3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number .
9.. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made
40
04/17/2013
for the Work described in each section of the Standard Specifications when the Contractor performs
the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form,
and Work for that item is erformed b the Contractor and the Work is not stated
p y as included in or
incidental to a pay item in the Contract and is not Work that would be required to complete the intent
of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work
pursuant to a Change Order..
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the"payment" clause in the Specifications relating to any unit bid item price in the Proposal Form
requires that said unit bid item price cover and be considered compensation for certain- Work or
material essential to the item, then the Work or material will not be measured or paid for under any
other unit bid item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form.When items are to be"furnished"under one payment item and"installed"
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished;" or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
Work, delivered to the 'applicable Contracting Agency storage site when provided for in the
Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force
account, only to provide a common proposal for Bidders. All such dollar amounts are to become a
part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication
that the actual amount of Work will correspond with those estimates. Payment will be made on the
basis of the amount of Work actually authorized by the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for .Work on the project; providing sanitary
facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the
project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone, ;
facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a
table and chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization&Demobilization,"Lump Sum.
41
04/17/2013
1-09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial,progress estimate will be made not later than 30 days after the Contractor commences the
Work, and successive progress estimates will be made every month thereafter until the Completion
Date. Progress estimates made during progress of the Work-are tentative, and made only for the
purpose of determining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the final payment.
�r The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid
Forms amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by
the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued by 'the Contracting Agency's fiscal
officer, against the appropriate fund source for the project. Payments received on account of Work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by the Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of the Contractor's right to payment as the Engineer may direct, including "red
line"as-built drawings showing work installed by the contractor during the progress payment period.
The Contractor shall submit a progress:report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project
completion date.
42
04/17/2013
1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the
Contractor. In the event claims are filed, the Owner shall withhold,until such claims are satisfied, a
sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold
such amount as is required to satisfy any claims by the Owner against the Contractor, until such
claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, arid, if required in either case, an affidavit that so far as the
Contractor has knowledge or information, the release and receipts include all labor and materials for
which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or
receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien.
If any, lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the
Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs
and reasonable engineer's and attorney's fees..
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2)is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12
and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities,
which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with
the Work(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1=08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule, which indicates the Work will not be complete within
the contract time.When calculating an anticipated time overrun,the Engineer will
make allowances for weather delays, approved unavoidable delays, and suspensions
of the Work.The amount withheld under this subparagraph will be based upon the
liquidated damages amount per day set forth in Contract Documents multiplied by
the number of days the Contractor's approved progress schedule, in the opinion of the
Engineer,indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by
the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as required
by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW) as
required by Section 1-07.10.
43
04/17/2013
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this Section to a party or parties who are entitled to payment.
Disbursement of such funds,if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the.claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall be considered as payment
made under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the final payment shall be and shall operafe.as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
j in stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall"such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency,the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises'(WBE) participating in the Work. Such affidavit shall certify
the amounts paid to the DB,MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish. the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved,'formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30=calendar day.deadline shall begin on the date of the postmark of the certified letter from
the Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the Contract will apply to contracts that are completed in accordance with Section
1-08.5 for contracts that are terminated.in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not iii any way relieve the._Contractor of the provisions
under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and
local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date(Section 1-05.12).
44
04/17/2013
1-09.11. Disputes and Claims
1-09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as .provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
(******)
...such claims or causes of action shall be brought in the Superior Court of the county where the
Work is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency's headquarters are located. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
(******)
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues '
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and �J
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the
board's majority opinion that the Contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
45
04/17/2013
1-09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
GENERAL
1-09.14(1) Scope
Section 1-09.14(1) is a new.section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equlpment, supplies,
and manufactured articles,and for all labor, operations, and incidentals appurtenant to the
items of Work being described,as necessary to complete the various items of the Work all in
accordance.with the requirements of the Contract Documents;including all appurtenances
thereto, and including all costs of compliance with the regulations of public agencies having
jurisdiction,including Safety and Health Administration of the U.S. Department of Labor
(OSHA). No separate payment will be made for any item that is not specifically set forth in
the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities,which exceed the actual.measured amount
used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the bid for
each item shall result in the complete construction, in an accepted operating condition, of
each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary to warn
and protect the public at all times from injury or damage as a result of the Contractor's operations
which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control,"the Work,required for this item shall be
all items described in Section 1-10, including,but riot limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;.
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
46
04/17/2013
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control device's destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the
City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic,control plan for the project and designating the person responsible for
traffic control at the Work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime Contractor; and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
If no bid item"Traffic Control"appears in the proposal, then all Work required by these sections will
be considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated, by a prudent.Contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special.Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the Contractor's modification to the traffic control plan(s) appearing in the
Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of
the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices(MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided
to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged
against the Contractors allowable contract time, and shall not be the cause for a claim for extra days
to complete the Work.
47
04/17/2013
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required
or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract.
During non-Work periods,the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
1-10.2(2) . Traffic Control Plans
Section 1-10.2(2)is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established'standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
' 1-10.3 Flagging, Signs,,and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond
grade.or equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the Work to provide Class A or Class B construction signs shall be included in the unit
�f contract price for the various other items of the Work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific.unit of measurement will apply to the lump sum item of"Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief
flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control,"Lump Sum.
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1711.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to
practice land surveying under the pro"visions of Chapter 18.43 RCW.
48
04/17/2013
All surveys and survey reports shall be prepared in accordance with the requirements established by
the Board of Registration for Professional Engineers and Land Surveyors under the provisions of
Chapter 18.43 RCW
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of
the City of Renton's Survey Control Network monuments. The source of the coordinate values used
will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-
130-060. The control base lines for all.surveys shall meet or exceed the requirements for a Class A
survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA(ACSM Land
Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable
classification in future editions of said document. The angular and linear closure and precision ratio
of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the
method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000.precision in lire length dependent error analysis at
a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee
Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GP.S Relative Positioning Techniques dated August 1, 1989, or comparable
classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical
Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If
there are two such benchmarks within 3000 feet of the.project site a tie to both shall be made: The
benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist
within 3000 feet of a project, one must be set on or near the project in a permanent manner that will
remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown
on the drawing, as well as a description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a sketch
and a record of control and base line traverses describing station occupations and what measurements
were made at each point.
Every point located or set shall be identified,by a number and a description. Point numbers shall be
unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the
original field notebook(s) used by the Surveyor will be given to the City. For all other Work,
Surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the field
notes.
49
04/17/2013
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is
usually set at such points to physically reference a corner's location on the ground.
Monument:Any physical object or structure of record,which marks or accurately references:
• A corner or other survey point established by or under the supervision of an individual per
Section 1-11.1(1)and any comer or monument established by the General Land Office and its
successor the Bureau of Land Management including section subdivision corners down to
and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or.horizontal and vertical
control points established by any governmental agency or private surveyor including street
intersections but exchiding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light
poles, or any non-single family building. Control or Base Line Surveys shall consist of such number
of permanent monuments as are required such that every structure may be observed for staking or"as-
builting" while occupying one such monument and sighting another such monument. A minimum of
two of these permanent monuments shall be existing monuments, recognized and on record with the
�t City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall
satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall:be neat, legible, and drawn to an appropriate scale. North
orientation should be clearly presented and the scale shown graphically as well.as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder isy required, it will be prepared on 18 inch
by 24 inch mylar and will comply-with all provisions of Chapter 58.09 RCW. A photographic mylar
of the drawing will be submitted to the City of,Renton and,upon their review and acceptance per the
specific requirements of the project,the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch.by 34 inch mylar, and
the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform
to the City of Renton's Drafting Standards.' American Public Works Association symbols shall be
used whenever possible, and a legend shall identify all symbols used if each point marked by a
symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation(if applicable)values;
all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and rocedures of third order elevation accuracy established b the Federal Geodetic
P P Y Y
Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must
be complete to insure both recoverability and positive identification on recovery.
50
04/17/2013
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for
station-offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed
for all topographic surveys.
1-11.1.(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic surrey shall be determined
either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control
Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation "
differences determined in at least two directions for each point and with misclosure of the circuit not
to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee Specifications as to the turn points.and shall not exceed
0.1 foot's error as to side shots.
1-11.1(11] As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes, '
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey
must be based on the same base line or control survey used for the construction staking survey for the
improvements.being "as-built". The "as-built" survey for all subsurface improvements should occur
prior to backfilling. Close %cooperation between the installing Contractor and the "as-builting"
surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1)-herein, and shall be based
upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted
with stamped and signed "as-built" drawings which includes,a statement certifying the accuracy of
the"as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are unpractical or in danger of being destroyed, e.g., the front corners
of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack
in lead in the curb. The relationship between the witness monuments and their respective corners
shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with the curb."
In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2)
herein. If the monument falls within a paved portion of a right-of-way or other area, the monument
shall be set below the ground surface and contained within a lidded case kept separate from the
monument and flush with the pavement surface,per Section 1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point.of intersection(PI) for
the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the
51 .�
04/17/2013
PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a City of
Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city)
identifying the monument; point of'intersection (PD, point of tangency(PT), point of curvature (PC),
one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the
! monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation
shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Proper_WLot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged
with the surveyor's identification number. The specific nature of the marker used can be determined
by the surveyor at the time of installation.
1-11:2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans
page H031 and permanently marked or tagged with the surveyor's identification number.
1=11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031.
8-02 ROADSIDE RESTORATION
8702.3(4)A Topsoil Type A
` Section 8-02.3(4)A is supplemented with the following:
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(16) Lawn Installation
Section 8-02.3(16)is revised and supplemented as follows:
8-02.3(16)A Lawn Installation
Section 8-02.3(16)A has been deleted and superseded with the following:
8-02.3(16)Al Qualifications of Workmen
Provide at least one person who shall be present at all times during execution of the Work and who
shall be thoroughly familiar with the type of materials being installed and the best methods for their
installation and who shall direct all work performed under this section.
8-02.3(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for
the preceding. Include complete data on source, size and quality.
2. Supply on-site 12"x 12" sample of each'sod specified for inspection and approval in advance
by the City.
52
04/17/2013
3. Supply Grower's written recommendations for fertilizer type, rate of application, and
frequency.
equ ncy.
4. All certificates required by law shall accompany shipments.
5. Upon completion t
of he installation and prior to final inspection, deliver all certificates to the
p p
Engineer.
8-02.3(16)A2b Manufacturer's Certificates of Conformance
1. Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(16)A2c Schedule for Installation
1. The Contractor shall coordinate all work with the City and submit a watering plan for the
Establishment Period.
8-02.3(16)A3 Product Handling
Deliver all items to the site in their original containers,with all labels intact and legible, at the time of fi
the City's inspection. Coordinate delivery and installation of sod to ensure sod is installed
immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and to protect
the installed work and materials of all other trades.
In the event of damage or rejection, immediately make all repairs and replacements necessary for the
approval of the Inspector and at no additional cost to the City. i
8-02.3(16)A4 Site Information
If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect
from wind, drought,unusual weather and vandalism. Store all sod on site within limits of work.
Protect adjacent property, public walks, curbs and pavement from damage. Do not block public
access routes with plant material.
8-02.3(16)A5 Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration
from the Contractor's operations. Sod shall conform to section 9-14.6(8) as shown in the Special
Provisions.
8-02.3(16)A5a Other Materials
All other materials not specifically described but required for a complete and proper planting
installation, shall be selected by the Contractor subject to the approval of the Engineer.
8-02.3(16)A6 Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and verify that
all such work is complete to the point where this installation may properly commence. Verify that
lawn installation may be completed in accordance with the original design and the referenced
standards. In the event of discrepancy, immediately notify the Engineer for specific instructions.
53
04/17/2013
8-02.3(16)A6a Installation Preparation
1. Prepare subgrade in all lawn areas by scarifying to a 10"minimum depth and removing rocks
and debris over 1" in diameter. Subgrade soils should. be free-draining and without any
impervious soils or other materials harmful to plant growth. Notify the Inspector of any
subgrade conditions deleterious to plant growth.
2. Spread topsoil to a minimum depth of 8"after settlement in all lawn areas.
3. Thoroughly rototill topsoil to a minimum depth of 8 inches.
4. Fine.grade per Contract Specifiactions. Rake entire surface to conform to site grading. Grade
edges to 1" below adjacent paved surfaces to provide a smooth transition. Roll as necessary
to firm grade to satisfaction of the Inspector.
5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly
rake to incorporate into the soil.
8-02.3(16)A6b Sod Installation
1. Moisten sod bed and roll lightly for compaction.
2. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to
smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after
settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion.
3. Remove any bumps,undulations, or low-high spots with a light rolling.
4. Water daily for a minimum of two weeks to prevent dehydration.
5. Protect all turf areas by erecting temporary fences,barriers, signs, etc. as necessary to prevent
trampling.
6. Do not work in,over, or adjacent to planting areas without proper protection and safeguards.
8-023(16)B Lawn Establishment
Section 8-02.3(16)B has been deleted and superseded with the following:
8-02.3(16)B Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival
of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until
Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than
the second mowing. The Contractor will be held responsible for all damage or loss caused by his
inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather
or other outside causes.
8-02.3(16)B1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will extend to
Substantial Completion or Final Acceptance by the City of landscape work,whichever is later.
Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a
healthy position.
2. Lawns shall be fertilized every six weeks from March through September per Grower's
. 54
04/17/2013
written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass
clippings shall be removed from the site, Maximum height of lawn shall not exceed three
inches.
4. Protect all lawn areas against damage, including erosion and trespassing,by providing and
maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a
regular basis, at least weekly or more often where necessary. This will include leaf fall
control in Fall period. Policing for paper and litter in all areas shall be conducted at least
weekly. During the Fall period leaves, windblown into gutters and catch basins, are
considered as litter and shall be removed as debris.
8-02.3(16)B2 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of
one year from the date of Final Acceptance.
8-02.300133 Final Acceptance �.
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform
grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection of the
entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final
Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent
upon Final Acceptance of the entire project or at the determination of the City if earlier than Final
Acceptance of entire project.
8-03 IRRIGATION SYSTEMS
8-03.1 Description
Section 8-03.1 is deleted and replaced with the following :
This Work consists of installing and/or repairing an irrigation system in accordance with these
Specifications and the details shown in the Plans or as approved by the Engineer.
8-03.3 Construction Requirements
Section 8-03.3 is supplemented as follows:
(*******)
Irrigation repairs shall be marked and left exposed for inspection by the Engineer prior to burial.
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
Section 9-14.1(1) is supplemented with the following:
Planting soil/topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam
texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth.
Soil shall be reasonably free of stones,lumps, roots, and weeds or similar objects. Topsoil should be
55 '
04/17/2013
fertile and free-flowing(pulverized). Topsoil shall be Mycorrhizae inoculated.
' Topsoil shall meet the following parameters:
Parameter Range
pH 6.7-7.5
Moisture Content 25 0/o-55%0
Soluble Salts 2.5 nunhos/(dS)
Coarse Sand 50%max(by weight)
Clay 25%max(by weight)
Silt 15%max(by weight)
Organic matter 10%max(by weight)
9-14.6(8) Sod
Section 9-14.6(8) is supplemented with the following:
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at
the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects,
insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local
laws requiring inspection for plant disease and insect control.
Sod: Non-net Sod Mixture from JB Instant Lawn,Redmond,WA,Ph: 425-821-0444,.or approved
equal. Approved equal must be from a local grower,and be established in growing sod in sandy loam
soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for"approved
' equal". Sod shall contain 65%perennial turf-type ryegrass by weight and 35%hard fescue by
Weight.
9-15 IRRIGATION SYSTEMS
9-15.4 Irrigation Heads
Section 9-15.4 is deleted and replaced with the following:
Irrigation heads shall be Rain Bird Falcon 6504, full or part-circle as determined by the Owner.
S9-15.17 Electrical Wire and Splices
Section 9-15.17 is deleted and replaced with the following:
Electrical wire used in repair shall be the same size, rating,material and color as the original damaged
wire unless otherwise as directed by owner or in violation of governing codes.
Wire splices used to repair damaged wire shall be left with sufficient slack so that the splice may be
brought to the surface without disconnecting the wires. All splices used to repair damaged wire shall
be made with a 3M DBR/Y-6 Splice Kit. Contractor shall provide Engineer the opportunity to
' inspect and approve all irrigation line and control wire repairs prior to burial.
' 56
t
s
t
Technical Provisions
1
1
1
1
1
1
1
1
1
1
1
1
� I
� '
� �
� �
, I
Technical Provisions
Table of Contents
Division1 General..................................................................................................................... 1-1
1.10 General.................................................................................................................................. 1-1
1.11.01 Project Description................................................................................................... 1-1
1.11.02 Reuse of Documents................................................................................................ 1-1
1.11.03 Electronic Data.......................................................................................................... 1-1
1.13 Permits and Licenses...................................................................................................... 1-2
1.15 Warranty........................................................................................................................... 1-2
1.20 Price and Payment.............................................................................................................. 1-2
1.29 Cost Increases for Materials.......................................................................................... 1-2
1.30 Administrative..................................................................................................................... 1-2
1.31 Responsibilities............................................................................................................... 1-2
1.31.1 Contractor's Responsibility .................................................................. 1-2
1.31.1.1 Construction Inspection Scheduling..................................................................... 1-3
1.31.1.2 Contractor Conducted Progress Meetings........................................................... 1-4
1.31.1.3 Contractor Provided Schedule and Non-working Day Approval..................... 1-4
' 1.31.2 Owner Inspector's Responsibility............................................................................. 1-4
1.33 Submittals........................................................................................................................ 1-4
1.33.1 Submittal and Shop Drawings................................................................................... 1-4
1.33.2 Substitutions................................................................................................................. 1-6
1.33.2.2 After Contract Execution........................................................................................ 1-6
' 1.40 Quality Control.................................. ........ 1-6
..........................................................................
1.42 Reference Specifications................................................................................................ 1-6
1.50 Construction Support.....,..................................................................................................... 1-7
1.51 Temporary Utilities ........................................................................................................ 1-7
t 1.52 Temporary Facilities..........:............................................................................................ 1-7
1.59 Site Control...................................................................................................................... 1-8
1.70 Execution and Closeout..................................................................................................... 1-8
1.72 Scheduling and Sequencing........................................................................................... 1-8
1.75 Testing,Startup and Operation.................................................................................... 1-8
1.75.1 Schedule........................................................................................................................ 1-8
1.75.2 Testing........................................................................................................................... 1-9
1.75.3 Scheduling of Owner/Engineer Review for Testing............................................. 1-9
i
Z:\East%Venatchee\data\REN\111-016\CCTF Tecluiical Spec.doce 2/25/2013 4:36 PM
©2013 RH2 Enoneenng,Inc.
Technical Provisions
Table of Contents
1.75.6 Electrical and Control Systems Testing................................................................. 1-10
1.75.30 Startup....................................................................................................................... 1-10
1.77 Cleaning......................................................................................................................... 1-10
1.77.2 Site and Facility Cleanup ....1-10
1.79 Training and Documentation..................................................................................... 1-11
1.79.1 Training....................................................................................................................... 1-11
1.79.2 Operation and Maintenance Manuals .................................................................... 1-11 ,
1.79.3 As-Built Drawings..................................................................................................... 1-13
1.80 Performance Requirements.............................................................................................1-13
1.81 Seismic Restraint and Anchorage...............................................................................1-13 ,
Division2 Sitework.................................................................................................................... 2-1
2.00 General.................................................................................................................................2-1
2.05 Common Work for Sitework........................................................................................ 2-1
2.10 Site Preparation...................................................................................................................2-1
2.10.2 Clearing and Grubbing............................................................................................... 2-1
j 2.10.3 Aquifer Protection Area.............................................................................................2-1
2.10.5 Construction Access................................................................................................... 2-2 '
2.10.6 Use of Construction P
u
E Z i ment within Sensitive Areas.......................................2-2
� 2.10.7 Existing Irrigation Repair........................................................................................... 2-3
2.11 Earthwork Materials..................._...........................................................:.......................2-3 '
2.11.1 Common Work for Earthwork Materials................................................................ 2-3
2.11.2 General Fill...................................................................................................................2-4
2.11.5 Trench Backfill............................................................................................................. 2-4
2.11.7 Gravel Base Course.....................................................................................................2-5
2.12 Road Surfacing................................................................................................................ 2-5
2.12.1 Common Work for Road Surfacing......................................................................... 2-5
2.12.3 Hot Mix Asphalt(HMA) / Asphalt Concrete Pavement (ACP) ......................... 2-5 '
2.13 Vegetation Protection...................................................................................:................ 2-5
2.13.1 Common Work for Vegetation Protection............................................................. 2-5 '
2.13.5 Excavation around Trees...........................................................................................2-5
2.20 Earth Moving....................................................................................................................... 2-6 '
2.23 Excavation....................................................................................................................... 2-6
Z:\Eastwetlatdiee\data\REN\111-016\CCTF Technkal Spec.docx Il 2/25/2013 4:36 PM
©2013 RH2 Engineering,Inc.
