Loading...
HomeMy WebLinkAboutContract Yr Award Date: 4/07/2014 CAG 13-212 Awardedto: 3 Kings Environmental , Inc . P .O. Box Battle Ground, WA 98604 $277 ,490.90 �r. �Y O ti Bidding Requirements, City of Renton ♦ Forms, Contract Forms,Conditions of the Contract,Plans and Specifications �- City of Renton Construction of: RENTON MUNICIPAL AIRPORT BUILDING 820 DEMOLITION PROJECT NO. CAG 13-212 City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 ar Project Manager: Ben Dahle, P.E. 425-430-7476 ow i,. December 17, 2013 ADDENDUM NUMBER 1 CITY OF RENTON RENTON MUNICIPAL AIRPORT 820 BUILDING DEMOLITION PROJECT r. PROJECT NUMBER CAG 13-212 The Contractor shall acknowledge that this Addendum was received and evaluated in the preparation of the proposal. This Addendum is being posted on the Builders Exchange of Washington website on Tuesday, December 17, 2013. The Contract Documents are herein modified, appended, or clarified as follows: FRONT END ++� Page 01 Replace Page 01 - Cover with attached Page 01 —Cover. Cover Page 02 Replace Page 02 — Inside Cover with attached Page 02 — Inside Inside Cover Cover. Page 06 Replace Page 06—Table of Contents with attached Page 06—Table Table of Contents of Contents. Page 12 Replace Page 12 — Scope of Work with attached Page 12 — Scope Scope of Work of Work Page 20 Replace Page 20—Call for Bids with attached Page 20—Call for Bids Call for Bids Page 24 Replace Page 24—Bid Bond Form with attached Page 24—Bid Bond Bid Bond Form Form. Page 26 Replace Page 26— Proposal with attached Page 26— Proposal. +•� Proposal Please acknowledge receipt of this addendum by writing the addendum number in the space provided on page 3 of the Bid Form. A PROPOSAL MAY BE CONSIDERED IRREGULAR AND MAY BE REJECTED IF RECEIPT OF ADDENDA IS NOT ACKNOWLEDGED A MANDATORY PRE-BID MEETING will be held on January 7, 2014 at 1:00 p.m. at the former +• Chamber of Commerce building, 300 Rainier Ave N (building on hill behind Boeing Apron B), Renton, WA 98057. The bid opening date remains January 14, 2014 at 2:30 p.m. See Call for Bids. END OF ADDENDUM NUMBER 1 rrr r P1City of Renton\037978\Design\Specitications\Addendum 1 Specs\Word dots\Addendum 7.doac Page 1 of 1 Award Date: CAG 13-212 Awarded to: rrr �Y O Bidding Requirements, City of Renton + �— Forms, Contract Forms, Conditions of WAL the Contract,Plans and Specifications City of Renton • Construction of: RENTON MUNICIPAL AIRPORT BUILDING 820 DEMOLITION PROJECT NO. CAG 13-212 r City of Renton 1055 South Grady Way Renton WA 98057 w General Bid Information: 425-430-7200 Project Manager: Ben Dahle, P.E. 425-430-7476 w iw CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Renton Municipal Airport Building 820 Demolition Project r PROJECT NO. CAG 13-212 December 2013 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS sw aw CITY OF RENTON 1055 South Grady Way Renton, WA 98057 AEN of- am coo� = Project Number CAG 13-212 Renton Municipal Airport 820 Building Demolition Project CONTRACT DOCUMENT TABLE OF CONTENTS +Irr Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work rr Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal rr *Bid Form **Subcontractors List ❖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 Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Ammendments to the 2012 Standard Specifications Special Provisions CSI Specifications .r. Appendices 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 bid document. Submit with Bid ** Submit with Bid or within 24 hours of bid Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton,Washington 98057 �Ir P:\City of Renton\037978\Design\Specifications\Addendum 1 Specs\02b-Table of Contents.docx go VW CITY OF RENTON 4W Renton Municipal Airport 820 Building Demolition Project Project Number CAG 13-212 i.r SCOPE OF WORK 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: Demolish the 820 Building located on the west side of the airport and north of the airport's maintenance building. The demolition includes the removal of the building from the airport property,removal of hazardous materials from the building, structural changes required due to connection of the building to the adjacent building, modifications to the utilities, and adjustments to the site necessary due to the building removal. 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 ninety (90) working days will be allowed for the completion of this project. +rr rrr err .r go yrr 04-Scope of Work.docx\ im we to CITY OF RENTON Renton Municipal Airport 820 Building Demolition as CALL FOR BIDS Project Number CAG 13-212 of w Sealed bids will be received until 2:30 p.m. on January 14, 2014 at the City Clerk's office, 1055 South Grady Way, Renton,WA 98057, 7"floor, and will be opened and publicly read in Conference Room 511 on the 5`hfloor,Renton City Hall, 1055 South Grady Way,Renton,WA 98057. The work to be performed within 90 working days from the date of commencement under this contract shall include,but not be limited to: Demolish the 820 Building located on the west side of the airport and north of the airport's maintenance building. The demolition includes the removal of the building from the airport property,removal of hazardous materials from the building, structural changes required due to connection of the building to the adjacent building, modifications to the utilities, and �r. adjustments to the site necessary due to the building removal. The Engineer's estimate is between$775,000 and$825,000 • A mandatory pre-bid meeting will be held on January 7, 2014 at 1:00 p.m. at the former Chamber of Commerce building,300 Rainier Ave N(building on hill behind Boeing Apron B),Renton,WA 98057. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available December 17, 2013.Plans, specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington,Inc.,at http://www/bxwa.com. Click on"bxwa.com"; "Posted Projects"; "Public Works","City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the"Bidders List." rr The plans,specifications,and addendum are also available at the City of Renton website,Call for Bids page,at: http://rentonwa.gov/bids/. r Questions about the project shall be addressed to: Ben Dahle, City of Renton,Public Works—Renton Municipal Airport,616 West Perimeter Road—Unit A,Renton WA 98057-5327,phone(425)430- 7476. A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination,and Americans with Disability Act Policies shall apply. rre Bonnie I.Walton,City Clerk r Published: r Builder's Exchange of WA December 16,2013 Daily Journal of Commerce December 16,2013 and December 23,2013 +r 