Technical Provisions
' Table of Contents
' 2.30 Site Improvements..................................• --.........................................................................2-6
2.31 Fencing.............................................................................................................................2-6
2.31.1 Common Work for Fencing......................................................................................2-6
2.31.2 Temporary Construction Security Fence.................................................................2-7
2.31.3 Chain Link Fence........................................................................................................2-7
Division3 Concrete...........:..........................•............................................................................3-1
3.00 General..............................•-•-•---.....----.......------............---......................................................3-1
' 3.05 Common Work for Concrete.......................................................................................3-1
3.10 Forming and Accessories...................................................................................................3-3
3.11 Formwork................•--.................----................................................................................3-3
_3.11.13 Cast in Place Forming...............................................................................................3-3
' 3.15.3 Expansion Joints .........................................................................................................3-4
3.30 Cast-In-Place Concrete......................................................................................................3-5
3.30.1 Common Work for Cast in Place Concrete............................................................3-5
3.31 Concrete Materials......................................•----............................................................... 3-6
' 3.31.3 Equipment Pad,Driveways, Sidewalks, and Fence Posts.....................................3-6
3.35 Surface Finishing......................................................................................................•--•-•3-7
3.35.1 Common Work for Surface Firlishing......................................................................3-7
3.62 Non-Shrink Grout..........................................................................................................3-7
Division 4 Masonry—Section Not Used................................................................................4-1
Division 5 Fabricated Metalwork and Structural Plastics..................................................... 5-1
5.00 General.............................................•----............................................................................... 5-1
Division 6 Carpentry—Section Not Used.............................................................................. 6-1
Division 7 Thermal and Moisture Protection........................................................................ 7-1
Division8 Openings.................................................................................................................. 8-1
8.00 General.........................................•----•---..........................................................................-•--- 8-1
' 8.05 Common Work for Openings........................................................................••••••........ 8-1
8.90 Louvers and Vents.........................•--•---•-••-•---..................................................................... 8-1
8.90.1 Common Work for Louvers and Vents................................................................... 8-1
8.91.13 Motor Actuated Louver/Dampers:........................................................................ 8-2
8.91.14 Gravity/ Backdraft Dampers..--•............................................................................ 8-2
8.91.19 Fixed Louver.............................................................................................................. 8-3
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx 111 2/25/2013 4:36 PM
©2013 RH2 Engineering,Inc.
Technical Provisions
Table of Contents
Division 9 Finishes—Section Not Used.................................................................................9-1
Division10 Specialties.............................=.................................................................................10-1
10.00 General.......................................................................................................•••••................. 10-1 '
10.05 Common Work for Specialties.................................................................................10-1
10.10 Information Specialties...............................................................:...................••-••••....--..10-1
10.14 Signs and Labels.........................................................................................................10-1
10.14.1 Common Work for Signs and Labels...................................................................10-1
10.14.2 Equipment Signs.....................................................................................................10-2
10.14.4 Danger Signs............................................................................................................10-2
10.14.4 Danger Signs............................................................................................................10-2
10.14.6 Construction Fence Perimeter Signs....................................................................10-2
10.14.8 Electrical and Control Equipment........................................................................10-3
10.40 Safety Equipment............................................................................................................10-3
10.44.16 Fire Extinguisher...................................................................................................10-3
Division 11 Equipment—Section Not Used..........................................................................11-1
Division 12 Furnishings—Section Not Used.........................................................................12-1 ,
Division 13 Special Construction—Section Not Used......................................................... 13-1
Division 14 Conveying Systems—Section Not Used...........................................................14-1
Division 15 Mechanical—Section Not Used..........................................................................15-1
Division16 Electrical.................................................................................................................16-1
16.00 General............................................................................................................................. 16-1
16.05 Common Work for Electrical...................................................................................16-1
16.10 Electrical Site Work........................................................................................................16-5 '
16.10.1 Common Work for Electrical Site Work.............................................................16-5
16.10.2 Underground Marking Tape (Detectable Type)................................................. 16-6 '
16.30 Panel Components..........................•---............................................................................16-6
16.33 Panel Relays................................................................................................................. 16-6 ,
16.33.2 Relays........................................................................................................................16-6
16.35.5 Terminal Blocks.......................................................................................................16-7
16.50 Switch and Panel Boards..............•--...............................................................................16-8
16.51 Service Disconnect Switch........................................................................................16-8 '
16.55 Switches and Protective Devices..................................................................................16-8
Z:\Eastwenatchee\data\REN\111-016\CCTF Technical Spec.docs Iv 2/25/2013 4:36 I'M
0 2013 RH2 Engineering,Inca
Technical Provisions
Table of Contents
' 16.55.1 Common Work for Switches and Protective Devices....................................... 16-8
16.55.13 Fuses....................................................................................................................... 16-9
16.55.16 Molded Case Circuit Breakers.................:...........................................................16-9
16.55.18 Disconnect Switches................:..........................................................................16-10
16.60 Conductors....................................................................................................................16-10
16.61 Low Voltage Wire and Cable...................................................................................16-10
16.70 Conduit,Raceways,Boxes and Fittings.....................................................................16-12
16.71 Raceways....................................................................................................................16-12
16.72 Boxes and Enclosures..................................................................................................16-14
16.72.2 Outlet and)unction Boxes...................................................................................16-14
16.72.4 Handholes and Pull Boxes...................................................................................16-15
16.75 Wiring Devices..............................................................................................................16-16
16.75.1 Common Work for Wiring Devices...................................................................16-16
16.75.2 Receptacles.............................................................................................................16-16
16.75.3 Line Voltage Switches...........................................................................................16-16
16.75.5 Plates.......................................................................................................................16-17
16.90 Power Generation.........................................................................................................16-17
16.91 Engine Generator.....................................................................................................16-17
16.91.2 Liquid Petroleum Engine Generator..................................................................16-17
16.92 Transfer Switches.....................................................................................................16-28
16.92.2 Automatic Transfer Switch..................................................................................16-28
16.93 Liquid Propane Tank....................................................................................................16-30
16.93.2 500 Gallon Liquid Propane Tank.......................................................................16-30
16.9-5 Testing............................................................................................................................16-31
16.95.1 Common Work for Testing...................................................................................16-31
Division 17 Automatic Control—Section Not Used............................................................17-1
Division 18 Measurement and Payment.................................................................................. 18-1
18.0 General...............................................................................................................................18-1
' Bid Item No. 1 -Mobilization,Demobilization,Site Preparation and Clean-up.............18-1
BidItem No. 2-Site Work......................................................................................................18-1
Bid Item No. 3-Pavement Patching..................................................................................... 18-1
BidItem No. 4-Structural...................................................................................................... 18-1
Z:\EastWenatchee\data\REN\111-016\CCTFTechnical Spec.docs v 2/25/2013 4:36 PM
0 2013 RH2 Engineering,Inc.
Technical Provisions
Table of Contents
Bid Item No. 5 -Ventilation.................................................................................................... 18-2 ,
Bid Item No. 6 - Electrical.......................................................................................................18-2
Bid Item No. 7- Generator Fuel............................................................................................18-2
BidItem No. 8 -As-builts............................................:........................................................... 18-2
Bid Item No. 9 - Force Account for Irrigation Repair........................................................ 18-2 '
1
i
1
1
1
1
1
1
1
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.doc4 V1 2/25/2013 4:36 PM
©2013 RH2 Engineering,Inc.
1
Division 1
General
1.10 GENERAL
Sections in these specifications titled "Common Fork for . . ." shall apply to all following
subsections whether directly referenced or not.
Sections in these specifications titled "Belated Sections" shall be read as integral to the
specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
' 1.11.01 Project Description
The Emergency Power for CCTF 2012 project consists of the construction of electrical
modifications to three (3) domestic water facilities located in Liberty Park. The project
includes a proposed indoor propane generator with propane tanks, automatic transfer
switches, disconnects, dry-type transformer, ventilation system, underground electrical and
c i rt r i •n tO
icnCiiig worn. tuc COnSuuCtivii project, aver COLiipietivii, win provide emergency power tv
the fluoridation building, the CCTF building and Well 9 building.
1.11.02 Reuse of Documents
Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any tide to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereo fl prepared by or bearing
the seal of Engineer or its consultants,including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of Owner and
Engineer and specific written verification or adaptation by Engineer.
' 3. The prohibitions of this Paragraph will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the
Contract Documents for record purposes.
t1.11.03 Electronic Data
1. Unless otherwise stated in the Supplementary Conditions, the data furnished by
II, Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may
be relied upon are limited to the printed copies (also known as hard copies). Files in
electronic media format of text, data, graphics, or other types are furnished only for
the convenience of the receiving party. Any conclusion or information obtained or
derived from such electronic files will be at the user's sole risk. If there is a
discrepancy between the electronic files and the hard copies,the hard copies govern..
L2. Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data's creator, the party
receiving electronic files agrees that it will perform acceptance tests or procedures
within 30 days, after which the receiving party shall be deemed to have accepted the
' 1-1
Z:\East4tWenatchee\data\REN\111-016\CCTF Techtnical Spec.doct 2/25/2013 4:46 PM
O 2013 RH2 Engineering,Inc.
t
Winter 2013. City of Renton
Division 1 - General Emergency Power for CCTF
data thus transferred. Any errors detected within the 30-day acceptance period will ,
be corrected by the transferring party.
3. When transferring documents in electronic media format, the transferring party
makes no representations as to long term compatibility, usability, or readability of
documents resulting from the use of software application packages, operating
systems,or computer hardware differing from those used by the data's creator.
1.13 Permits and Licenses ,
The Contractor shall acquire all necessary permits which may include:
• Propane Tank Permit ,
• Mechanical Permit
• Electrical Permit ,
The Contractor is responsible for payment to acquire all permits with the exception of the
propane tank which has been paid for by the City.
1.15 Warranty
The Contractor shall warrant all products used in the construction of this project for a
period of one (1) year following project acceptance except for those components and listed
warrantees below. The date of project acceptance is defined as the date the final payment is
sent to the Contractor from the Owner.
Warranty does not cover damage due to misuse by the Owner or conditions outside of the
Owner or Contractor's control (force majeure) including but not limited to war, strikes,
floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below
10 degrees Fahrenheit (Western Washington), freezes below minus 10 degrees Fahrenheit
(Eastern Washington), governmental restrictions, vandalism, and power failures or surges.
The Contractor has control over workmanship, third party subcontractors and parts and
materials used to complete the project.
Warranties in addition to this warranty are listed in the following sections:
• Division 16.91.2 Engine Generator
1.20 PRICE AND PAYMENT
1.29 Cost Increases for Materials
There shall be no allowance for additional payment should the cost of any materials go up ,
during the course of the original contract timeframe. The Contractor is responsible for
securing prices at the time of bid.
1.30 ADMINISTRATIVE ,
1.31 Responsibilities
1.31.1 Contractor's Responsibility '
1-2 '
2/25/2013 4:46 PM Z:\East,Venatdiee\data\REN\111-016\CCTF Tedmical Spec.docx
0 2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 1- General
The work included in this contract is shown on the contract plans and described in these
project specifications. All work incidental and necessary to the completion of the work
described and shown shall be performed by the Contractor. In submitting a bid for this
project, the Bidder warrants that they are an expert in this and related work, that they
understand the process and functions shown, and that various work and processes not
shown but necessary for the successful operation of this project will be provided by the
' Contractor.
The General (or Prime) Contractor is fully responsible for providing his subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor's
responsibility to be familiar with these requirements, include the coordination necessary in
this estimate of project costs and schedule, and to comply with the requirements during
construction. Failure to follow proper inspection and notification procedures may result in
on-site work stoppages and removal or demolition of unapproved structures or systems, all
at the Contractor's expense. See Testing,Startup and Operation section below for details.
Do not start work on this project or on any public or private right-of-way or easement until
clearance is given by the Owner. It will be the responsibility of the Contractor to comply
with the requirements of any permit for the project Do not hinder private property access
without a 24-hour notice to the private property owner, and do not hinder access for more
than an 8-hour period. Do not disrupt emergency aid access to private property.
The Contractor is solely responsible for all elements of site safety. Inspections performed by
the Engineer are only to monitor and record that project plans and specifications are being
complied with and construction is consistent with the design intent.
The Contractor shall be responsible for managing, coordinating, and overseeing his
subcontractors, suppliers, manufacturers' representatives, or any other persons performing
Work. The Contractor shall have a competent representative, familiar with the project and
work being performed,on-site at all times.
1.31.1.1 Construction Inspection Scheduling
Unless otherwise noted on the plans or within these specifications,48-hour prior notice shall
be given to the Engineer for all inspections required for the construction of the project. 48-
hour notice is defined as 2 complete working day notice. Time is not counted on weekends
and holidays (inspections required on a Monday or the day after a holiday shall be scheduled
a minimum of 48 hours in advance not including the holiday hours or weekend hours.)
Contractor shall schedule and arrange for the following special inspections and tests with the
appropriate reviewing agency and testing company. Note: Special Inspections may be
required per IBC Division 17 and will be listed in other divisions.
' 1-3
Z:\EastWenatchee\data\REN\111-016\CCTF Tedniical Spec.doc4 2/25/2013 4:46 PAI
0 2013 RH2 Engineenng,Inc.
it
Winter 2013 City of Renton
Division 1 - General Emergency Power for CCTF
• All inspections required by the Building Dept. ,
• Soils and crushed rock compaction.
• Concrete air and slump. ,
• Concrete strength cylinders.
1.31.1.2 Contractor Conducted Progress Meetings
The Contractor shall schedule and hold regular on-site progress meetings at least weekly and
at other times as requested by the Owner or as required by progress of the work. The
Contractor, Engineer,and all Subcontractors active on the site must attend each meeting.
1.31.1.3 Contractor Provided Schedule and Non-working Day
Approval
Contractor is responsible for providing an up to date construction schedule with each
monthly pay estimate and at other times as requested by the Owner or as required by '
progress of the work. If the current schedule is still in line with the previous schedule, the
Contractor shall inform the owner and engineer with each pay estimate. Non-working day
approval shall also be received by the Owner with each monthly pay estimate. Owner may
delay monthly progress payments if Contractor fails to submit updated schedule and non-
working day requests.
1.31.2 Owner Inspector's Responsibility
The Owner may elect to have an inspector on site to monitor, observe and record
construction progress. The Contractor maintains complete responsibility to verify
construction is meeting the design intent and is being constructed in accordance with the
plans and specifications. It is not the responsibility of the Owner's inspector to address
neither means and methods issues on site nor direct safety issues on site. The Owner's
inspector does not have the authority to stop work if unsafe conditions are observed.
1.33 Submittals
1.33.1 Submittal and Shop Drawings t
Shop drawing submittals are required for all items installed on this contract. Submit 2 copies
of each submittal to:
RH2 Engineering,Inc.
300 Simon Street SE, Suite 5
East Wenatchee,WA 98802
Attn: Mr. Mark Miller,P.E. ,
One set of shop drawings will be returned to the Contractor after review.
Electronic submittal via email is acceptable, however the Contractor shall take responsibility
to follow up with the Engineer to verify that the submittal was received. Neither the ,
Engineer nor Owner assumes responsibility for emails that do not make it to the recipient.
1-4 ,
2/25/2013 4:46 PNI Z:\EastWenatchee\data\REN\111-016\CCTF Techmcal spec.docx
2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 1 - General
Submittal data for each item shall contain sufficient information on each item to determine if
it is in compliance with the contract requirements.
Items that are installed in the work that have not been approved through the submittal
process shall be removed and an approved product shall be furnished, all at the Contractor's
expense.
Shop drawing review will be limited to general design requirements only, and shall not
' relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the contract documents. No changes may be made in
any submittal after it has been reviewed except with written notice and approval from the
Owner.
Shop drawings shall be submitted on 8'/2" x 11", 11" x 17", or 22" x 34" sheets and shall
contain the following information:
• Project Name as it appears on the Document Cover.
• Prime Contractor and Applicable Subcontractor.
• RH2 Engineering.
• Owner's Name.
• Applicable Specification and Drawings Reference.
• A stamp showing that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and
dimensional suitability.
• A place for the Engineer to stamp.
Submittals that do not comply with these requirements may be returned to the Contractor
for re-submittal. The Contractor shall revise and resubmit as necessary. Acceptable
submittals will be reviewed as promptly as possible, and transmitted to the Contractor not
later than 10 working days after receipt by the Engineer. Delays caused by the need for re-
submittal shall not be a basis for an extension of contract time or delay damages.
Shop drawings and submittals shall contain the following information for all items:
A. Shop or equipment drawings,dimensions, and weights
B. Catalog information.
C. Manufacturer's specifications.
D. Special handling instructions.
E. Maintenance requirements.
F. Wiring and control diagrams.
G. List of contract exceptions.
By approving and submitting shop drawings and samples, the Contractor warrants that they
have determined and verified all field measurements, field construction criteria, materials,
' 1-5
Z:\EastWenatchee\data\REiN\111-016\CCTFTecluiicaI Spec.docx 2/25/2013 4:46 PM
C 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 1 - General Emergency Power for CCTF
catalog numbers, and similar data, and have checked and coordinated each shop drawing
with the requirements of the work and of the contract documents.
The Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid by Contractor by withholding the
appropriate amounts from each payment estimate.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Items that are installed but have not been approved through the submittal
process may be rejected and must be removed and replaced with an approved product.
Specific submittal requirements are listed in each section of these specifications. Contractor
shall keep a complete and up to date copy of all submittals and review responses at the job
site readily available to the Engineer and Owner for inspection.
1.33.2 Substitutions
Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or use
on this project. '
1.33.2.2 After Contract Execution
Within 15 days after the date of the contract, the Owner shall consider formal requests from t
the Contractor for a substitution of products in place of those specified. Submit two copies
of each request for a substitution. Data shall include the necessary change in construction
methods, including a detailed description of the proposed method and related drawings
illustrating the methods. An itemized comparison of each proposed substitution with
product or method specified shall be provided.
In making a request for a substitution, the Contractor represents that they have investigated
the proposed product or method and has determined that it is equal or superior to the
product specified. The Contractor shall coordinate the installation of accepted substitutions
into the work, making changes that may be required for the work to be completed. The
Contractor waives all claims for additional costs related to substitutions.
The Owner reserves the right to deny requests for substitutions for any reason.
1.40 QUALITY CONTROL
1.42 Reference Specifications t
Work under this contract shall be performed in accordance with applicable sections of the
2012 Standard Specifications for Road, Bridge and Municipal Construction, Washington
State Department of Transportation, hereafter referred to as the Standard Specifications,
amendments to-the standard specifications and these technical provisions.
Certain other referenced standards used in this specification are from the latest editions of:
• IBC International Building Code
• IPC International Plumbing Code l
1-6 '
2/25/2013 4:46 P11 Z:\EastWenatchee\data\RFN\111-016\CCTF Tedmical Spec.docc
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 1- General
• IMC International Mechanical Code
• NEMA National Electrical Manufacturers Association
• NEC National Electrical Code
• AWWA American Water Works Association
' • ANSI American National Standards Institute
• ASA American Standards Association
' • ASTM American Society for Testing and Materials
1.50 CONSTRUCTION SUPPORT
t1.51 Temporary Utilities
The Contractor shall be responsible for providing all necessary water for construction.
Sanitary facilities adequate for all workers shall comply with all codes and regulations.
At the close of this contract, the Contractor shall pay all utility bills that are outstanding,
remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other
temporary service equipment that may remain.
Electrical power is available at the site. The Contractor may use existing power facilities at
any of the existing buildings under construction modifications. Power may be unavailable at
certain times during the project. See Section 1.72 of these technical provisions.
The Contractor is responsible for reviewing what is available and providing what is required.
Upon completion of the project, remove all temporary construction power equipment,
material and wiring from the site that is the property of the Contractor.
Temporary water is available from hydrants for this work. The Contractor shall obtain a
hydrant meter and backflow preventer from the City and shall be responsible for the meter
and backflow preventer deposit. Secure permission from the Water Utility and notify the
' Engineer and Fire Department before obtaining water from fire hydrants. There will be no
charge for construction water from the City of Renton hydrants unless, in the Owner's
opinion,the water is being wasted.
1.52 Temporary Facilities
The Contractor shall be responsible for construction and location of all field offices, all
necessary gates and barricades, fences, handrails, guard rails, and securities required by this
t contract,or by laws and regulations. There shall be shelters and dry facilities for the workers
as required. The Contractor shall insure that all guards, marks, shields, protective clothing,
rain gear, and other equipment required by law, ordinance, labor contracts, Occupational
Safety and Health Administration (OSHA) regulations, and other regulations for the
maintenance of health and safety be supplied. First aid kits and equipment as required by
law shall also be supplied.
1-7
Z:\EsstWeiiatchee\data\REN\111-016\CCTFTecluiicaI Spec.doc4 2/25/2013 4:46 PM
C0 2013 RH2 Engineering,Inc.
i
Winter 2013 City of Renton
Division 1 - General Emergency Power for CCTF
1.59 Site Control
The Contractor shall not perform work activities, store materials or equipment, move
equipment through, or disturb in any way the areas outside the "Building Construction
Limits" shown unless approved by the Owner in writing.
1.70 EXECUTION AND CLOSEOUT
1.72 Scheduling and Sequencing '
The Contractor shall coordinate all scheduled power shutdowns with the City of Renton
maintenance shop one week in advance of the proposed shutdowns. The coordination shall
be done in writing and be approved before a power shutdown. Contractor shall provide a
construction plan with the request for shutdown that demonstrates the proposed work can
be completed within the allowable power shutdown days. The requested shutdown may not
be accepted unless the Owner is satisfied the schedule can be met.
Well No. 8 — A power shutdown will be required to install proposed conductors in the
existing transformer. Contractor will be allowed one (1) business day to complete the work
and restore power back to Well 8.
Fluoridation Building — A power shutdown will be required to complete the electrical
modifications in the Fluoridation Building. Contractor will be allowed one (1) business week
(Monday — Friday) to complete the work and restore power back to the Fluoridation
Building.
CCTF Building—A power shutdown will be required to complete the electrical modification
in the CCTF Building. Prior to a power shutdown at CCTF, Well 8 and the Fluoridation
Building shall be in full operation. Contractor will be allowed two (2) business days to
complete the work and restore power back to the CCTF Building.
Well 9 Building — A power shutdown will not be required to complete the electrical
modification in the Well 9 Building. The change over to the proposed power source for the
UPS and fiber switch shall be done by the City.
Refer also to the Completion Time section under the Instructions to Bidders.
1.75 Testing, Startup and Operation
1.75.1 Schedule
The placing of all improvements in service shall consist of three parts: "testing", "startup",
and "operation". Not less than 10 working days before the anticipated time for beginning ,
the testing,the Contractor shall submit to the Engineer for approval, a complete plan for the
following:
• Schedules for tests
• Detail schedule of procedures for startup
• Complete schedule of events to be accomplished during testing '
1-8 t
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Teclnucal Spec.d=
©2013 RH2 Engineering,Inc.
i
City of Renton Winter 2012
Emergency Power for CCTF Division 1 - General
• An outline of work remaining under the contract that will be carried out
concurrently with the operation phases
The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause
for claims for delay by the Contractor and all expenses for testing and startup shall be
incidental to this contract. The Contractor shall make arrangements for all materials,
supplies,and labor necessary to efficiently complete the testing, startup, and operation.
1.75.2 Testing
The Contractor may periodically request preliminary testing for items that must be covered
I or tested before other work can proceed. In these cases, the work shall not be tested or
covered up without timely notice to the Owner of its readiness for testing. Should any work
be covered up without notice, approval, or consent, it must, if required by the Owner, be
uncovered for examination at the Contractor's expense. Where work is to be tested, all
necessary equipment shall be set up and the work given a preliminary test so that any and all
defects may be discovered and repaired prior to calling out the Owner for the test.
I Final testing shall consist of individual tests and checks made on equipment intended to
provide proof of performance of unit and proper operation of unit control together with
necessary tests to show system operation. Assure proper alignment, size, condition,
capability, strength, proper adjustment,lubrication, pressure, hydraulic test, leakage test, and
all other tests deemed necessary by the Engineer to determine that all materials and
equipment are of specified quality, properly situated, anchored, and in all respects, ready for
use. Any certificates required by these specifications by the manufacturer's representatives
shall be supplied to the Engineer prior to startup.
All piping shall be tested as required by specifications and applicable codes. During testing,
i the Contractor shall correct any defective work discovered. Startup shall not begin until all
tests required by these specifications have been completed and approved by the Owner.
1.75.3 Scheduling of Owner/Engineer Review for Testing
The Contractor shall provide a minimum of 48-hours (2 complete working days) prior
notification to the Engineer where witnessed testing or startup is required. The Contractor
shall provide further notification within 2 working hours of the scheduled test to the
Engineer confirming that the Contractor has successfully completed all preliminary testing
and that all equipment, tools, materials, labor, subcontractors, manufacturer's
representatives, and all other items required for witnessed testing are available and fully
functional. Failure to provide advance notification and confirmation, or meet any of the
testing requirements shall constitute a failed test in accordance with the section Inspection
and Tests of the General Conditions.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 48 hours ahead of actual testing.at the project site. If testing requires downtime in
order to perform repairs due to failed test,the Contractor shall pay the Owner in the amount
of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per
scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to
verify the complete construction is ready for startup and operation. This amount will be
deducted from the appropriate bid item that relates to the finished construction and
1-9
Z:\EastWenntdiee\data\REN\111-016\CCTF Tedmical Spec.docx 2/25/2013 4:46 PM
0 2013 RH2 Engineering,Inc.
1
Winter 2013 City of Renton
Division 1 - General Emergency Power for CCTF
documented by the Owner or Engineer at their discretion. The Contractor is required to
have all systems pre-tested to their satisfaction prior to calling the Owner and
Engin eer for formal testing.
1.75.6 Electrical and Control Systems Testing t
See Division 16.95 for electrical system testing.
The following is a list of components that shall be tested prior to project completion. This
list is intended as a general guide and is not necessarily complete:
• Modified intrusion sensors and alarms at Fluoridation Building
• HVAC system and controls
• Engine generator
• Automatic transfer switches j
;.75.30 All connections to Telemetry systems proposed
Startup t
Startup shall consist of a simulated operation of all equipment and controls. The purpose of
startup shall be to check that all equipment will function under operating conditions, that all
interlocking controls and sequences are properly set, and that the facility will function as an
operating unit.
Technically qualified factory representatives shall be present for the startup phase. All
Representatives shall be trained, qualified, and have experience in troubleshooting and fixing
field issues. The startup shall continue until it is demonstrated that all functions, controls,
and machinery are functioning correctly.
Authorized factory representatives shall be provided for the following items:
;.77Engine generators and automatic transfer switches
Cleaning
1.77.2 Site and Facility Cleanup t
Clean up debris and unused material, and remove from the site and any buildings. If vehicle
traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track
with dozer or excavator and repair to proposed surface condition including necessary
hydroseed, mulch, and landscaping as shown on the plans.
Buildings shall be broom clean and all foreign damage or markings removed or repaired.
Equipment shall be washed clean using appropriate methods.
Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface
finish. Remove extraneous substances such. as efflorescence, leakage residue and excess
repair materials.
1-10 ,
2/25/2013 4:46 PM Z:\EastWenatdiee\data\REN\111-016\CCTF Teduucal Spec.docs
©2013 RH2 Engineering,Inc
City of Renton Winter 2012
Emergency Power for CC F Division 1-General
1.79 Training and Documentation
Failure to provide acceptable final documentation including O&M manuals and as-built
drawings will result in non-payment of the appropriate bid item in the schedule of prices.
The Contractor shall remove all tags and instructions that come packaged with or attached
Ito equipment used on the project. Deliver all such documents to the Engineer bound in a
three ring binder or with the Operation and Maintenance Manual. Insert documents in
sleeves if they cannot be punched.
1.79.1 Training
See Division 16.90 for engine generator system training.
tAt the time that the facility is ready to be put into operation, the Contractor is to conduct an
operation and maintenance training meeting with the owner to explain in detail the operation
and maintenance requirements of each of the facility's components. The training meeting
shall not occur on the same date(s) as a startup.
Operation of the facility shall commence immediately after completion of testing, startup,
and owner training and after satisfactory repairs and adjustments have been made.
1.79.2 Operation and Maintenance Manuals
See also Division 16.90 for additional requirements for engine generator systems manuals.
Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall
deliver to the Engineer 3 sets of acceptable manufacturer's operating and maintenance
instructions covering pumps, motors, generator, transfer switch, telemetry, controls, and
electrical equipment and systems installed on the Project requiring operational and/or
maintenance procedures and for any additional items indicated by the Engineer, including
j coatings furnished under this contract. Each set of instructions shall be bound into multiple
volumes; each volume to be complete with an index and bound in a suitable, hard-covered
binder. Binders shall lie of hard back construction with full length metal hinge. Capacity
shall be 3" to 5" as appropriate for the quantity of O&M documentation. More than one
binder may be required for large projects. Binders shall be equal to Wilson Jones WLJ344
series or WLJ369 series or Specialty Loose Leaf models 87784, 98085, 98086, or 98984.
Manuals shall be assembled and indexed so that information on each coating and piece of
equipment can be readily found.
The operating and maintenance instructions shall include,as a minimum, the following data
for each coating and item of mechanical and electrical equipment:
Products
A. Equipment Identification including brand name, model number and serial numbers.
B. Date of manufacture and date of installation on job site.
C. Complete as-built elementary wiring and one-line diagrams.
1-11
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 1 -General . Emergency Power for CCTF
D. Complete parts list, by generic tide.and identification number, complete with
exploded views of each assembly.
Maintenance
A. Recommended spare parts. '
B. Lubrication schedule including the applicable lubricant designation available from
the Standard Oil Company of California.
C. Recommended preventive maintenance procedures and schedules. Schedule shall be
provided for daily, weekly, monthly, quarterly, semi-annually and annually
maintenance.
D. Disassembly and re-assembly instructions including parts identification and a
complete parts breakdown for all equipment,
E. Weights of individual components of each item of equipment weighing over 50
pounds,
F. Name, location, and telephone number of the nearest suppliers and spare parts
warehouses.
G. All manufacturers' warranties. Include name, address, and telephone number of the
manufacturer's representative to be contacted for warranty, parts, or service
information,
H. Cleaning, repair, and maintenance instructions for each coating system.
1. Provide videotapes, video CDs or DVDs utilized in the manufacturer's instruction
program for the owner.
Operation t
A. Recommended trouble-shooting and startup procedures.
B. Recommended step-by-step operating procedures.
C. Emergency operation modes,if applicable,
D. Normal shutdown procedures,
E. Long term shutdown (mothballing) procedures,
F. Equipment specifications and guaranteed performance data.
G. General manuals which describe several items not in the contract will not be
accepted unless all references to irrelevant equipment are neatly eradicated or
blocked out. j
All O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided
but shall not substitute a hard copy unless approved by the Owner.
Progress payments for the total contract work in excess of 90 percent completion may not
be made until the operation and maintenance manual has been delivered and approved by
the Engineer,at the discretion of the Owner.
1-12
2/25/2013 4:46 PM Z:\EastWe1iatdlee\data\REN\111-016\CCTF Teduucal Spec.doc4
©2013 RH2 Engineering,Inc.
I
City of Renton Winter 2012
Emergency Power for CCTF Division 1- General
The Contractor shall secure and deliver to the Owner all equipment warranties and other
warranties and guarantees required for all equipment and processes. Delivery shall be done
at one time covering all major and minor equipment warranties. Copies of the warranties
shall be included in each O &M Manual.
See Division 1.15 for details regarding required warranties for specific components.
1.79.3 As-Built Drawings
Prior to receiving final payment for the work, the Contractor shall deliver a complete set of
acceptable "As-Constructed" records to the Owner. Plans shall be made on clean,unmarked
prints for this project in accordance with the following standards:
• yellow markings or highlights = deleted items
• red markings = new or modified items
The Contractor shall provide "as-built" information on all items and work shown on the
plans showing details of the finished product including dimensions, locations, outlines,
changes, manufacturers, etc. The infor� �ation must be In. sufficient detail to allow the
Owner's personnel to locate, maintain, and operate the finished product and its various
components.
jSee also electrical plan requirements in Division 16.05.
1.80 PERFORMANCE REQUIREMENTS
1.81 Seismic Restraint and Anchorage
Contractor shall furnish seismic restraint for equipment, tanks, machinery, piping, valves,
conduit, components, etc. Seismic restraint shall be designed to meet IBC 2006 (ASCE 7-05
Chapter 13 — "Seismic Design Requirements for Nonstructural Components") code
re T�L' he following design values shall be used in calculating seismic forces:
iI S1 = 0.506 1 Sds = 0.985 1 Sd1 = 0.506
A complete seismic restraint system shall be provided including struts, straps, bolts, nuts,
washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or
walls. Contractor shall install restraints in accordance with the manufacturer's requirements
as applicable. Seismic restraint systems shall be designed so as not to interfere with normal
operations and maintenance of the equipment and other components as shown on the plans.
Interference with normal operations and maintenance shall be as determined by the
Engineer. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless
otherwise specified. Contractor shall submit calculations stamped by a professional engineer
licensed in Washington State showing that the seismic restraint assembly meets the design .
criteria given above. All materials and fabrication shall be as required in these specifications.
Contractor shall submit this information to the Engineer for review prior to fabrication and
installation.
1-13
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docs 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
1
1
1
1
1
i
i
1
i
1
1
1
i
i
i
1
I Division 2
Sitework
2.00 GENERAL
Sections in these specifications tided "Common Fork for . . ." shall apply to all following
subsections whether directly referenced or not.
2.05 Common Work for Sitework
This division covers that work necessary for providing materials and performing.all sitework
as described in these specifications and as shown on the plans.
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
0 General Fill
• Trench Backfill
• Gravel Base Course
Other Items listed in this section or required by the Engineer.
2.10 SITE PREPARATION
2.10.2 Clearing nd Grubbing
ru g
Part 3- Execution
Installation/Construction
Clearing and grubbing shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the plans within the
construction limits and shall conform to Section 2-01 of the Standard Specifications.
Do not remove organic material including plants, grasses, trees and native topsoil unless
directed by the plans. In instances where the Contractor is allowed to clear areas to facilitate
construction but is not required to, any areas disturbed by construction shall be surface
restored to existing or better condition including matching surface restoration with
hydroseed or plantings as shown in adjacent areas required to be modified by the plans.
Where the Contractor is allowed to clear areas to facilitate construction, surface restoration
shall be completed at no additional cost to the owner.
2.10.3 Aquifer Protection Area
Part 3-Execution
Installation/Construction
All work for this project is with the City aquifer protection area.
2-1
Z:\EastWenatchee\data\REN\111-016\CCTFTecluiicaI Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
j
Winter 2013 City of Renton
Division 2- Sitework Emergency Power for CCTF
The existing area must be protected at all times. The Contractor is responsible for aquifer
water quality during the entire construction phase and should take all means necessary to
Protect the water quality. This shall include but is not limited to, the use of vegetable oil in
construction hydraulic equipment, immediate spill containment and cleanup if it occurs
during construction, installation and maintenance of temporary erosion and sedimentation
.control devices and all other work necessary to protect the water quality of the well.
The Contractor shall notify Owner immediately if there is a spill of any material not safe for
human consumption. All work shall cease until the spill is remediated to the Owner's
satisfaction.
2.10.5 Construction Access
Part 1 - General
Summary
The Contractor shall provide for all temporary site access and shall maintain vehicular site
access at all times. Access shall be of a quality to permit Contractor's forces and outside
inspectors safe and convenient ingress/egress. Unless specifically provided for in other bid
items, the cost of building and maintaining construction access shall be incidental and no
separate payment shall be made. Any bid items for aggregate materials (e.g. crushed rock,
ballast, etc.) shall not relate to construction access unless the description of that bid item
specifically states inclusion of the construction access.
Part 3 - Execution
Repair/Restoration
The Contractor is responsible for maintaining all construction accesses during construction
and the cost of such maintenance shall be incidental to the bid P rice. Maintenance includes
repairing settled and damaged areas, and providing dust control. Cost for maintenance due
to rain, snow,wind or other weather conditions shall be Incidental to the bid price.
Cleaning
Wherever construction vehicle access routes intersect paved roads, provisions must be made
by the Contractor to minimize the transport of sediment onto the paved road. The
Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from
all construction equipment prior to leaving the site. This may include spray washing,
sweeping,or other physical methods as necessary to remove materials.
If sediment or other debris is transported onto a paved road surface, the road shall be
cleaned thoroughly by the end of the work day. Debris shall be removed from roads by
shoveling or sweeping. Street washing shall be allowed only after debris has been removed in
this manner.
2.10.6 Use of Construction Equipment within Sensitive Areas i
Part 3 - Execution
Preparation `
2-2
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTFTedmical Spec.docx
©2013 RH2 Engineering,Inc.
i
City of Renton Winter 2013
Emergency Power for CCTF Division 2- Sitework
Vegetable Oil Use in Equipment Hydraulics: All Contractor equipment utilizing hydraulic
machinery within aquifer protection area shall have vegetable oil based hydraulic fluid in
order to protect the aquifer from any potential leakage.
2.10.7 Existing Irrigation Repair
Part 3 - Execution
Examination
The Contractor should expect to find City park irrigation systems along the project
alignment.. The Contractor should contact Parks department to determine locations of
existing systems and shut-off valves.
Repair
Should any irrigation systems be damaged during construction, they shall be repaired by the
end of that working day by the Contractor. Avoidance or repair of any systems located at
the time of bid shall be included in the Contractor's bid price. The Contractor shall have a
dewatering pump on hand at all times to clear the trench should an irrigation line be
damaged. Should the new work be filled with water from a line break due to failure of the
Contractor to use a pipe plug, no payment will be made for cleaning of the new work. The
Contractor shall also have on hand at all times a set of standard repair fittings (glued and
compression couplings) and pipe for '/z inch, 3/4 inch, 1 inch, 2 inch, 3 inch and 4 inch PVC
and steel pipe.
tCosts associated with avoidance of irrigation systems located after bid, or repair of systems
not located shall be made by force account. The Contractor shall make every effort to
quickly and efficiently repair the damaged systems. Time for repairs deemed excessive by
the Owner may at the Owner's discretion be excluded from reimbursement.
2.11 Earthwork Materials
i2.11.1 Common Work for Earthwork Materials
Part 2 - Products
Source Quality Control
All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.),
pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic
organic chemicals (SOCs). The Contractor shall provide certification to the owner that the
fill is free of these chemicals.
The Contractor shall provide test data from an independent testing laboratory, insuring the
imported fill to be within the regulatory limits set by the Department of Health and
Department of Ecology. This will include VOC and SOC tests on imported fill at random
intervals averaging every 75 cubic yards. Imported fills found not to be compliant with
regulatory standards shall be hauled off site and disposed of properly, at the sole expense of
the Contractor.
2-3
Z:\EastWeiiatchee\dat-i\REN\111-016\CCTFTechiic-d Spec.doce 2/25/2013 4:46 P114
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 2- Sitework Emergency Power for CCTF
2.11.2 General Fill
Part 1— General
Summary
All fill required for this project that is not specifically defined as another type shall be
"General Fill".
References
Section 9-03.14(3) Common Borrow of the Standard Specifications.
Part 2—Products
Components
General fill shall be soil free of organics, debris, and other deleterious materials with no
individual particles having a maximum dimension larger than 5 inches. The moisture content
of the material and weather conditions at the time of placement will be used to determine
the suitability of native materials for backfill as general fill.
Part 3 —Execution
Installation/Construction
All general fill shall be compacted in uniform layers not exceeding 12 inches in loose
thickness and compacted to at least 95 percent maximum dry density based on the ASTM
D-698 (standard) test procedure.
2.11.5 Trench Backfill
Part 1 — General
Summary
All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench .
backfill material has been selected to distribute surface loads over the utility. In addition, the
grain size has been selected so that the trench backfill will not migrate into the pipe bedding
or trench walls. The Contractor must take particular care to maintain the integrity of the
utility design by using the appropriate trench backfill material where shown.
References
Trench backfill shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel
for Trench Backfill" of the Standard Specifications or as approved by the Engineer.
Part 3 —Execution
Installation/Construction
Trench backfill shall follow the requirements of Sections 7-09.3(10) and 7-09.3(11) of the
Standard Specifications.
2-4
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.doct
0 2013 RH2 Engineering,Inc
City of Renton Winter 2013
Emergency Power for CCTF Division 2 - Sitework
2.11.7 Gravel Base Course
Part 2— General
Summary
All fill placed under paving, foundations or structures and next to native material shall be
"Gravel Base Course"unless otherwise called out on the plans.
References
Aggregate for gravel base course under structures, and foundations shall conform to Section
9-03.10 Aggregate for Gravel.Base of the Standard Specifications.
Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas
shall conform to Section 9-03.9(3) Crushed Surfacing of the Standard Specifications.
2.12 Road Surfacing -
1 2.12.1 Common Work for Road Surfacing
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement
(ACP)
Part 1— General
Definitions
The plans and specifications may call out Hot Mx Asphalt (HMA) or Asphalt Concrete
Pavement (ACP). The terms are synonymous.
Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All
HMA shown on the plans shall be Commercial HMA unless otherwise noted. Furnish,
place, spread,and compact HMA to match existing parking lot thickness.
2.13 Vegetation Protection
2.13.1 Common Work for Vegetation Protection
2.13.5 Excavation around Trees
Part 3— Execution
Installation/Construction
Protect trees and other existing vegetation during construction of improvements. Notify
Owner when working within drip lines of existing trees.
Construction access, vehicle or equipment parking, material storage or material disposal will
not be allowed within drip lines of existing trees.
2-5
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docc 2/25/2013 4:46 PM
C 2013 RH2 Engineering,Inc.
t
Winter 2013 City of Renton
Division 2- Sitework Emergency Power for CCTF
2.20 EARTH MOVING
2.23 Excavation
Part 1 — General t
Summary
The Contractor shall excavate as necessary to construct the improvements shown.
Part 2—Products
Materials
All excavated_material can be re-used as backfill as long as it is properly protected from
water saturation and is approved by the Owner.Approval of material as backfill will be made
the moment before placement of the material as backfill. Weather conditions may make
previously approved material unsuitable for backfill requiring the material to be removed
from the project site.
Excavated material that is not used as backfill shall be disposed off-site. All permits for the
disposal of excavated material shall be obtained by the Contractor. A copy of all permits and
the locations of each disposal site shall be submitted to the Engineer. Disposal of unused
backfill shall be incidental and no separate payment will be made.
Part 3—Execution
Installation/Construction
Excavation shall include the digging, scraping, and removing existing native material,
abandoned or interfering utilities, abandoned or interfering structures and any other
obstacles necessary for the construction of the improvements shown on the plans.
Excavation includes utility excavation, structural excavation,'and grading excavation.
Utility excavation shall be performed to the depths necessary to complete the utility
construction work shown.
Excavated material may be stockpiled at the project site. Temporary stockpiling of excavated
material will not be permitted outside the construction limits at any time.
2.30 SITE IMPROVEMENTS
2.31 Fencing
2.31.1 Common Work for Fencing
Part 1— General
Related Sections
Concrete: Division 3,Signage: Division 10.14;Entrance gate.
2-6
2/25/2013 4:46 PM Z:\EastWeivltchee\data\REN\111-016\CCTF Technical Spec.docx
0 2013 RH2 Engineenng,Inc.
City of Renton Winter 2013
Emergency Power for CCTF Division 2- Sitework
2.31.2 Temporary Construction Security Fence
Part 1— General
Related Sections
Construction Fence Perimeter Sign, see Division 10.14.6.
Part 2— Products
Materials
Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with
posts directly driven into the ground. Top and bottom rail shall be used for modular fencing
using concrete block bases.
All vehicle access gates shall be locked with a padlock provided by the Contractor. Extra
keys shall be provided to the Owner and Engineering inspector prior to construction.
Part 3 Execution
Installation/Construction
The Contractor shall provide a 6-feet tall temporary construction fence surrounding the
construction site. Fence posts shall be spaced at a maximum of 12 feet on center.
Contractor shall be responsible for maintaining fence during construction and securing fence
after each workday. Posts shall be securely installed directly into the ground or set in
temporary concrete base blocks. Chain link shall be securely attached to the fence posts.
2.31.3 Chain Link Fence
Part 1- General
Summary
This section describes the requirements for the chain link fence located as shown and
detailed on the plans and these specifications.
Related sections
Division 3.31.3 (for post footings);
References
Chain link Fence Manufacturers Institute Product Manual Specifications
Standard Specifications Section 8-12,Chain Link Fence and Wire Fabric.
ASTM F626,A392,A817,F1083,A121, F567
Submittals
Galvanizing information, steel quality standards,hardware quality standards.
Dimensional drawings including details,finishes, accessories and foundations.
S 2-7
Z:\EastWenatchee\data\REN\111-016\CCTF Techtucal Spec.docs 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 2- Sitework Emergency Power for CCTF
Part 2 - Products
Materials
Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a
single source.
Chain-Link (woven wire fabric) fencing shall be commercial grade, as detailed on the plans
and in accordance with Section 8-12 of the Standard Specifications except as modified
herein.
Components
Fence Fabric: PVC coated over galvanized steel wire per ASTM F 668, Class 2b. Color as
indicated on Plans.
Size: Helically wound and woven to height of as indicated on drawings with 2" diamond
mesh and core wire gauge of 9. PVC coating, if required, shall not be included in the wire
size measurement.
Selvage of fabric: twisted and barbed at top and twisted at bottom unless noted otherwise on
the plans.
Steel Fence Framing: Steel pipe - Type I: ASTM F1083, standard weight schedule 40;
minimum yield strength of 30,000 psi. Outside diameter (OD) sizes as shown on the plans.
Hot-dipped galvanized with minimum average 1.8 oz/ft' of coated surface area. Provide an
outer coat of PVC in accordance with ASTM F 1043,7.3. Color to match fence fabric.
Accessories
Chain link fence accessories per ASTM F626 Provide items required to complete fence
system. Galvanize each ferrous metal item and finish to match framing.
Post caps: Formed steel weather tight closure cap for pipe posts. Provide one cap for each
post. Cap to have provision for barbed wire when necessary.
Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to
terminal posts:
Top rail sleeves: 6" (178 mm) expansion sleeve with a minimum 0.137' wire diameter and ,
1.80"length spring,allowing for expansion and contraction of top rail.
Wire ties: 9 gauge galvanized steel wire for attachment of fabric to line posts. 13 gauge for
rails and braces.
Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile
curvature for secure fence post attachment.
Tension (stretcher) bars: One piece lengths equal to 2 inches less than full height of fabric
with a minimum cross-section of 3/16" x 3/4". Provide tension (stretcher) bars where
chain link fabric meets terminal posts.
Tension wire (used when top rails are not required): Galvanized coated steel wire, 6 gauge,
with tensile strength of 75,000 psi. Hog ties are permissible.
2-8 .
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCI'F Tedmcal Spec.docc
C 2013 RH2 Engineering,Inc.
City of Renton Winter 2013
Emergency Power for CCTF Division 2 - Sitework
Tie rod, truss rods & tightener: Steel rods with minimum diameter of 3/8". Capable of
withstanding a tension of minimum 2,000 lbs.
Nuts and bolts are galvanized.
Privacy Slats: FIN/SLAT `1000' self-locking slats. All slats are manufactured from a
combination of color pigments, quality high density virgin polyethylene with ultraviolet
inhibitors. Color of slats shall be as shown on the Plans. A color sample shall be provided
to Owner prior to ordering materials for approval.
Fabrication
Fence frames that require welding shall be hot dipped galvanized in the shop unless
approved otherwise by the owner.
Part 3 - Execution
Installers
Installers shall have a minimum of 2 years' experience. References from 3 previous projects
shall be submitted for review during shop drawing submittal.
Examination
Verify areas to receive fencing are completed to final grades and elevations.
Ensure property lines and legal boundaries of work are clearly established.
Perform complete utility locates within the areas of fencing to verify conflicting utilities.
Fence posts may require adjustment to avoid utilities by a minimum of 2-feet.
Installation/Construction
Chainlink Fence Framing Installation
A. Install chain link fence in accordance with ASTM F567 and manufacturer's
instructions.
B. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30° or more.
C. Space line posts uniformly at 10-feet on center maximum and to avoid utilities by 2-
feet minimum.
D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted
soil. Trowel finish around post. Slope to direct water away from posts. Footings
shall be sized per schedule on the plans.
E. Check each post for vertical and top alignment, and maintain in position during
placement and finishing operations.
F. Bracing: Install horizontal pipe brace at mid-height for fences 8-feet tall and over,
on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods
at these points. Adjust truss rod, ensuring posts remain plumb.
2-9
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.doc4 2/25/2013 4:46 PAI
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 2- Sitework Emergency Power for CCTF
G. Tension wire: If shown on the plans,install tension wire before stretching fabric and
attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge hog
rings 24 inches O.C.
H. Top rail: If shown on the plans,install lengths, 21-feet. Connect joints with sleeves
for rigid connections for expansion/contraction. Brace Rails for fabric height 8-feet
and over. Install brace rails between terminal posts and adjacent line posts with
fittings and accessories.
I. Bottom Rails: If shown on the plans install bottom rails between posts with fittings
and accessories.
Chain Link Fabric Installation
A. Fabric: Install fabric on side facing outward from site and attach so that fabric
remains in tension after pulling force is released. Leave no more than 3-inches
between finish grade and bottom selvage. Attach fabric with wire ties to line posts
and tension wire at 15-inches on center and to rails and horizontal braces at 24-
inches on center.
B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and
attach to terminal posts with bands or clips spaced maximum of 15-inches on center.
Hog ties are allowed.
Accessories
A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
B. Fasteners: Install nuts on side of fence opposite fabric side for added security.
C. Barbed wire: Uniformly space parallel rows of barbed wire on security side of fence.
Pull wire taut and attach with clips or in slots of each extension.
1
2-10
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Teclutical Spec.dc x
0 2013 RH2 Engineering,Inc.
Division 3
Concrete
3.00 GENERAL
' Sections in these specifications titled "Common Fork for . . ." shall apply to all following
subsections whether directly referenced or not.
3.05 Common Work for Concrete
Part 1 - General
This division covers that work necessary for furnishing and installing all concrete as
described in these specifications and as shown on the plans.
References
Materials shall conform to the following standards:
• Cement-ASTM C-150
• Coarse aggregate -ASTM C-33
• Fine aggregate-ASTM C-33
• Admixtures-ASTM C-494
• Air-entraining admixtures—ASTM C-260
r • Fly Ash—ASTM C-618
;ubmittals
Admixture and products in contact with potable water—NSF 61
Submittal information shall be provided to the Owner for the following items:
• Concrete mix design including aggregate gradation and substantiating strength data.
• Admixture Data
• Special placement procedures for hot or cold weather
• Construction Joint Plan
• Schedule of surface finishes
• Grouts
Concrete mix designs shall be submitted to the engineer for approval a minimum of two
weeks prior to placing any concrete. The mix design shall include the amounts of cement,
fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump,
concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI
318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by
the Contractor. Review of mix submittals by the engineer of record indicates only that
information presented conforms generally with contract documents. Contractor or supplier
maintains full responsibility for specified performance.
3-1
Z:\EnstWenatchee.\data\REN\111-016\CCTFTecluiical Spec.docx 2/25/2013 4:46 PM
0 2013 RH2 Engineenng,Inc.
j
Winter 2013 City of Renton
Division 3- Concrete Emergency Power for CCTF
Part 2 - Products
Components
Nominal maximum size for aggregates is the smallest standard sieve opening through which
the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades
as required to achieve a well-graded mix.
All concrete surfaces exposed to weather or standing water shall be air entrained. Total air
content shall be in accordance with IBC requirements unless specified otherwise herein. Air
shall be measured at the truck,unless otherwise agreed to.
Water used in concrete shall be potable.
Fly ash may be substituted for up to 15% of the required cement.
Mixes
Concrete shall be mixed,conveyed,and proportioned in accordance with IBC section 1905.
The concrete mix shall include the amount of cement fine and coarse aggregate, including
aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete
yield, and sustaining strength data in accordance with these specifications, the requirements
of the International Building Code Section 1905,and the requirements of ACI 318.
Part 3 - Execution
Examination
Inspection
See Statement of Special Inspections on the Drawings for special inspection requirements.
Provide 48-hour notice to Owner prior to needing the required inspections.
Also comply with local building department and permit requirements for inspection and
notification.
The Contractor shall repair, replace or modify, as appropriate,any items noted in the Special
Inspector's inspection or the building department inspection.
Testing
Concrete strength tests shall be performed per section 1905.6 of the IBC and per the
requirements noted herein. The Owner will provide and pay all costs of concrete testing.
The Engineer shall be furnished with copies of all inspection reports and test results.
The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid
by the Owner.
Give the Owner and testing agency 48 hour notice prior to concrete placement. If
Contractor fails to provide the required notice, the Owner may elect to cancel the affected
concrete placement. Contractor shall be responsible for costs and delays due to improper
notification.
If the Contractor schedules a concrete placement and does not notify the Owner and testing
agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall
3-2
2/25/2013 4:46 PM Z:\Eastwenatchee\data\REN\111-016\CCTF Teclnvcal Spec.docs
©2013 RH2 Engineering,Inc.
City of Renton Winter 2013
Emergency Power for CCTF Division 3- Concrete
pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the
testing agency with adequate notification and testing agency cannot attend concrete
placement, Contractor shall reschedule placement. Contractor shall be responsible for all
associated delays. "
The Contractor shall provide all assistance and cooperation necessary to testing personnel to
obtain the required concrete tests. Contractor and Owner will have access to testing results
as soon as they are available.
The testing agency shall take a minimum of four samples for every 50 yards of concrete
placed (and a minimum of four per pour); one for a 7 day test, two for 28 day tests, and one .
for backup testing in case the other two samples do not meet design strength. Additional
:. samples maybe taken to verify strength prior to form removal at the Contractor's expense.
Air content shall be as measured out of the truck.
3.10 FORMING AND ACCESSORIES
3.11 Formwork:
3.11.13 Cast in Place Forming
Part 1— General
Submittals
The Contractor shall submit a construction joint plan to the Engineer for review prior to
formwork and rebar installation if required by the plans or if altered from that shown on the
plans. Modifications to the construction joints shall be submitted to the Engineer no less
than 7 working days prior to placing the forms and rebar.
Part 2— Products
Materials
Unless otherwise directed, coat contact surface of forms with colorless, non-staining,mineral
oil that is free from kerosene, or other approved suitable material, to permit satisfactory
removal of forms without concrete damage. Form-release agent for interior of potable water
storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved
for use in direct contact with potable water.
Form construction for surfaces covered with backfill shall be made of steel, plywood, or
dressed, matched lumber. Form construction for exposed surfaces shall be made of new
plywood or steel without surface markings.
Form ties for use in liquid containment structures shall be Standard Plastic Cone Snap-ties
with 3/4" diameter neoprene waterstop washer or removable taper ties. Contractor shall
submit to the Engineer form ties to be used for review prior to installation.
"
Part 3 - Execution
Installation/Construction
3-3
Z:\Eastwenatchee\data\REN\111-016\CCTF Tecluiical Spec.doc% 2/25/2013 4:46 PM
0 2013 RH2 Engineering,Inc.
_ 1
Winter 2013 City of Renton
Division 3- Concrete Emergency Power for CCTF
Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall
be properly braced or tied together to maintain desired position and shape until removed.
Protect all conduit and pipe embedded in concrete in accordance with Section 1906 of the
IBC.
Provide a 3/4" chamfer or radius at all exposed comers and edges, unless specifically stated
otherwise on the plans.
Forms shall remain in place until the concrete has developed sufficient strength to withstand
imposed loads without damage or deflection. Wall and slab forms shall remain in place for a
minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs
shall remain in place for a minimum of 14 days AND until concrete has developed 28-day
design strength, unless approved by the Engineer. The Contractor shall coordinate with the
testing lab to verify concrete strength prior to form removal.
Do not allow water to flow through areas where forms are to be placed. During form
construction and prior to placement of concrete, keep footings and floor slab areas free of
standing water.
Field Quality Control
Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or
minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire length.
Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall
be achieved by the Contractor as necessary to accommodate equipment and other
permanent materials.
Cleaning
After form removal,remove all fins and projections and fill all holes and imperfections.
3.15.3 Expansion Joints
Part 2 - Products
Materials
Expansion Joint Dowels shall be epoxy-coated plain steel bars of the dimensions as shown
on the plans and shall meet the requirements of WSDOT Standard Specifications 9-07.5.
Joint Sealant shall be Sololastic Ultra by as manufactured by Master Builders Technology and
as provided by Degussa Construction Chemicals, or equal. Color to match concrete. Surface
preparation and prime for water immersion shall be as recommended by the manufacturer.
Provide backer rod as recommended by the sealant manufacturer.
The ends of the dowel bars embedded in the expansion side of the joint shall be coated with
a parting compound such as grease, or other approved parting compound prior to concrete
placement.
3-4
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTFTeclnical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2013
Emergency Power for CCTF Division 3- Concrete
3.30 CAST-IN-PLACE CONCRETE
3.30.1 Common Work for Cast in Place Concrete
Part 1 - General-
Delivery
Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours
after cement has been added to water or aggregates. Rejected concrete will be at
Contractor's expense.
Part 2 - Products
If allowed, curing materials shall conform to ASTM C-171 and liquid membrane-forming
compounds shall conform to ASTM C-309.
Finishes
After form removal, remove all Lens and projections, fill a-11 form tie holes, and fir ish in
accordance with the Finish Schedule.
Part 3 - Execution
Preparation
Do not place concrete during rain, sleet, or snow until water and freezing protection is
provided.
Before beginning placement of concrete, remove hardened concrete and foreign materials
from inner surface of mixing and conveying equipment. Before depositing concrete, remove
debris from space to be occupied by the concrete. Secure reinforcement in position to
prevent movement during concrete placement.
At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an
approved bonding agent to existing concrete in accordance with manufacturers
recommendations.
�. At construction joints, thoroughly clean surface of existing concrete to remove laitance.
Roughen existing concrete surface to expose aggregate uniformly and apply approved
bonding agent to existing concrete in accordance with manufacturer's recommendations.
Prior to placing fresh concrete,dampen joint and coat with grout mixture in accordance with
ACI 301,Section 8.5.
Concrete structures, that require differential backfill greater than 24 inches as shown on the
plans or as required for construction shall cure for a minimum of 7 days AND shall meet 28
day strength requirements prior to placing backfill.
Installation
Placement shall be in accordance with IBC Section 1905.
Place no concrete when air temperature is below or expected to be below 40 degrees during
the 28-day curing period unless a low temperature concrete mix has been approved by the
Owner. Provide adequate equipment for heating materials and protecting concrete during
3-5
Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.doce 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 3- Concrete Emergency Power for CCTF
freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in
contact with concrete free from frost at time of placement. Heat mixing water as required.
Use no materials containing ice.-
Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during
the 28-day curing period unless a high temperature placement plan has been approved, and
unless adequate precautions are taken to protect work. Cool ingredients prior to mixing.
Flake ice or crushed ice of a size that will melt completely during mixing may be substituted
for all or part of water. Cool forms and reinforcing prior to placing concrete.
Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of
filial deposit by methods which prevent separation or loss of ingredients. Under no
circumstances shall concrete that has partially hardened be deposited.
Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no
concrete will be deposited on concrete which has hardened sufficiently to cause formation of
seams and planes of weakness within the section. If a section cannot be placed continuously,
locate and reinforce construction joints at points as provided for in the Plans or as approved
by the Owner. Maximum concrete drop shall be 5 feet.
Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or
tamping. Thoroughly work concrete around reinforcement, around embedded items, and
into corners of forms to eliminate air or rock pockets which may cause honeycombing,
pitting,or planes of weakness. Insert and withdraw internal vibrators at points approximately
18 inches in each direction and extend into the lower concrete lifts. At each insertion, the
duration shall be sufficient to consolidate the concrete; but not sufficient to cause '
segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by
utilizing vibrating screeds,roller pipe screeds, internal vibrators,or other approved methods.
Have a spare vibrator available at jobsite during concrete placing operations.
Remove all defective concrete to sound concrete. Repair defective concrete in accordance
with Section 3.01.30.71.
All concrete shall be water-cured unless approved in advance by the Owner. If allowed,
curing compound shall be applied immediately after finishing or form removal.
3.31 Concrete Materials
3.31.3 Equipment Pad, Driveways, Sidewalks, and Fence Posts
Part 1 - General
Summary
All concrete for non-structural applications including equipment pads, driveways, sidewalks,
and fence post foundations. Hydraulic or Structural Concrete may be substituted.
Performance Requirements
28 day strength—4000 psi minimum
3-6
2/25/2013 4:46 PM Z:\EastWeuatchee\data\REN\111-016\CCTF Tecluiical Spec.docx
©2013 RH2 Engineering,Inc
City of Menton Winter 2013
Emergency Power for CCTF Division 3- Concrete
Part 2 - Products
Mixes
Water/cement ratio- .45 maximum
Nominal maximum aggregate size—3/4 inch
Entrained air ratio—5.5%minimum to 7.5% max
3.35 Surface Finishing
3.35.1 Common Work for Surface Finishing
Part 2 - Products
Finishes
Each concrete area that requires finishing shall conform to one of the following
requirements:
�j Sidewalks—Match exisiting
Equipment Pad—Light brushed
Part 3 - Execution
Preparation
Do not place concrete which requires finishing until the materials, tools,and labor necessary
for finishing the wet concrete are on the job and acceptable to the Owner.
Cut out and patch defects in concrete surfaces as specified herein. After removal of forms,
chip out imperfections, rock pockets, holes from form ties, and other defects to solid
concrete. Surface of the cavity to be patched shall be thoroughly wet before patching
mixture is applied. Where pull-out type ties are used, fill holes as recommended by
manufacturer of ties,and as approved by the Owner.
3.62 Non-Shrink Grout
Part 1 - General
Summary
Use Precision. Non-Shrink Grout for grouting all equipment base plates, pipe supports, and
base plates for metalwork. Precision Non-Shrink grout may also be used for all other non-
shrink grouting operations. General Purpose Non-Shrink grout may be used for any
applications other than those noted for Precision Non-shrink Grout. Non-shrink grout shall
be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete
and CMU block walled structures.
Storage and Handling
Stockpile grout to prevent contamination from foreign materials and store admixtures to
prevent contamination or damage from excess temperature change
3-7
Z:\EastWemtchee\date\REN\111-016\CCTF Technical Spec.docs 2/25/2013 4:46 PM
C 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 3- Concrete Emergency Power for CCTF
Part 2 - Products
Materials
Precision Non-Shrink Grout:
Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate
grouting material. Provide a ready-to-use.grout that hardens free from bleeding, settlement,
or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable,
plastic or damp-pack.
Provide precision, non-shrink natural aggregate grout that when cured produces the
following properties:
a. Compressive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24
MPa) at 1 day,7500 psi (52 MPa) at 28 days.
b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and
maximums of 45° F to 90° F (8° C to 32°C) at a working time of 30 minutes. Grout
must be tested at a fluid consistency per ASUM C 939 and remain fluid at
temperature range minimum and maximums for the 30 minute working time. All
materials including water must be mixed and tested at temperature
minimum/maximums.
c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi
(27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum.
d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o
F maximum (13.5 x 10-6/o C).
e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa).
f. Resistance to rapid freezing— thawing (ASTM C 666, Procedure A): 300 cycles- min
RDF 90%.
g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1
MPa).
h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See
MBT Protection and Repair 24 hour Grout Form.
Precision non-shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved
equal.
General Purpose Non-Shrink Grout:
General Purpose Non-shrink grout shall meet the compressive strength and nonshrink
requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non-
shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non-shrink grout shall
be Masterflow 713 Plus or Embeco 636 Plus or approved equal.
Provide curing compounds as recommended by the grout manufacturer.
Water to be used in mixing the grout shall be potable.
3-8
2/25/2013 4:46 PM Z:\EastV7enatchee\data\REN\111-016\CCTF Tecluucal Spec.docs
0 2013 RH2 Engineering,Illc. �,
City of Renton Winter 2013
Emergency Power for CCTF Division 3-Concrete
Mixes
Comply with grout manufacturer's recommendations for mixing procedures.
Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and
90° F (32° C) minimum/maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required
to expose sound aggregate.
Thoroughly clean the roughened surface of dirt,loose chips, and dust. Maintain substrate in
a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry
at time of grouting.
Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion.
Remove loose rust and scale by grinding or sanding.
_ Comply with grout manufacturer's recommendations for form construction. Construct
forms to be liquid tight.
Installation
Place grout mixture into prepared areas from one side to the other. Avoid placing grout
from opposite sides in order to prevent voids. Work material firmly into the bottom and
sides to assure good bond and to eliminate voids.
Ensure that foundation and baseplate are within maximum/minimum placement
temperatures. Shade foundation from summer sunlight under hot conditions. Warm
foundation when foundation temperature is below 45° F (7° C).
Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for
best results. The minimal requirement is to wet cure until grout has reached final set,
followed by two coats of curing compounds.
3-9
Z:\EastWenatchee\data\REN\111-016\CCTF Tecluncal Spec.docs 2/25/2013 4:46 PM
0 2013 RH2 Ei4neenng,Inc.
Division 4
Masonry — Section Not Used
K,
�I.
rf\
�f
1
L
�1 4-1
Z:\EastWenatchee\data\REN\111-016\CCTF TeclLVcal Specdocx 2/25/2013 4:46 PM
0 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 5-Metals Emergency Power for CCTF
5.05.24 Concrete Anchors --
Part 2 -Products
Materials
Concrete Anchors shall be Hilti HIT-RE 500-SD Adhesive Anchors.
CMU Anchors shall be Hilti HIT HY 150 MAX Adhesive Anchors.
Anchorage e into unreinforced masonry cells is not allowed unless specifically called out on
plans. Anchors in unreinforced masonry cells shall be Hilti HIT-HY 20 Hybrid Adhesive
Anchors.
Threaded rod shall be SST in exterior and wet conditions.
Part 3 - Execution
Installation
Install in accordance with Manufacturer's recommendations. Special Inspection in
accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to
resist tension or fatigue loading without Owner's evaluation and approval.
Use threaded rod as shown on the drawing, and meeting Manufacturer's recommendations.
Provide minimum embedment. Holes shall be drilled with carbide-tipped drill bit. Holes
shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle.
i
i
i
j
i
5-2
r✓
2/25/2013 4:46 PM Z:\East\Xleiiatdiee\data\REN\111-016\CCTF Techiucal Spec.docx
©2013 RH2 Engineering,Inc.
Division 6
Carpentry — Section Not Used
6-1
Z:\EastWenatcliee\data\REN\111-016\CCTFTecluiical Spec.docx 2/25/2013 4:46 PI•I
©2013 RH2 Ei4neering,Inc.
i
i
Division 7
Thermal and Moisture Protection
7.00 GENERAL
This division covers furnishing all labor, materials, and equipment for providing a structure
which is completely weather-tight.
Sections in these specifications tided "Common fork for . . ." shall apply to all following
subsections whether directly referenced or not.
7.05 Common Work for Thermal and Moisture Protection
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Caulk
• Roofing System
• Insulation Systems and Installation Verifications
7.90 JOINT PROTECTION
7.92 General Joint Sealants
Part 1 — General
Submittals
Submit schedule for caulk used on the project for approval prior to application.
Part 2—Products
Materials
Concrete and Masonry
DAP®Premium Polyurethane Concrete&Masonry Sealant or equal.
Other Surfaces
Contractor shall provide caulk appropriate to surface and reason for caulk application.
Caulk shall be the most durable available (longest warranty) by DAP®, or equal.
Part 3 —Execution
Installation
Caulk all joints and spaces necessary to provide a completely weather-tight product.
Apply caulking in strict accordance with manufacturer's directions with regard to
temperature at application and curing times, surface condition,moisture and cleanliness.
7-1
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docs 2/25/2013 4:46 PM
(0 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 7-Thermal and Moisture Protection Emergency Power for CCTF
Apply after surfacing prime and prior to final coatings if surface is to be coated. If surface
will not be coated, provide color choices to the Owner for approval prior to application.
Clean all adjoining surfaces of excess sealant, smears, or marking due to application and
leave joints with neat,uniformly-filled surfaces.
7-2j
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.docx
©2013 RH2 Engineering,Inc.
Division 8
Openings
8.00 GENERAL
Sections in these specifications titled "Common Work for . . ." shall apply to all following
subsections whether directly referenced or not.
8.05 Common Work for Openings
Part 1 - General
Summary
This division covers furnishing all labor,materials,and equipment necessary for providing all
interior and exterior doors, frames,and windows.
Submittals
Submittal information shall be provided to the Owner for the following items:
• Louvers and Damper
8.90 LOUVERS AND VENTS
8.90.1 Common Work for Louvers and Vents
Part 1 — General
Submittals
Submit detailed product information including specifications, sizing information,
dimensional drawings, coatin g systems Tstems and available colors, and other information relevant
to this project.
Part 2—Products
Manufacturers
The following manufacturers are considered to be acceptable "or equals" unless otherwise
noted on the Plans or elsewhere herein.
• Potoroff
• ACME
• Penn Ventilation
• Fantech
• Canada Blower
• Air Commodities
• Greenheck
8-1
Z:\E,,,,Wenatchee1dat,\RBN\111-0161CCTF Technical SPec.doec 2/25/2013 4:46 PAI
C 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 8-Openings Emergency Power for CCTF
Accessories
Provide all accessories needed for a complete installation including wall and roof thimbles,
backguards, and mounting sleeves.
Components
Finishes
All louvers shall be coated with factory Kynar or powder coat finish, color to match exterior
color scheme.
Part 3 —Execution
Install per manufacturer's recommendations.
Provide disconnect switch for each unit (where applicable).
Operate all moving parts prior to installation. Any non-functional or binding parts shall be
repaired or replaced prior to installation. Install so that blade linkages are accessible after
installation to permit service and lubrication without requiring removal of wallboard or other
structures.
8.91.13 Motor Actuated Louver/Dampers:
Part 2— Products
Components
Louver and damper shall include channel frame mounted to the inside face of the wall.
Height and width of louver and damper shall be as shown on the plans. Depth of louver,
filter, and screen assembly shall be set flush with the wall exterior and any intrusion into the
interior wall supported by the frame.
If automatic controlled operation, blades shall be adjustable from fully open to fully closed.
via a 120VAC motor actuator sized appropriately to operate the damper fully. Blades shall
seal with neoprene or vinyl seals. Blades shall pivot on bronze or nylon bushings, or steel
bearings. Contractor shall verify compatibility of damper to actuator. Motor actuator if any,
shall be side mounted,out of the air stream.
8.91.14 Gravity / Backdraft Dampers
Part 2— Products
Dampers shall be as shown on plans.
Dampers shall be available in three mounting types. "Rear Rear Flange , In Duct",, or Front
Flange".
Frames shall be mil finish extruded aluminum (6063-T5) with mounting flanges on both
sides of frame. Frame to be assembled using plated steel mounting.fasteners. Damper blades
shall be extruded aluminum (6063-T5) profiles and shall not be less than 0.06 inch thick.
Blade and frame seals shall be of extruded silicone and shall be secured in an integral slot
within the aluminum extrusions. Blade and frame seals are to be mechanically fastened to
8-2 .
2/25/2013 4:46 Phi Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2013
Emergency Power for CCTF Division 8 - Openings
eliminate shrinkage and movement over the life of the damper. Adhesive or clip-on type
blade seals are not allowed.
Damper shall have maintenance-free bearing systems. Linkage system shall consist of hard
alloy aluminum (6005-T6) crank arms fastened to aluminum pivot rods and shall be doubly
secured within channel running along top of blade.
Dampers shall be designed for operation in temperatures ranging between -72°F and 212°F
Air leakage through a 24" x 24" damper shall not exceed 4.32 cfm/fe against 1 inch w.g.
differential static pressure at standard air. Standard air leakage data shall be certified under
the AMCA Certified Ratings Program.
Part 3—Execution
Dampers shall be made to size required. Dampers with dimensions greater than maximum
section size shall be manufactured in multiple sections. Multiple sections are not interlinked
or connected. To install, each section must be individually fastened to a structural frame
prepared on site.
8.91.19 Fixed Louver
Part 1— General
Provide fixed louver(s) as shown on the plans.
Part 2—Products
Components
Louver shall include channel frame mounted to the inside face of the wall.
Height and width of louver and damper shall be as shown on the plans. Depth of louver,
filter, and screen assembly shall be set flush with the wall exterior and any intrusion into the
interior wall supported by the frame.
8-3
Z:\Eastwenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 I'M
©2013 RH2 Engineering,Inc.
I
Division 9
Finishes - Section Not Used
9-1
Z:\EastWenatchee\data\PEN\111-016\CCTF Teclutical Spec.doce 2/25/2013 4:46 PM
0 2013 PH2 Engineering,Inc.
' Division 10
Specialties
10.00 GENERAL
This division covers that work necessary for fabricating and installing all furnishings and
accessories as described in these specifications and as shown on the Plans.
Sections in these specifications titled "Common Fork for . shall apply to all following
subsections whether directly referenced or not.
10.05 Common Work for Specialties
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Equipment Signs
• Fire Extinguishers
10.10 INFORMATION SPECIALTIES
10.14 Signs and Labels
10.14.1 Common Work for Signs and Labels
Part 2- Products
Materials
Unless otherwise specified,text shall be white on a background color shown below.
Purpose Plate Color
General Black
Warning Red
Electrical Black
Domestic Water Blue
Part 3- Execution
Installation
Install signs/markers directly on the devices in a location that does not interfere with the
device operation or maintenance. If the device is too small or otherwise impractical to
mount marker,locate marker as close as possible to the device on an adjacent surface.
Provide and mount, as directed, equipment signs for the following:
�j 10-1
Z:\EastWenatchee\d6ta\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 Plot
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 10- Specialties Emergency Power for CCTF '
Purpose Location Text '
Generator exhaust Above pipe See plans.
Electrical panels and Well 9—near disconnect Provide text as require by
disconnects code (NEC 225.37
Entrance gate Propane tanks "Keep Out"
10.14.2 Equipment Signs
Part 2- Products ,
Materials
Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-inch
thick,with 1/2-inch high letters in N-2 Standard Gothic characters.
10.14.4 Danger Signs
10.14.4 Danger Signs
Part 1 - General
Summary
The Contractor shall provide danger signs per the Plans. '
Part 2 - Products
Manufacturers
Danger signs shall be Seton Identification Products or approved equal. When stated on the
Plans,provide specified model number or approved equal.
Components
Signs shown on the Plans to comply with National Fire Protection Association standard 704
(NFPA 704) shall be corrosion resistant for indoor installation and corrosion and UV
resistant for outdoor installation.
Dimensions of sign(s) shall be as stated on the Plans.
Part 3 - Execution
Installation
Mount signs securely in locations shown on the Plans.
10.14.6 Construction Fence Perimeter Signs
Part 2- Products
Materials
10-2
2/25/2013 4:46 PM Z:\EastWenatcliee\data\REN\111-016\CCTFTecluiicaI Spec.docx
0 2013 RH2 Engineering,Inc. '
City of Renton Winter 2013
Emergency Power for CCTF Division 10- Specialties
Signs shall be made of polyethylene and be 1/8" thick minimum. Sign shall have a white
background with construction orange print. Font shall be readable from 100'.
Part 3- Execution
Installation
During construction, if construction site is to be partially or completely enclosed, signs
' stating "Construction Area, Keep Out" shall be placed so that at any location around the
construction site within 100' of a sign can be read from that distance. Upon removal of
temporary construction fencing,remove signs from fencing and deliver to Owner.
10.14.8 Electrical and Control Equipment
Part 2 - Products
Materials
Name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type
' with adhesive back. Letter height shall be 5/16-inch unless specified otherwise on the Plans.
Labeling shall clearly identify the associate component. Color shall be black background with
white letters.
Tags shall be securely attached. Adhesive backed tags shall also have at least two brass
screws for positive fastening.
Part 3 —Execution
Installation
' Provide engraved nameplates indicating load served, voltage, and phase for every circuit
breaker, panel board; switchboard, motor control center, motor starter, disconnect switch,
and fused switch.
' All components provided under this specification, both field- and panel-mounted, shall be
provided with permanently-mounted nametags. The Engineer shall have complete control
over the hardware to be labeled and the labeling provided. Provide labels as directed.
' Provide a name tag for each piece of equipment and for each circuit and/or control device
associated with the equipment.
Warning nameplates shall be provided on all panels and equipment which contain multiple
power sources which may have energized circuits with the main disconnecting means in.the
off position. Lettering shall be white on red background.
10.40 SAFETY EQUIPMENT
10.44.16 Fire Extinguisher
' Part 2- Products
Components
' Portable, wall-mounted, 10-pound, dry-chemical fire extinguisher shall be listed and
approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical
' 10-3
Z:\EastWenatchee\data\REN\111-016\CCTF Tedmical Spec.doax 2/25/2013 4:46 PM
' 0 2013 RH2 Engineering,Inc.
1
Winter 2013 City of Renton
Division 10 -Specialties Emergency Power for CCTF 1
agent which is effective in extinguishing Class A, B, and C fires (tri-class), and shall be rated 1
2A-10B-C or greater.
Part 3- Execution
Installation 1
Install extinguisher no higher than 5-feet above floor and in accordance with applicable
codes. Provide a fire extinguisher for each location shown on the plans. 1
i
1
1
i
i
1
1
1
i
1
1
i
10-4 1
2/25/2013 4:46 PM Z:\EastWemtchee\data\REN\111-016\CCTF Technical Spec.docx
0 2013 RH2 Engineering,Inc. i
i
' Division 11
Equipment — Section Not Used
i
i
1
i
i
11-1.
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 Pl\4
©2013 RH2 Engineeung,Inc.
1
' Division 12
Furnishings — Section Not Used
1
12-1
Z:\EastWenatchee\data\REN\111-016\CCTFTecluiicaI Spec.doct 2/25/2013 4:46 PM.
' ©2013 RH2 Engineering,Inc.
Division 13
Special Construction — Section Not Used
1
' 13-1
Z:\EastWenatchce\data\REN\111-016\CCTFTecluiicaI Spec.d= 2/25/2013 4:46 PM
©2013 RI-12 Ei4neeiing,Inc.
Division 14
Conveying Systems - Section Not Used
1
1
1
!
i
1
1
1
1
! 14-1
Z:\EastWenatchee\data\REN\111-0161CCTFTed..ical Spec.docs 2/25/2013 4:46 PM
' 0 2013 R-12 Engineering,Inc.
1
Division 15
Mechanical — Section Not Used
i
1
1
f
i
!
1
1
!
1
t
15-1
Z:\EastWenatchee\data\REN\111-016\CCTFTeclurical Spec.doc4 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
1
' Division 16
Electrical
16.00 GENERAL
This division covers that work necessary for furnishing and installing electrical equipment
required for this project. Items not covered shall be suitable for their particular application.
Sections in these specifications titled "Common fork for . . ." shall apply to all following
sections whether directly referenced or not.
' 16.05 Common Work for Electrical
Part 1 - General
Summary
Plans are diagrammatic and indicate general arrangements of systems and equipment, except
when specifically dimensioned or detailed. The intention of the plans is to show size,
capacity, approximated location, direction and general relationship of one work phase to
another, but not exact detail or arrangement.
Permits and Fees
The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by
the authority having jurisdiction and other arrangements for work on this project and all fees
shall be paid for by the Contractor. The Contractor shall include these fees in the bid price.
Related Sections
See the following sections for items that may be provided and/or installed with other
electrical equipment.
• 8.90 Motorized louvers/dampers
' • 10.14.8 Signs for electrical and control equipment
References
Provide all electrical work in accordance with latest edition of National Electrical Code,
National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If
any conflict occurs between government adopted code rules and these specifications, the
codes are to govern. All electrical products shall bear a label from a certified testing
laboratory recognized by the State of Washington. Recognized labels in the State of
Washington are UL.
Definitions
Dry Locations: All those indoor areas which do not fall within the definitions below
for wet, damp, or corrosive locations and which are not otherwise designated on the Plans.
0 Wet Locations: All locations exposed to the weather, whether under a roof or not,
unless otherwise designated on the Plans.
• Damp Locations: All spaces wholly or partially underground, or having a wall or
ceiling forming part of a channel or tank unless otherwise designated on the Plans.
16-1
Z:\EastWenatchee\data\REN\111-016\CCTF Teclu-,ical Spec.docx 2/25/2013 4:46 PEI
0 2013 R142 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
• Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or
liquid polymer are stored or processed. These areas are identified on the Plans. i
Submittals
Provide submittals of each item specified in this division to engineer for approval in
accordance with the submittals' sections of these specifications. Submittals for motor
control centers, motor control panels, control panels, instrumentation panels, and pump
control panels shall include as a minimum a wiring diagram or connection schematic and an
interconnection diagram.
Wiring Diagram or Connection Schematic ,
This plan or plans shall include all of the devices in a system and show their physical
relationship to each other including terminals and interconnecting wiring in assembly. This
diagram shall be in a form showing interconnecting wiring only by terminal designations
(wireless diagram).
Interconnection Diagram
This diagram shall show all external connections between terminals of equipment and '
outside points, such as motors and auxiliary devices. References shall be shown to all
connection diagrams which interface to the interconnection diagrams. Interconnection
diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line
with the direction of entry/exit of the individual wires clearly shown. All devices and
equipment shall be identified. Terminal blocks shall be shown as actually installed and
identified in the equipment complete with individual terminal identification. All jumpers,
shielding and grounding termination details not shown on the equipment connection
diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be
shown. j
Submittal information shall be provided to the Owner for the following items:
• Service Disconnect
• Circuit Breakers
• Conduit and Fittings '
• Outlet and Junction Boxes
• Electrical Handholes and Vaults
• Wire and Cables
• Switches and Receptacles
• Automatic Transfer Switch
• Engine Generator Set
• Propane Tank and Accessories
• Other Electrical Components listed in this division and/or required by the Engineer.
16-2
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.doct
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
' Emergency Power for CCTF Division 16-Electrical
Project Conditions
Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only
after a shutdown schedule has been submitted and approved by both the client and the
Engineer. Refer to Section 1.72 if these technical specifications.
Construction Power: See Division 1.51
IPart 2 - Products
Source Quality Control
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Engineer.
Identification of Listed Products
Electrical equipment and materials shall be listed for the purpose for which they are to be
used, by an independent testing laboratory. When a product is not available with a testing
laboratory listing for the purpose for which it is to serve, the inspection authority may
require the product to undergo a special inspection at the manufacturer's place of assembly.
1 All costs and expenses incurred for such inspections shall be included in the original contract
price.
Materials
Use equipment, materials and wiring methods suitable for the types of locations in which
they will be located,as defined in Definitions above.
Components
Fasteners for securing equipment to walls, floors and the like shall be either hot-dip
galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive
' locations. When fastening to existing walls, floors, and the like,provide capsule anchors,not
expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule
anchor bolt is 3/8-inch.
Unless otherwise noted,provide enclosures as follows:
• Class 1,Division 1 &2 Locations: NEMA Type 7
• Indoors unclassified.Locations: NEMA Type 12
• Corrosive Locations: NEMA Type 4X
•. Outdoors and/or Wet Locations: NEMA Type 4
• Electrical rooms: NEMA Type 1
Accessories
Wire Identification
Identify each wire or cable at each termination and in each pull box using numbered and
lettered wire markers. All electrically common conductors shall have the same number._
Each electrically different conductor shall be uniquely numbered. Identify panelboard
16-3
Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 PM
' ©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the motor
control center manufacturer and the motor control unit terminal number. Identify other
circuits as approved by the Engineer. Identify each wire or cable in each pull box with
plastic sleeves having permanent markings. Conductors between terminals of different
numbers shall have both terminal numbers shown at each conductor end. The terminal
number closest to the end of the wire shall be the same as the terminal number.
Finishes
Refer to each electrical equipment section of these Specifications for painting requirements ,
of equipment enclosures.
Part 3 - Execution
Installation ,
Install all materials in accordance with electrical code, UL listing requirements and
manufacturer's instructions.
Ensure that all equipment and materials fit properly in their installations. Perform any
required work to correct improperly fit installations at no additional expense to the Owner.
Provide the required inserts, bolts and anchors, and securely attach all equipment and
materials to their supports.
Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads.
Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for
the electrical construction work. Structural members shall not be cut or drilled, except when
approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete
or masonry. Perform patch work with the same materials as the surrounding area and finish
to match.
Metal Panels: Mount all metal panels, which are mounted on, or abutting concrete walls in ,
damp locations or any outside walls '/4-inch from the wall, and paint the back side of the
panels with a high build epoxy primer with the exception of stainless steel panels. Film
thickness shall be 10 mils minimum.
Maintenance: Install all equipment and junction boxes to permit easy access for normal
maintenance.
Interconnections: Provide all interconnection wiring between work provided in other
divisions and work provided in this division. All equipment to be completely wired and fully
operational upon completion of the project.
Seismic Requirements: See Division 1.81
Equipment Protection: Exercise care at all times after installation of equipment, motor
control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture.
Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment
protection. '
16-4
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
' Field Quality Control
Minor Deviations
t . The electrical plans are diagrammatic in nature and the location of devices, fixtures and
equipment Is approximate unless dimensioned. On the basis of this, the right is reserved by
the owner to provide for minor adjustments and deviations from the locations shown on the
Plans without any extra cost. Deviations from the Plans and/or specifications required by
' code shall also be done, subsequent to Owner's approval,without extra cost.
Plans indicate the general location and number of the electrical equipment items. When
raceway, boxes, and ground.connections are shown, they are shown diagrammatically only
and indicate the general character and approximate location. Layout does not necessarily
show the total number of raceways or boxes for the circuits required. Furnish, install, and
place in satisfactory condition all raceways, boxes, conductors and connections, and all of
the materials required for the electrical systems shown or noted in the contract documents
complete, fully operational, and fully tested upon the completion of the project.
Record Plans
The Contractor shall maintain a complete and accurate record set of Plans for the electrical
construction work. Continually record actual electrical system(s) installation on a set of
prints kept readily available at the project during construction for this purpose alone.
Accurately locate all raceways and circuit number of each equipment Item. At the
completion of the work, furnish a set of clean, neat, and accurate record plans on
reproducible sepia-type paper which shows raceway type, routing, and conductors for every
outlet and every circuit.
Cleanup
Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and
materials upon completion of the project. Clean out and vacuum all construction debris
from the bottom of all equipment enclosures.
Painting: Repaint any electrical equipment or materials scratched or marred in shipment or
installation,using paint furnished by the equipment manufacturer.
Cleanup: Upon completion of the electrical work,remove all surplus materials, rubbish, and
debris that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Engineer.
16.10 ELECTRICAL SITE WORK
16.10.1 Common Work for Electrical Site Work
Part 3-Execution
Construction
Provide all excavation n g tr n hi
e c , backfill and surface restoration required for the electrical q
work.
16-5
Z:\EastWenatchee.\data\REN\111-016\CCTFTeclmical Spe.c.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
Trenching shall be to depths as required by Code, particular installation, or as shown on the
Plans. Trench width and length as required by the installation or as shown. Trench bottom
shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or
contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and
fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall
be 12 inches minimum, except gas line separation shall be 12 inches both vertical and
horizontal. Perform crossing of concrete or asphalt only after surface material has been saw ,
cut to required width and removed.
Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or
less. Provide red marker tape over raceways below grade. Place backfill material to obtain a ,
minimum degree of compaction of 95 percent of maximum density at optimum moisture
content. Moisten backfill material as required to obtain proper compaction. Do not use
broken pavement, concrete, sod,roots or debris for backfill.
16.10.2 Underground Marking Tape (Detectable Type)
Part 2—Products
Manufacturers
Tape shall be Brady"Detectable Identoline—Buried Underground Tape,or equal.
Materials
Underground marking tape shall be for location and early warning protection of buried
power and communication lines. Tape shall be detectable by a pipe/cable locator or metal
detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a
type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester
plastic. The plastic color shall be red for electrical lines and orange for telephone lines. i
16.30 PANEL COMPONENTS
16.33 Panel Relays
16.33.2 Relays
Part 1— General
Design Criteria
Contacts and relays shall be NEMA rated and UL recognized.
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 ,
amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
Part 2- Products
Manufacturers
Relays shall be Idec RH Series — General Purpose Midget Relays with DIN rail mounted
socket or equal. Single Function Timing Relays shall be Idec GE1A Series—Single Function
16-6 '
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Teclmical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
ON Delay Timers with DIN rail mounted socket or equal. Multi-Function Timing Relays
shall be Idec RTE or GT3 series depending on intended functions with DIN rail mounted
socket or equal.
Manufactured Units
Relays for control, alarm and report-back functions shall be supplied as required to provide
external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24-volt D.C.
Relays and shall be plug-in type with dust covers and shall be interchangeable with one
another. All relays shall have LED indicators to signal when the coil is energized. Contacts
shall have amperage rating higher than their intended use.
Signal circuit switching shall be accomplished with analog signal switching relays and shall be
provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double-
throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum.
The number of poles and coil energization voltage shall be as shown on plans. Signal
switching relays shall be sealed to prevent entry of contamination in the form of dust,dirt, or
moisture.
Part 3—Execution
i Installation
Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance
tripping of other alarm points. Time delay relays for these functions may not be shown on
the plans;however,provide as required on all circuits.
16.35.5 Terminal Blocks
Part 2—Products
Manufactured Units
Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and
barriers rated for 300 volts. Terminals shall be double-sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall permanent,
legible identification,clearly visible with the protection cover removed.
Part 3 — Execution
Installation
All wires between panel-mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre-
insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated. All wires shall be labeled with
the circuit number and common function.
i
t
16-7
Z:\EastWeiiatcliee\data\REN\111-016\CCTFTecluucaI Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineenng,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
16.50 SWITCH AND PANEL BOARDS
16.51 Service Disconnect Switch
Part 1 — General j
Design Criteria
The switch shall be heavy duty type, shall be quick-make, quick break, and shall be
horsepower rated. The switch shall have blades as required to open all ungrounded
conductors. The disconnect shall have a minimum available fault current withstand rating of
42,000 amperes unless noted otherwise on the plans.
Part 2—Products
Manufacturers ,
Acceptable Fuse Manufacturers: Bussman,Gould-Shawmut Littlefuse,and Reliance.
Acceptable switch manufacturer's: Cuder;Hammer, General Electric,Siemens,or Square-D.
Materials
The switch shall be pad-lockable in both the OFF or ON position.
The enclosure shall have interlocking cover to prevent opening the door when the switch is
closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable.
The NEMA enclosure rating shall be as shown on the Plans. t
Fuse Type
Fusible disconnects shall be as above with addition of fuse space and clips to accept. Class
RK1 fuses.
Service entrance disconnect shall be furnished with a UL service entrance label.
Provide one (1) set of spare fuses to be stored on-site.
Circuit Breaker Type
Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit
breaker specifications covered in Division 16.55.16.
16.55 SWITCHES AND PROTECTIVE DEVICES
16.55.1 Common Work for Switches and Protective Devices
Part 1 - General
Design Requirements
Overcurrent devices shall be NEMA rated.
16-8 ,
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.docs
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
Extra Materials
Provide one fuse for each ungrounded conductor and a minimum of two spare fuses of each
ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the
project.
Part 3—Execution
Installation
Overcurrent protection devices and safety switches shall be centered 60 inches above the
finished floor unless noted otherwise on the Plans.
16.55.13 Fuses
Part 1 - General
Design Requirements
Fuses shall be of the type and amperage indicated on the Plans. The voltage rating shall be
appropriate for the application indicated. The fuse types indicated on the Plans imply a
certain set of fuse characteristics. No substitutions of fuse types will be allowed without
Engineer approval.
Part 2 - Products
Manufacturers
iFuses shall be Bussman, Gould Shawmut,I-ittlefuse,Reliance, or equal.
Materials
Fuses in motor circuits which are indicated but not sized, shall be provided with
Manufacturer's recommended size based on the actual motor installed. In-line or integrally-
mounted fuse clips shall be provided on all control power or low-voltage transformers.
16.55.16 Molded Case Circuit Breakers
Part 1 - General
Design Requirements
Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers
shall be calibrated for operation in an ambient temperature of 40° C.
Part 2 - Products
Manufactured Units
Molded case circuit breakers shall be quick-make and quick-break type with wiping type
contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on
each pole consisting of both thermal and magnetic trip elements. Two and three pole
breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each
breaker shall have trip indication independent of the ON or OFF positions.
16-9
Z:\EastWenatcliee\data\REN\111-016\CCTF Technical Spec.docr. 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
16.55.18 Disconnect Switches
Part 1 - General
Design Requirements
Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the
ampere and voltage as shown on the plans and as required by the National Electrical Code
and nameplate requirements of the equipment served.
Part 2 - Products
Manufactured Units L
The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be
provided as indicated on the Plans.
Part 3—Execution
Installation
Provide additional disconnects if required by Code.
16.60 CONDUCTORS
16.61 Low Voltage Wire and Cable
Part 1 - General
Design Requirements
This section is for power and control conductors for 600 volts or less.
All conductors shall be copper. Wire or cable not shown on the Plans or specified, but
required, shall be of the type and size required for the application and in conformance with
the applicable code. t
Part 2 - Products
Conductors
• Stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B
stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation
shall not be allowed. Aluminum conductors shall not be allowed.
• Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG
and larger. Aluminum conductors shall not be allowed.
Splices
• For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated
connectors utilizing an outer insulating cover and a means for connecting and holding
the conductors firmly.
16-10 '
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Teduucal Spec.docx
0 2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
• All Equipment: Crimp type connectors shall be insulated type, suitable for the size and
material of the wires and the number of wires to be spliced and for use with either solid
or stranded conductors.
• Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be
suitable for the size and material of the conductors to be spliced.
• All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be
suitable for use in wet and hazardous locations.
Terminations
• Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type
tongue, suitable for the size and material of the wire to be terminated, and for use with
either solid or stranded conductors.
• Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw
does not bear directly on the conductor.
• Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted
on the markers.
Location (Installment) Schedule
Provide the following conductors for the following applications.
• Use stranded copper conductors for all power and control circuits unless noted
otherwise on plans or below. Size as noted on the plans.
• Contractor may use solid copper conductors for lighting and receptacle circuits using
screw-type terminals. Size as noted on the plans.
• Size#14 AWG wire or smaller shall not be allowed for power circuits.
Finishes
Color Coding: Provide color coding for all circuit conductors. Insulation color shall be
white for neutrals and green for grounding conductors. An isolated ground conductor shall
be identified with an orange tracer in the green body. Ungrounded conductor colors shall be
as follows:
• 120/208 Volt, 3 Phase: Red, black and blue.
• 277/480 Volt, 3 Phase:Yellow, brown and orange.
• 120/240 Volt, 1 Phase:Red and black.
Part 3—Execution
Installation
Conductor Splices
16-11
Z:\Eastwenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
• Splices: Install all conductors without splices unless necessary for installation, as
determined by the Engineer. Splices when permitted and terminations shall be in
accordance with the splice or termination kit manufacturer's instructions.
Conductor Identification
• Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same
number. Each electrically different conductor shall be uniquely numbered. Identify
panelboard circuits using the panelboard identification and circuit number. Identify
motor control circuits using the equipment identification number assigned to the control .
unit by the motor control center manufacturer and the motor control unit terminal
number. Identify other circuits as shown in the circuit schedule as favorably by the
Engineer.
• Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the i17ire shall
be the same as the terminal number.
Testing
Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors
circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation
resistance shall be 20 megohms or more. Submit results to Engineer for review.
16.70 CONDUIT, RACEWAYS, BOXES AND FITTINGS
16.71 Raceways
Part 1 — General
Design Requirements
Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the
quantities and sizes of wire installed therein.
Part 2— Products
Components
Conduit and Fittings
• Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside
and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories
Standard UL6 and j
carry a UL label. Use cast threaded hub fittings and unction boxes
for all rigid conduit except in locations not permitted by the N.E.0 .
• PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard
above plus have a 40 mil PVC factory applied PVC coating.
• Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC
conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL
16-12 �.
2/25/2013 4:46 PM Z:\Eastwenatchee\data\REN\111-016\CCTF Tedmical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings
shall be of the same material as the raceway and installed with solvent per the
Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by
the same Manufacturer.
• Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped
galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a
flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite
Type VA,General Electric Type UA or equal.
• Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing,
hot.dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight,
insulated throat, compression type.
Conduit&Cable Support's
• Conduit Supports: Hot dipped galvanized framing channel shall be used to support
groups of conduit. Individual conduit supports shall be one-hole galvanized malleable
iron pipe straps used with galvanized clamp backs and nesting backs where required.
Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy
coated clamps or PVC conduit wall hangers.
• Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers.
Unless otherwise specified, hanger rods shall be '/2-inch all-thread rod and shall meet
ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture
shall be stainless steel.
Conduit Sealants
• Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty
type hand applied material providing an effective barrier under submerged conditions.
Part 3 - Installation
Schedule
• Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted
otherwise below or on the Plans. PVC Schedule 40 conduit can be used underground
when 5 feet away from the perimeter of the existing building.
• Flexible Metal Conduit shall be used for final connection to motors and vibrating
equipment.Jacketed flex with threaded fittings shall be used outside and in wet corrosive
atmosphere. Maximum length of flexible conduit shall be as allowed by NEC.
Installation
• Spare conduits shall contain one 3/16 inch diameter nylon pull rope.
• Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for
routing the conduits in a neat manner,parallel and perpendicular to walls and ceilings.
• Securely fasten raceways at intervals and locations required by N.E.C., or the type of
raceway employed.
16-13
Z:\EastWenatchee\data\REN\111-016\CCTF Tedmic d Spec.docx 2/25/2013 4:46 PM
0 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
• Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends
to facilitate ease of equipment maintenance. Conduits extending from the floor to a
device shall be located as close as possible to avoid creating a hazard.
• Do not install one (1) inch and larger raceways in or through structural members (beams,
slabs, etc.) unless approved by Engineer.
• All raceways shall contain a separate grounding conductor.
• Conduit Encasement or Embedment in the earth shall be separated from the earth by at
least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers
shall be located 5 feet on centers. 'De spacers shall be secured to the conduits by wire
ties. The conduits shall be watertight.
• Analog signal conduits shall be. separated from power or control conduits. The
separation shall be a minimum of 12-inches for metallic conduits and 24-111ches for
nonmetallic conduits.
• Conduit Identification: In each manhole, handhole, pullbox, cabinet, motor control
center or other equipment enclosure, identify each conduit using the conduit number
shown on the Plans by means of a conduit tag affixed with stainless steel wire. Where
affixing a tag is not feasible,identify conduits by stenciling. Stencil all exposed conduits
for identification at least once in a room.
16.72 BOXES AND ENCLOSURES
16.72.2 Outlet and Junction Boxes
Part 1— General
Design Requirements
In corrosive areas, all junction boxes shall be NEMA 4X.
ul x n i x h
O et boxes and switch boxes shall be g us n designed for mounting flush wiring devices.
g g
Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a
vertical force of 200 P ounds for 5 minutes. Wall boxes shall withstand a vertical downward
force of 50 pounds for 5 minutes.
Part 2—Products
Materials
Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may
be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C.
All boxes shall be of proper size to accommodate devices, connectors, and number of wires
present in the box. Boxes shall be readily accessible.
Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of
1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not
acceptable. .Mounting lugs shall be provided at the back or bottom corners of the body.
Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead
16-14
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the
FS types. Boxes shall conform to FS W-C-586C and UL 514.
Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming
to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes
shall be formed in one piece from carbon-steel sheets.
Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing
of polyester material,with a minimum wall thickness of 1/8".
Finishes
Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish
shall be provided.
16.72.4 Handholes and Pull Boxes
Part 2— Products
Manufacturers
Handholes and Pull boxes shall be Utility Vault Co., or approved equal unless specified
otherwise on the Plans.
Materials
Provide handholes of reinforced precast concrete, or injection molded composite plastic
material. Handholes shall include a base, a body, extensions and a cover. Handholes with a
perimeter of 10 feet or more (e.g., 3 feet by 2 feet) shall have both pulling irons and cable
racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable
racking and hardware, however, shall be non-metallic and corrosion resistant.
If no handhole size is shown on the Plans,size units per NEC,or provide 12 inch by 24 inch
by 18 inch deep,whichever is larger.
All handholes located in areas subject to vehicular traffic or where identified on Plans shall
be ASSHTO, H-20 rated in accordance with ASTM C857.
The lids to all pull boxes and vaults shall be permanently marked for its intended use,
"signal" for all signal and instrumentation handholes and "Electrical' for all power
handholes. Letter shall be a minimum of 3-inches high.
Part 3—Execution
Installation
Conduits entering handholes shall have grounding bushings installed and the conduit ends
shall be sealed with Permagum sealing compound. Where conduits enter through sides of
handholes, the penetration shall be made watertight.
Pull boxes. shall be provided at least every 150 feet on long straight runs. Spacing shall be
reduced by 50 feet for each 90 degree bend.
Install handholes flush with finished grade in all paved areas, roadways and walkways. All
handhole edges shall be flush with final surface.
16-15
Z:\Eastwenatchee\data\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
16.75 WIRING DEVICES
16.75.1 Common Work for Wiring Devices
Part 3 - Execution i
Installation
Wiring Devices
Position of Outlets: All outlets shall be centered with regard to building lines, furring and
trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set
plumb and shall be surface mounted to the wall.
Unless otherwise noted, wall mounted outlet devices shall generally be 48-inches above the
floor, 18 inches in architecturally treated areas, above process piping near process valve
boards.
Testing
After installation of receptacles, circuits shall be energized and each receptacle tested for
proper ground continuity,reversed polarity,and/or open neutral condition.
GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a
portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when
plugged in, between the "hot" line and "ground" to produce tripping of the receptacle.
Resetting and tripping shall be checked at least twice at each GFI receptacle.
Submit results of all field testing to the Engineer for review.
16.75.2 Receptacles
Part 1— General
Design Requirements
Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA
configurations,NEMA WD1 and UL 514 Standards.
Part 2—Products
Materials
Single and Duplex Receptacles:
0 Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall
accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General
Electric 4108-2, or equal. Color shall be ivory or white.
16.75.3 Line Voltage Switches
Part 2—Products
16-16
2/25/2013 4:46 PM Z:\EastWenatehee\data\REN\111-016\CCTF Tedmical Specdocx
0 2013 RH2 Engineering,Inc
i
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
Manufacturers
Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or
equal.
Materials
Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units
shall be flush mounted, self-grounding,quiet operating toggle devices. Handle color shall be
brown in industrial areas and white or ivory in office or laboratory areas. Units shall
conform to Federal Specifications W-S-896 D and E,UL 20, and NEMA WD1 standards.
16.75.5 Plates
Part 1— General
Design Requirements
Plates shall be of the style and color to match the wiring devices, and of the required number
of gangs. Plates shall conform to NE1:TA ��ID1, UL 514, and ANSI C73. In noncorrosive
indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome
finish.
Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type
with weather protective double doors. Device plates for explosion-proof equipment shall be
factory provided with the equipment.
Part 2-Products
Manufacturers
As manufactured by Crouse-Hinds,Appleton,or equal.
Components
Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch
white characters on black background. Nameplates for switches shall identify panel and
circuit number and area served. Nameplates for receptacles shall identify circuit and voltage
if other than 120 volts, single phase.
16.90 POWER GENERATION
16.91 Engine Generator
16.91.2 Liquid Petroleum Engine Generator
Part 1 General
Definitions
• Operational Bandwidth: The total variation from the lowest to highest value of a
parameter over a range of conditions indicated, expressed as a percentage of the nominal
value of the parameter.
• LP: Liquid Petroleum.
f 16-17
Z:\Eastwellatchee\data\REN\111-016\CCTF Technical SPec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
• NG: Natural Gas.
• Standby Rating: Power output rating equal to the power the generator set delivers
continuously under normally varying load factors for the duration of the power outage.
Design Criteria t
Provide one self-contained, exterior rated standby engine generator system to automatically
operate the load criteria listed in the rating section of these specifications during prime
power failure conditions.
Insulate, enclose,or guard exposed parts subject to high-operating temperatures or energized
electrically, and moving parts which are of such nature or so located as to be a hazard to
operating personnel. Safety devices and safety measures shall not impair the proper -
functioning of any part of the set.
Parts which require adjustment or servicing (not repair or replacement) to permit operation
of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and
replacement of parts, assemblies, and accessories shall be possible with minimum drainage
and minimum disturbance of set. Maintenance shall be possible by use of common tools.
Design, construct, and install complete engine generator set to be free from objectionable
vibration in any mode. Freedom from torsional vibration shall be demonstrated during
factory test performed on the set provided, and proof of torsional acceptability shall be
provided by the manufacturer.
Performance Criteria
The engine generator set provided shall not have a standby rating less than 60 kW at 0.8 PF
with fan. Rating of LP engine-generator set shall be based on operation of set when
equipped with all necessary operating accessories such as radiator, fan, air cleaners,
lubricating oil pump, fuel injection pump, jacket water pump, and governor charging
generator.
Generator shall meet the following requirements:
• Standby rating—60 Kilowatt
• Voltage—480 volts
• Phase—3 phase
• Frequency—60 Hertz
• Insulation—Class H
• Wiring— 12 lead reconnectable
• Ambient Temperature—115 degrees F (max), -20 degrees F(min)
Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degrees
F ambient temperature.
The alternator shall produce a clean AC voltage waveform, with not more than 5% total
harmonic distortion at full linear load, when measured from line to neutral, and with not
16-18
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx
0 2013 RH2 Engineering,Inc.
City of Renton Winter 2412
Emergency Power for CCTF Division 16-Electrical
more than 3% in any single harmonic, and no 3rd order harmonics or their multiples.
Telephone influence factor shall be less than 40.
The generator set shall accept a single step load of 100% of rated load at 0.8 power factor
and recover to rated speed and voltage as required in NFPA 110.
Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load
and rated load. Random voltage variation with any steady load from no load to full load
shall not exceed plus or minus 0.5 percent.
Frequency regulation shall be isochron*ous from steady state no load to steady state rated
load. Random frequency variation with any steady load from no load to full load shall not
exceed plus or minus 0.5%.
The generator set shall be certified by the engine manufacturer to be suitable for use at the
installed location and rating, and shall meet all applicable exhaust emission requirements at
the time of commissioning.
Submittals
The following information shall be furnished:
Evaluation of engine generator size based in starting requirements. Provide calculations
verifying transient voltage dip will not exceed 15 percent with sudden application of rated
load.
Plan of LP generator set offered showing interconnecting wiring diagrams; all wiring in unit
and on Plans shall be number coded.
Literature describing the LP engine generator set.
Literature describing auxiliary equipment to be furnished.
The following shall be furnished in tabular form:
• Engine make
0 Number of cylinders
• Bore (in inches)
• Stroke (in inches)
• Generator make and type
•- Generator electrical rating, kVA
• Cubic inch displacement Fuel oil consumption
• Exciter and type
• Horsepower at rated load
• Enclosure size, exterior dimensions
Provide factory test results. See Source Quality Control. included as part of this
specification.
Provide field test results. See Site Test requirements under Part 3 of this specification.
q P
16-19
Z:\EastWeiiatchee\data\REN\111-016\CCTFTecluiicaI Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
r .
I
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
Provide three (3) copies of manufacturer's operating and maintenance instructions for each
piece of equipment. Information shall be complete and in suitable form for ready use by
Owner's operations staff. Catalog cuts and information regarding spare parts shall be
included. Operating manuals and instructions shall be assembled in hardback binders.
Project Conditions
Interruption of existing electrical service: Do not interrupt electrical service to facilities
occupied by the Owner or others unless permitted under the following conditions and then
only after arranging to provide temporary electrical service according to requirements
indicated:
• Notify Owner no fewer. than 2 working days in advance of proposed interruption
of electrical service.
• Do not proceed with interruption of electrical service without Owner's written
permission.
Engine generator system shall withstand the following environmental conditions without
mechanical or electrical damage or degradation of performance capability:
• Minimum Temperature: 0° F
• Maximum Temperature: 105° F
• Relative Humidity: 0—95 percent
• Altitude: Sea level to 1200 feet .
Coordination
Coordinate size and location of concrete bases for package engine generator set and fuel
tanks. Cast anchor-bolt inserts into concrete bases. Concrete, reinforcement and formwork
requirements are specified with concrete.
Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall
penetrations for exhaust systems.
Quality Assurance
The engine generator set shall be supplied by a manufacturer who has been regularly
engaged in the production of engine-generators sets and associated controls for a minimum
of twenty years, thereby identifying one source of supply and responsibility. The packaged
engine generator set and auxiliary components shall be provided through one source from a
single manufacturer.
The manufacturer shall provide factory-trained service and parts support through a factory
authorized dealer/supplier that is regularly doing business in the area of installation. The
factory authorized dealer/supplier shall maintain a service center capable of providing
training,parts, and emergency services within 50 miles of the project site.
Warranty
The electrical standby system, including the engine generator set, exerciser and transfer
switch, shall be guaranteed for 2 years or 1,500 hours operation from date of start-up service
16-20
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tedmical Spec.docx
©2013 RH2 Engineering,Inc.
1
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
and acceptance,whichever occurs first.
Maintenance Service
Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' full
maintenance by skilled employees of manufacturer's designated service organization.
Include quarterly exercising to check for proper starting, load transfer, and running under
load. Include routine preventive maintenance as recommended by manufacturer and
adjusting as required for proper operation. Provide parts and supplies same as those used in
the manufacture and installation of original equipment.
Extra Materials
A set of special tools necessary for routine maintenance of the equipment shall be
�' rY
furnished.
The following spare parts shall be furnished:
3 - Sets of fuel filter elements and gaskets
3 -Lubricating oil filter elements and gaskets
3 -Air cleaner filter elements
�. 2 -Complete sets of V-belts including fan and alternator drive belts
Part 2— Products
Manufacturers
During design,Detroit/MTU Onsite Energy LP generator set was used for sizing.
Subject to compliance with these specifications, the following manufacturers are approved
�. for bidding:
• Cummins/Onan
• Caterpillar/Olympian
• Detroit/MTU Onsite Energy
Ensure engine generator and accessories are provided by the above named manufacturer and
its authorized dealer. Ensure local availability of service and replacement parts.
Manufactured Units
The general design of the engine generator furnished shall be manufacturer's standard,
except where it differs from the requirements of these specifications. Engine shall, as a
minimum, be in accordance with requirements of this specification and may be
manufacturer's standard commercial product with added features needed to comply with
these requirements. Additional or better features which are not specifically prohibited by
this specification, but which are a part of the manufacturer's standard commercial products,
shall be included in the engine generator being furnished. A standard commercial product is
a product which has been or will be sold on the commercial market through advertisements
or manufacturer's catalogs,or brochures, and represents the latest production model.
16-21
Z:\EastWenatchee\data1RFN\111-0161CCTF Tedmical Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16-Electrical Emergency Power for CCTF
Components ,
Generator
Generator shall be a revolving field, 4-pole brushless connection to the alternator.
Generator rotor shall have been dynamically balanced and aligned with the engine,
and connected to the engine using a flexible disc coupling.
Voltage Regulator
Engine-generator unit shall have a steady state voltage regulator. Generator set shall
be capable of recovering to a minimum of 90% of rated no load voltage following
the application of the specified kVA load at near zero power factor applied to the
generator set. Maximum voltage dip on application of this load, considering both
alternator performance and engine speed changes shall not exceed 15%.
Supply generator with a voltage level control to provide an adjustable output voltage
of plus/minus five percent. Mount voltage control device on engine control panel.
The voltage regulator shall shutdown the generator after sustained overvoltage. The
overvoltage point shall be preset at 20 percent over normal generator operating
voltage,with a preset time out of 0.75 seconds.
Electric Starting System
Engine shall be equipped with electric starting system of sufficient capacity to crank
engine at a speed which will allow for full LP start of the engine. Arrange starting
pinion to disengage automatically when LP engine starts.
Furnish storage batteries with rack having sufficient capacity for cranking engine for
at least 30 seconds at firing speed in ambient temperatures specified and with
capacity for starting LP engine a minimum of three times in immediate succession.
Batteries and rack shall be easily removable without disassembly of engine
components.
Cooling System
Cooling system shall consist of frame-mounted radiator with engine water pump fan
assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling
to maintain safe operation at 105° F ambient temperature.
Provide an engine thermostat to regulate engine water temperature as recommended
by the manufacturer. Included in the cooling loop shall be a high-coolant
temperature device to shut down engine through the engine control panel when
engine temperature is excessive.
Fill engine cooling system with a mixture of water, anti-freeze, and corrosion
inhibitor to provide freezing protection at an ambient temperature of-20 degrees F.
Coolant-jacket Heater
Provide a 120-volt electric water heater with integral thermostatic control, properly
sized to maintain engine jacket water at 90 degrees F and suitable for operation in an
ambient temperature of 0 degrees F. Comply with NFPA 110 requirements for
Level 1 equipment for heater capacity.
16-22
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.doex
0 2013 RH2 Engineering,Inc
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
Heaters shall be Kim Jacket heaters or approved equal. The coolant heater shall be
UL 499 listed and labeled.
Air Cleaners
Engine shall be provided with one or more dry-type air cleaners of sufficient capacity
to effectively protect working parts of the engine from dust,grit, and ash.
Governor System
An electronic governor system shall provide automatic isochronous frequency
regulation. The control system shall actively control the fuel rate and excitation as
appropriate to the state of the generator set. Fuel rate shall be regulated as a
function of starting, accelerating to start disconnect speed, accelerating to rated
speed. The governing system shall include a programmable warm up at idle and cool
down at idle function.
Lubrication
Engine shall have gear-type lubricating oil pump for supplying oil under pressure to
main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft
bearings,and valve rocker mechanism.
Provide effective lubricating oil filter, and locate and connect it so that lubricating oil
is continuously filtered and cleaned. Filters shall be accessible, easily removed and
cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage
of lubricating oil circulation in event the filters become clogged.
Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled,
and provisions for draining oil by piping or other means to the outside of engine
housing.
Frame
Engine shall be factory-assembled and aligned on a heavy-duty steel base with
integral fuel tank. Batteries shall be housed in an acid-resistant box, which shall be
mounted on engine frame and adjacent to the engine. Location of battery housing
shall not interfere with maintenance and inspection of d-ie engine. Construct the
frame to insure proper alignment of all rotating parts and to prevent vibration build-
up. Base shall permit skidding in any direction during installation and shall be
provided with suitable holes for foundation bolts and vibration isolators. Provide
vibration isolators, spring/pad type, quantity as recommended by the generator set
manufacturer. Isolators shall include seismic restraints if required by the site
location.
Set shall have provision for conveniently attaching hoisting slings as well as for fork
lift pick-up.
Exhaust System
Muffler shall be rated as necessary to comply with City of Renton noise emission
standards, and shall be furnished with the engine. The muffler and engine
combination shall be sized to meet the power supply rating.
16-23
Z:\EastWenatchee\data\REN\111-016\CCTF Teclanical Spec.docx 2/25/2013 4:46 PAI
0 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports
as necessary for a secure rigid pipe system.
Exhaust system for the LP engine shall conform to codes set forth in the National
Fire Protection Association, Volume 4, Section 211, and shall comply with
recommendations for exhaust systems as specified by the LP engine manufacturer.
Pitch horizontal runs of exhaust pipe downward, away from engine. Completely
support the exhaust system so no weight or stress is applied to engine exhaust
manifold or turbocharger.
Provide a condensate drain for the muffler through a petcock.
The entire exhaust system shall be wrapped in an insulation blanket rated to
withstand a minimum temperature of 1200°F. The exterior blanket shall be
protected with a 0.016 aluminum jacket with weatherproof end cap.
Fuel System
Provide LP liquid fuel system per manufacturer design meeting T L 2200 Standard.
Provide connection means to 1 1/2 NPT fuel feed connection on generator. Engine
to accept fuel supply pressure 7-11 inch water column at fuel feed connection.
Contractor shall supply fuel pressure regulator if required. See Division 16.93 for
Liquid Propane Tank for fuel storage requirements for this project.
Fill fuel tank completely full at completion of construction.
Control Panel and Alarm System j
The Engine control panel shall be integrally mounted to the engine generator
assembly on the generator at the opposite end of the radiator. It shall be enclosed in
a NEMA 4 enclosure. �.
The control shall have automatic remote start capability from a panel-mounted
three-position (Stop,Run and Remote) switch.
The generator set shall be provided with alarm and status indicating lamps to indicate
non-automatic generator status, and existing alarm and shutdown conditions. The
lamps shall be high-intensity LED type. The generator set control shall indicate the
existence of the following alarm and shutdown conditions on a digital display panel:
Alarms
1. Low oil pressure warning
2. Oil pressure sender failure
3. Low coolant temperature
4. High coolant temperature warning
5. Low coolant level
6. Engine temperature sender failure
7. Low DC voltage
16-24
2/23/2013 4:46 PM Z:\Eastwenatchee\data\REN\111-016\CCTF Technical Spec.docx
0 2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
8. High DC voltage
9. Weak battery
10. Overload
11. Battery Charger Malfunction
12. Overcurrent
13. Under Frequency.
Shutdown Alarms
1. Low oil pressure
2. High coolant temperature
I Fail to crank
4. Overcrank
5. Overspeed
6. e High AC voltage
g
7. Low AC voltage
8. Under frequency
9. Over current
10. Short circuit
11. Emergency stop
Engine control panel shall include the following:
1. Oil pressure gauge (psi)
2. Emergency Stop Pushbutton
I Coolant temperature gauge (°F)
4. Operating hour meter (hrs)
5. Hand-off Auto Selector switch (H-O-A)
6. AC Frequency meter (hertz)
7. AC Volt meter (0-600v)
8. AC Current Meter (Amps)
9. Load Meter k
Alarm panel shall have a reset push button for acknowledging alarm conditions and
latching indicating lights for each alarm point to display to operation personnel the
reason for engine shutdown. Label lights as shown above.
Alarm Contacts to Telemetry
Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on
16-25
Z:\Eastwenatdiee\data\REN\111-0161CCTF Technical Spec,d«e 2/25/2013 4:46 I'M
©2013 RH2 Engineering,Inc.
j
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
activation of any of the following conditions:
1. Generator run
2. Generator failure (shutdown)
3. Generator trouble
Generator failure alarm shall be activated when any shutdown conditions exists.
Generator trouble shall be activated when any alarm conditions exists.
Generator Overcurrent and Fault Protection
Generator Circuit Breaker
Provide generator switch ear with exciter circuit breaker with manual reset and a
g g
line circuit breaker with manual reset. Circuit breaker shall be set mounted and
wired, UL listed, molded case thermal-magnetic type, rated as shown on plans.
Mount breakers in engine control panel. Field circuit breakers shall not be
acceptable for generator overcurrent protection.
Generator Protector
A microprocessor-based unit shall continuously monitor current level in each phase
of generator output, integrate generator heating effect over time, and predict when
thermal damage of alternator will occur. When signaled by generator protector or
other generator-set protective devices, a shut-trip device in the generator disconnect
switch shall open the switch to disconnect the generator from load circuits.
Protector shall perform the following functions:
1. Initiate a generator overload alarm when generator has operated at an
overload equivalent to 110 percent of full-rated load for 60 seconds.
Indication for this alarm shall be integrated with other generator-set
malfunction alarms.
2. When overcurrent heating effects on the generator approach the thermal
damage point of the unit switch the excitation system off,open the generator
disconnect device, and shut down the generator set.
3. Sense clearing of a fault by other overcurrent devices in the electrical system
and control recovery of rated voltage to avoid overshoot.
Battery Charger
Provide a battery charger for mounting on the building wall. The battery charger
shall be current-limited, automatic-equalizing and float-charging type. The unit shall
comply with UL-508 and include the following features:
Operation: Equalizing-charging rate of 5A is initiated automatically after battery has
lost charge until an adjustable equalizing voltage is achieved at battery terminals.
Unit then automatically switches to a lower float-charging mode and continues
operating is that mode until battery is discharged again.
16-26
2/25/2013 4:46 PM Z:\EastWemtchee\data\REN\111-016\CCTF Techiucal Spec.doc
0 2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
Automatic Temperature Compensation: Adjusts floats and equalizes voltages for
variations in ambient temperature to prevent overcharging at high temperatures and
undercharging at low temperatures.
Automatic Voltage Regulation: Maintains output ,voltage constant regardless of
input voltage variations up to plus or minus 10 percent.
Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall
indicate charging rates.
Safety Features: Include sensing of abnormally low.battery voltages arranged to
close contacts providing low battery voltage indication on control and monitoring
panel. Also include sensing of high battery voltage and loss of AC input or DC
output of battery charger. Either of these conditions closes contacts that provide a
battery charger malfunction indication at the monitoring panel.
Finishes
Prime and paint LP engine set and accessories in conformity with manufacturer's standard
practice.
Color of LP engine set enclosure shall be of manufacturer's standard color, unless noted
otherwise on Plans.
Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes.
All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion
protection and finish painted with the manufacturer's standard color using a two step
electrocoating paint process, or equal meeting the performance requirements specified
below. All surfaces of all metal parts shall be primed and painted. The painting process shall. result in a coating that meets the following requirements:
• Primer thickness,0.5-2.0 mils. Top coat thickness,0.8-1.2 mils.
• Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall
exceed 50%.
• Crosshatch adhesion,per ASTM D3359-93,413-5B.
0 Impact resistance,per ASTM D2794-93, 120-160 inch-pounds.
• Salt Spray, per ASTM B 117-90, 1000+ hours.
• Humidity,per ASTM D2247-92, 1000+ hours.
• Water Soak,per ASTM D2247-92, 1000+ hours.
Painting of hoses, clamps,wiring harnesses, and other non-metallic service parts shall not be
acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring
of the painted surface when removed for normal installation or service work.
Source Quality Control
Engine generator unit shall be tested at manufacturer's plant at full load before shipment.
Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated
load. Complete test reports shall be made which show the engine fuel consumption,
16-27
Z:\EastWenatchee\data\REN\111-016\CCTFTeclmical Spec.docx 2/25/2013 4:46 PM
0 2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16-Electrical Emergency Power for CCTF
kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and
load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner
prior to shipment. Owner and/or their representative shall be given opportunity to witness
the tests by the manufacturer.
Part 3 - Execution
Installation
Install engine in conformity with the plans and manufacturers instructions and under
manufacturer's direct supervision.
Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the
plans.
Site Test
Supplier shall be responsible for calibration, startup, and initial performance to meet the
specifications herein. Supplier shall provide a trained, qualified representative to check
installation and connection, perform field tests as indicated, and. certify to Owner its
performance does meet the specifications.
Upon completion of unit installation,carry out running tests. Operate engine for a period of
not less than 2 hours, in which 5 starts of the engine generator set shall be made and power
supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the
transient voltage dip will not exceed 15 percent of rated voltage when sudden application of
rated load is applied. Test shall demonstrate the ability of the engine generator to carry the
specified loads. Upon completion of the tests, final adjustments shall be made to equipment
by a qualified representative of the engine manufacturer. Fuel and oil filters shall be
replaced, belt drive tensions checked, and the proper operation of all equipment
demonstrated to Owner's representative. Owners representative shall be instructed in the
maintenance and operation of equipment. Five (5) copies of these test results shall be
provided to Owner and included with the operation and instruction manual.
16.92 Transfer Switches
16.92.2 Automatic Transfer Switch
Part 1 - General
Design Criteria
The transfer switch shall be shall be NENiA 12 rated and equipped with three poles for
normal and emergency service of 480 volts, 60 hertz, 3-phase.
The transfer switch shall be mechanically and electrically held and rated to 480 volts for all
classes of load and continuous inductive duty.
The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and
Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of
42,000 Amps.,
16-28
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.docR
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
The switch shall be capable of enduring 6000 cycles of complete opening and closing at
rated current and voltage at a rate of 6 cycles per minute without failure.
The switch shall be double throw inherently interlocked mechanically and electrically to
prevent supplying the load from both sources simultaneously. The operating current shall
be obtained from the source to which the load is to be transferred. The transfer mechanism
shall be of the double break design with solid silver cadmium surface contacts and individual
heat resistant arc chambers. The switches shall have arc chutes, heating dissipation and
arcing suppression and heavy duty springs to ensure quick and clean breaks.
Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are
used. The contacts shall be capable of carrying 20 times the continuous rating for
interrupting current.
All contacts, coils, etc. shall be readily accessible for replacement from front of _panel
without major disassembly of associated parts.
If a.service entrance rated switch is required as shown on the Plans, the switch shall have
overc�m—rent protection on the utility side of the incoming. Panel shall be UL listed and
labeled as service entrance rated from the factory.
Part 2— Products
Manufactured Units
The automatic transfer switch shall be supplied by the Manufacturer of Engine generator
system.
Components
The transfer switch shall include the following accessories:
1. Undervoltage Sensor. Adjustable solid state low voltage sensing relays (pick up 85 to 98
percent of normal voltage set at 98%; drop out 75 to 100 percent set of 90% of pickup
setting). Provide for each phase.
2. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to
15 seconds). Set start delay for 15 seconds. Timer will send start signal to gen set CP,
where louver timer will allow 15 second delay for louvers to open prior to starting gen
set.
3. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator
cooldown after normal power is restored and retransfer occurs. Set at 5 minutes.
4. Time Delay Transfer and Retransfer. Solid state time delay relay adjustable 2 to 120
seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5
minutes for retransfer to normal. Set at 3 seconds for transfer to emergency.
5. With or Without Load Selector Switch: Switch to select exercise with or without station
load.
6. Normal-Test Switch: Switch such that in the "Normal' mode the transfer switch will
operate automatically and in the "Test" mode the generator will start for test purposes.
This switch shall work in conjunction with the"With"or"Without"load switch.
16-29
Z:\EastWenatchee\data\REN\111-016\CCTF Tecluiica]Spec.doax 2/25/2013 4:46 PAI
©2013 RH2 Engineering,Inc.
I
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
I
7. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of
generator set exercise/test period. Provide with/without load selector switch for the
exercise period.
8. Programmed Transition: The load transfer control shall be capable of remaining in the
neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one
line power source to the other to allow residual voltages to decay before application of
the source. Set at 60 seconds.
9. Position lights for normal and emergency potions indication and for normal and
emergency power available.
10. Switch position indication limit switches for normal and generator positions.
11. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS
common trouble alarm,3) Normal Position.
12. Provide contacts and necessary power transformer(s) for supplying power to the EG
room intake louver. Contacts shall open once the engine generator is called to start,
removing power from the louver; therefore, opening the louver. When generator is
stopped, contacts shall close and reapply power to the louver; therefore, closing the,
louver.
13. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter;2.5 inch,
analog, 2% accuracy. Provide a phase selector switch to read L-L voltage and current of
both power sources.
14. Provide manual override switch to bypass the control system and transfer load from
source to source when control is disabled.
16.93 LIQUID PROPANE TANK
16.93.2 500 Gallon Liquid Propane Tank
Part 1 - General
Design Requirements
All propane tanks shall conform with the latest revision of the ASME code for pressure
P P P
vessels, Section VIII Division 1,NFPA 58,TRRC Docket 1.
Part 2— Products
Manufacturers
Trinity Containers 500AGPT or equal
Components
Propane tank shall be supplied with liquid propane connections and a float gauge for visible
indication of tank level. The tank shall be powder coated light gray. (Options: White,
Aluminum,Tan,Moss Green,Sage Green)
16-30
2/25/2013 4:46 PM Z:\EastWenatcliee\data\REN\111-016\CCTF Tecluucal Spec.docx
©2013 RH2 Engineering,Inc.
City of Renton Winter 2012
Emergency Power for CCTF Division 16-Electrical
Part 3 —Execution
Installation
Propane tanks shall be securely fastened to the installation surface in accordance to tank
manufacturer standards. All connections shall be installed and leak tested. Tanks shall be
cleaned inside and.out. Vacuum purge all tanks.
All connections, fittings, hoses, pipe,gauges, valves, required decals, and warning signs shall
be provided as necessary to provide a fully operational propane fuel system to the engine
generator. . The final installation shall meet all requirements of ASME code for pressure
vessels and be approved by the City of Renton Fire Department.
Fuel
Propane tanks shall be completely filled at the start of the testing. Tanks shall be topped off
with fuel at the completion of all testing.
16.95 TESTING
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
The Contractor shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied himself that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems,equipment and controls are functioning as intended.
Part 2 - Products
Source Quality Control
Submit reports of factory tests and adjustments_performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates,results of test, measured values and final adjustment settings.
Provide factory tests and adjustments for equipment where factory tests are specified in the
equipment specifications. The Engineer may inspect the fabricated equipment at the factory
before shipment to job site. Provide the Engineer with 7 days prior notice so that an
inspection can be arranged at the factory.
Part 3 —Execution
Site Testing
16-31
Z:\EastWenatchee\data\REN\111-016\CCTF Tedmical Spec.doce 2/25/2013 4:46 Pb4
©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 16 -Electrical Emergency Power for CCTF
• Test all circuits for continuity, freedom from ground, and proper operation during
progress of the work.
• Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in
addition to tests performed by the testing laboratory specified herein.
• Electric Motors: Perform voltage, current and resistance tests on all motors '/z
horsepower and larger installed this project. Insulation resistance readings shall be taken
with a 500 volt megger for 30 seconds with the circuit conductors connected to the
motor. Verify that an overload condition does not exist.
0 Conduct special test as required for service and/or system ground.
Field Quality Control
• General: Conduct final test in the presence of Owner and/or their authorized
representative. Contractor shall provide all testing instrumentation and labor required to
demonstrate satisfactory operation of systems,equipment and controls.
• Operational Tests: Operational test all circuits to demonstrate that the circuits and
equipment have been properly installed, adjusted and are ready for full-time service.
Demonstrate the proper functioning of circuits in all modes of operation, and including
alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and
alarm systems.
16-32
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Tecluucal Spec.docx
©2013 RH2 Engineeang,Inc.
Division 17
Automatic Control — Section Not Used
17-1
Z:\EastWenatchee\data\REN\111-016\CCTF Tecluliad Spec.docx 2/25/2013 4:46 PM
©2013 RH2 Engineering,Inc.
I
Division 18
Measurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid item's shall
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompan ying plans. Work and material not specifically
listed in the proposal, but required according to the plans and specifications and general
practice, shall be included in Contractor's bid price.
BID ITEM NO. 1 - MOBILIZATION, DEMOBILIZATION,
SITE PREPARATION AND CLEAN-UP
' Lump sum price covers complete cost of furnishing,installing and testing, complete and in-
place, all work and materials necessary to: move and organize equipment and personnel
' onto the job site; secure job site; provide and maintain necessary support facilities; obtain all
necessary permits and licenses; prepare site for construction operations; maintain site and
surrounding areas during construction; provide system testing, move all personnel and
equipment off site after contract completion, and; cleanup site prior to final acceptance; and
accomplish all other items of work not specifically listed in other divisions. Payment shall be
lump sum. No more than 50 percent of bid amount for this item will be paid before final
payment request, and this bid amount may not be more than 10 percent of value of total
contract.
BID ITEM NO. 2 - SITE WORK
Lump sum price shown shall cover the complete cost of providing all site work relating to
construction of improvements as shown on the Plans and specified herein. Work includes,
but is not limited to: sidewalk restoration; temporary construction fencing, permanent
fencing; disposal of excess material; control of water; landscaping; trenching; excavation;
removal of unsuitable materials; select bedding; backfill; appurtenances; restoration for
underground utilities; and electrical conduit; and all other work necessary for a complete
installation of all sitework and underground utilities. Payment shall be lump sum.
BID ITEM NO. 3 - PAVEMENT PATCHING
The unit price shown shall cover the complete cost of providing all materials, equipment,
and labor necessary for restoration of disturbed paved areas. Price shall include: removal
and disposal of existing pavement; saw cutting to neat line; asphalt; compaction; joint
sealing; adjustment of valve boxes and other structures; and cleanup. Payment shall be per
lineal foot of trench that is paved. Payment shall be per lineal foot.
BID ITEM NO. 4 - STRUCTURAL
Lump sum price shown shall cover the complete cost of providing all materials, equipment
' and labor necessary for constructing the structural improvements complete as shown on the
Plans and detailed in the contract specifications including: cast-in-place concrete, masonry,
18-1
Z:\EastWenatehee\d2ta\REN\111-016\CCTF Technical Spec.docx 2/25/2013 4:46 PM
' ©2013 RH2 Engineering,Inc.
Winter 2013 City of Renton
Division 18—Measurement&Payment Emergency Power for CCTF ,
miscellaneous metal work, patching, repairing of concrete floors, and testing. Payment shall
be lump sum.
BID ITEM NO. 5 - VENTILATION
Lum p s um price shown shall cover the complete cost of providing all labor, materials and
equipment necessary for the ventilation system shown on the Plans and detailed in the
contract specifications. Price shall include cost of equipment and installation of the engine
generator cooling system in the Fluoridation building, fans and fan motors, louvers and
dampers, thermostat, ducting and repair of existing ventilation exhaust fan. Payment shall
be lump sum.
BID ITEM NO. 6 - ELECTRICAL
The lump sum price shown shall cover the complete cost of providing all labor, materials, ,
and equipment necessary for the electrical work shown on the Plans and detailed in the
contract specifications. Price shall include cost and installation of the complete workable
engi.*:e generator set including the propane tanks and accessories for a complete propane fuel ,
system,automatic transfer switches,piping, testing, training, and coordination with telemetry
integrator. Payment shall be lump sum.
BID ITEM NO. 7 - GENERATOR FUEL '
The lump sum price shown shall cover the complete cost of providing all labor, materials,
and equipment to provide all engine generator fuel for testing the engine generator set and
full propane tanks at the end of the completion of the project. Payment shall be lump sum.
BID ITEM NO. 8 - AS-BUILTS
Lump sum price shown shall cover the complete cost of providing all mark-up P lans
necessary for the Owner to create accurate as-built records as detailed in the specifications.
The work includes surveying all structures and utilities to determine their as-constructed
locations, records of all mechanical and electrical equipment for maintenance purposes, and
operation and maintenance manuals. The price for this work will be $2,500. Failure to
comply with the as-built requirements and furnish acceptable as-built records. will result in
the deletion of this bid item by change order. Payment for this work will not be made prior
to the final payment. Payment shall be lump sum.
BID ITEM NO. 9 - FORCE ACCOUNT FOR IRRIGATION
REPAIR
Estimated price shown shall cover the complete cost of providing all work necessary for
repair of irrigation lines not located at the time of bidding and damaged during construction.
Payment shall be made based on time and materials to perform repairs. To promote
comparable bidding,a fixed price is set for this bid item.
18-2
2/25/2013 4:46 PM Z:\EastWenatchee\data\REN\111-016\CCTF Technical Spec.docx
©2013 RH2 Engineeung,Inc. '
� Appendix A
� Irrigation Standard Plan
1
1
1
1
1
1
1
1
1
�. .. ,r-- :.�. Ta,.x,-c-°<,rp�?rt'�fiS"�x�:';;�'err+„r,�,.;;,,.--�;,,-�=;y�..��-axz-.- -s��r?-��+�;,r..a..,�+.:�rz-;nr-. •sw�.y.:_a. .H.�;,.. �.�
t
{
{
3
W Z J
Ck
Q Q U w LLI
ALI
_ D Z LLI w Z J lt!
J (Y- W
z w w Q w
IL- p = w � Z
!O- O Z (Y-
< ~
1_- Q 111 = J
' 3 cn = �— x
DO C'4 ww w
Q
t�
LU _
a �
N �
n F-
. i
' IL Z
TECH� o C SPECS
Falcono 6504 Rotors
Uncompromising performance.
With the Falcon 6504 rotor you can have it High-speed model completes full rotation
' all superior distribution,reliability and in approximately one minute for quick
durability.Rain Curtain'"nozzles maximize wet-down of clay tennis_courts and sports
performance and coverage.A multi-function turf infield areas.
wiper seal.and tapered riser keep the stem Falcon 6504 rotors can now be ordered
' clear of debris,providing long-term from the factory with nozzles pre-installed
protection.Plus,heavy-duty construction in case quantities as a special order.
makes the Falcon 6504 one of the toughest Optional rubber collar for added safety on
rotors in the field.Available in.full-and part- playing fields
' circle models with optional stainless steel
riser,the Falcon 6504 rotor is ideal for large Operating Range
turf sites such as parks,athletic fields, . precipitation Rate:0.37 to 1.14 inches per
cemeteries,schools and commercial hour(9 to 29 mm/h)
applications. Radius:39 to 65 feet(11,9 to 19,8 m)
Features Pressure-k to 90 psi(2,1 to 6,2 Bars)
• Flow:2.9 to 21.7 GPM(0,66 to 4,93 r0h;
• Stainless steel riser option helps deter 0,18 to 1,371/s)
vandalism on public turf areas.
' • Five-year trade warranty. Specifications
• Easy arc adjustment(part-circle model) . 1"(26134)female NPT or BSP threaded `
through top of rotor from 400 to 3600. _
• Water-lubricated gear drive for reliable, inlet
• SAM
durable rotation. check device holds up to 10 feet A
Heavy-duty stainless steel retract spring (3,1 m)of head
ensures positive pop-down. Rain Curtain nozzles:04 black;O6 light ? . >Akwe_
• Standard black rubber cover or optional blue;08-dark green;10-gray;12-beige;
' purple rubber cover for non-potable 14-light green;16-dark brown;18-dark
blue
water. Nozzle outlet trajectory is 25°
• Removable Seal-A-Matic'"(SAM)check
device prevems.puddling and erosion Dimensions
' caused by low-head drainage.
• Eight color-coded Rain Curtain-nozzles Overall height:8'h"(21,6 cm)
offer greater design flexibility. Pop-up height:4"(10,2 cm)
• Rain Curtain-nozzles have three ports for Exposed surface diameter:_2"(5,1 cm)
optimal long-range,mid-range and close-
in watering,for green grass even in the Note:Pop-up height is measured from
heat of summer. cover to center of nozzle. Overall body
• Nozzles are interchangeable from the height is measured popped down.
' front with no special tools, How to Specify
• Self-adjusting stator does not require Models F4-PC-SS-N. --16-P
replacement when changing nozzles. F4 FC:Full circle
• Radius adjustment screw allows radius F4-PC:Part-circle I
reduction up to 25%u without changing Model oute O na1
'
nozzles. F4-FC-NP:Full-circle,non-potable cover F4:Falcon S_izg Feature
F4-PC-NP:Part-circle,non-potable cover
• Small 2' (5,1 cm)exposed diameter 16 Pre-installed
reduces possibility ofinjury in play areas. F4-FC-SS:Full-circle,stainless steel Rotation nozzle
'
• F4-PC-SS:Part-circle,stainless steel Part
• Patented,pressure-activated wiper seal -circle
and tapered riser stem on both plastic F4-FC-SS-HS:Full-circle,stainless steel, Optiorta! tionat
Feature
and stainless steel models protect high speed rotation Feature
internals from debris to ensure positive ' F4-PC-SS-HS:Part-circle,stainless steel, Stairiless Non-potable
high speed rotation steel riser cover
pop-up and retraction. • F4-FC-SS-NP:Full-circle,stainless steel,
• 4"(10,2 cm)pop-up height to center line non-potable cover
of nozzle clears taller turfgrass. • F4-PC-SS-NP:Part-circle,stainless steel,
• Stainless steel trip gears ensure long-term non-potable cover
durability.
1
1
Standard Rubber Cover with $- -
2" Exposed Diameter.............................
1 - = Radius Adjustment Screw
for enhanced safety on playing areas . l
allows up to 25%radius reduction
_ without changing nozzles
1 a
Tapered Riser Stem (all models) ••••••••••••�••••�� a
ensures positive pop-up and retraction ••••.......••••• Interchangeable Color-
1 coded Nozzles
for superior water distribution
x
f
1 •• Patented,Pressure-
' y
Stainless Steel Trip Gears ,*,,*** =-��;.",..__ -
activated Wiper Seal
1
for long-term strength protects the internals from
" '�
and debris durability {
1
1 Water Lubricated Gear
ar
Drive
1 i for reliable rotation
1 '
Self-adjusting Stator•••••••••••••••••••••••••••••• �•
automatically adjusts when .�
nozzle is changed
1
........... Seal-A-Matic'" (SAM)
1 Check Device
prevents puddling/erosion
1
Falcon® 6504 Rotors
1
F-
' Falcon 6504 Nozzle
Performance
tsl Noz de Radius . Flow *Prcdp.M*Pre4A
ft GPM inlhour hdhour
�30�K.cq�s.�rm-==39��a:2;9 �y D.37� ,�042'rs
4or4 g 413 3 D ass o 44. Falcon 6504 Nozzle High Speed Falcon 6504
¢t 8 49F;66 053 061' '+
Performance MerRic Nozzle Performance METRIC
" 4A 72 53 9 7 r0 66 f f 0 77'" Bars Nook Radius Flow .Flow *Precip.J*Precip.A Bars Nozzle Raduts Raw Flow *Precip.M*Precip.A
x 4 * 55 1 3 072 0 83 m nelh Us mtNhour mtNhatr to nelh Us mm/hour mm/hour
r416� 55�126k080F� 5093 2.1 4 11.9 0.66 0.18 9 17 2,1 4 71,3 0,68 0,19 11 12
?t18 x 59 ,„,..1.3.7 .0.76ra0.87...:y 6 13.1 0.95 0.26 11 13 6 11,9, 0,98 0,27 14 16.
50 4� 41 £ 3 7t 0 42 0 49}`a 2.5 4 12.3 0.72 0.20 10 11 2,5 4 12,0 0,75 0,21 10 12
6 *x,49 55 h 0 051 6 13.5 1.05 0.29 12 13 6 12,7 1,22 0,34 15 18
tax 8 51 Z 4 0 55 0 63 8 14.9 1.50 0.42 13 16 8 14,2 1,49 .0,42 15 17
ij
12 16.2 2.20 0.61 17 19 12 14,8 2,24 0,62 20 24
14 76.8 2.57 0.71 18 21 14 16,0 2,58 0,72 20 23
R ry 16 61 14 3 0 74 ; 0 85�s 16 16.8 2.86 0.79 20 24 16 15,4 2,85 0,79 24 28
18 18.0 3.11 0.86 19 22 18 16,0 3,15 0,88 24 28
X60 4 .41 40 D46 °053* 3.0 4 12.5 0.78 0.22 10 12 3,0 4 12,5 0,81 0,23 10 12
8 X51 8 2 2a�0 61 '
A 6 13,3 133 037 5 17
7D_ 8 15.1 1.56 0.43 14 16 8 14,5 1,57 0,44 15 17
10 ;;55 10'0 064 073 '; 10 15.8 1.92 0.53 15 18 10 14,5 1,93 0,54 18 21
X12 #57 5 122 0 72
0-83' : 12 16.4 2.31 0.64 17 20 12 15,4 2,35 0,65 20 23
14 17.2 2.68 0.74 18 21 14 16,2 2,71 0,75 21 24
t 16 , 63 � 15 7 O Z6 0 88 t 16 17.4 3.00 0.83 20 23 16 15,8 3,00 0,83 24 28
6 18 63 171 0 83 3 0 96`;t 18 18.0 3.25 0.90 20 23 18 16,4 3,29 0,91 25 28
7D �Y4t�41}� 44050 058 3.5 4 12.5 0.85 0.23 11 13 3,5 4 12,5 0,85 0,24 11 13
} 6 14963 051 058; 6 14.9 1:26 0.35 11 13 6 13,7 1,28 0,36 14 16
a� 0 ,57 10 8 y+064 MA 74 8 15.5 1.69 A.47 14 16 8 14,9 1,72 0,48 16 18
0 16.2 2.08 0.58 16 18 1., 14,8 ,11 ,59 '9 22
a 1A4 r X61 152 X079 091V 12 16.8 2.52 0.70 18 21 12 16,2 2,56 0,71 20 23
14 18.0 2.91 0.81 18 21 14 16,2 2,95 0,82 23 26
r 16 63 a 1.6`91 0 82 0 95- 16 18.6 3.27 0.91 19 22 16 16,2 3,27 0,91 25 29
tt 18 ,B5 t18:3 0:83 0 96 18 18.1 3.53 0.98 22 25 18 16,9 3,57 '0,99 25 29
#80 4 £ 43a X4'6 0'48 0553•, 4.0 4 12.5 0.89 0.25 11 13 4,0 4 12,5 0,93 0,26 12 14
' 6 V 49 6 9 0 55 0 64 ' 6 14.4 1.34 0.37 13 15 6 13,7 1,38 0,38 15 17
8 53 94 064 074 8 15.5 1.83 0.51 15 17 8 14,4 1,85 0,51 18 21
10 x ;5b, 116 + 074 085 n 10 16.6 2.23 0.62 16 19 10 14,9 2,27 0,63 20 24
12j 61 14 0 0 72” D 84;^ 12 17.3 2.72 0.75 18 21 12 16,2 2,76 0,77 21 24
t t ,1.14 61 162 084, > 0 97J?+ 14 18.5 3.12 0.87 18 21 14 16,2 3,97 0,88 24 28
16S :63 18,7, ?0 88 1 Ot 16 19.1 3.50 0.97 19 22 16 16,6 3,50 0,97 25 29
' 18 �65 19 6 z + 0 89 1 D3 18 19.0 3.81. 1.06 21 24 18 17,7 3,83 1,07 24 28
90 a 18 :65 21 7 0 99 1 14 _ 4.5 4 12.5 0.96 0.27 12 14 4,5 4 12,5 1,00 0,28 13 15
6 14.6 1.40 0.39 13 15 6 13,4 1,48 0,41 16 19
8 15.5 1.95 0.54 16 19 8 14,6 1,97 .0,55 18 21
High Speed Falcon 6504 10 17.1 2.37 0.66 16 19 10 15,3 .2,42 0,67 21 24
' 12 17.7 2.89 0.80 18 21 12 16,5 2,95 0,82 22 25
Nozzle Performance 14 18.6 3.32 0.92 19 22 14 16,2 3,36 0,93 26 30
psi Nook Radius Raw *Precip.M*Predp.A 16 19.2 3.71 1.03 20 23 16 17,1 3,73 1,04 26 30
ft GPM i qwz k tour 18 19.5 4.03 1.12 21 24 18 .18,0 4,07 1,13 25 29.
130 MtRff 3:0r-2,510i4-42 5.0 4 12.7 1.01 0.28 13 15 5,0 4 12,3 1,06 0,29 14 16
�063.a 6 14.9 1.47 0.41 13 15 6 13,1 1,56 0,43 18 21
x`35 ar 040 } 046?',; 8 15.7 2.55 0.57 17 19 8 15,1 2,08 0,58 18 21
�- 10 17.2 2.50 0.69 17 19 10 15,4 2,57 0,71 22 25
6 43 60 062. 072 12 18.1 3.04 0.85 19 21 12 16,8 3,12 0,87 22 26
G,8r 47 66 058 °66 i 14 18.6 3.51 0.97 20 23 14 16,2 3,54 0,98 27 31
;10 47 81ax074,x082'h 16 19.2 3.91 1.09 21 24 16 17,5 3,96 1,10 26 30
arr12 �,49 99 079 # 092 ` 18 19.8 4.23 1.18 22 25 18 18,0 4,30 1,20 27 31
t6z {51 126 0935108 5.5 6 14.9 1.56 0.43 14 16 5,5 ,1 6 13 1,61 0,45 19 22
' -18 53 139 095= 11D v;- 8 16.1 2.13 0.59 16 19 8 15,5 2,20 0,61 18 21
50 �4 ::gt 37 042 049 ::q 10 16.8 2.63 0.73 19 22 10 14,9 2,70 0,75 24 28
i 6 45 S-6 053 D62 .;; 12 18.6 3.18 0.88 18 21 12 16,8 3,27 0,91 23 27
14 18.6 3.67 1.02 21 25 14 16,2 3,74 1,04 29 33
' 10 49 92: 074 a 085 ; 16 19.2 4.10 1.14 22 26 16 18,0 4,17 1,16 26 30
e t2 53 �� 112 077D89s g 18 19.8 4.44 1.23 23 26 18 18,0 4,53 1,26 28 32
4 x:14 53 t 129 088 ri 102 6.0 18 19.8 4.79 1.33 24 28 6,0 18 18,4 4,75 1,32 28 32
18yr � 55 5.15.6 x .7,0.99. 915_¢, 6.2 18 19.8 4.93 "1.37 25 29 6,2 18 18,6 4,84 1,34 28 32
g60 4� �a-41 a '42�'a 048` w D56 �:
' 83" 072` 084
�- �:.t2 „�,:53 � 12.4• 085 �, 098,
14 ."...'•:53 _':14.2 .0.97,:, y 1. ;
Precipitation Rates based on half circle operation.
»16 55 f a15 7 100 1 15 ■Square spacing based on 50%diameter of throw.
76 ,W:6 * 070 �°81 • A Triangular spacing based on 50%diameter of throw.
t;8 e 49t 90 072_ 083 -; Performance data collected in zero wind conditions.
6 A3 ?W 1-AWRI, D74. 085
-;8 51 a 97 072 fl83 $ Performance data derived from tests that
1 10 49 119" 0 951 10 conform with ASAE Standards: ASAE S398.1.
t r X12' � 55 a j 14 4'r 0 92 106 '
,,6t a "59 2°° 1,1 126 Falcon® 6504 Rotors
90 18 61 213 1 10 127
� END OF APPENDICES
'J
1
1
1
1
1
1
1
1
1
1
� END OF MANUAL
1
1
1
1
1
1
1
1
1
1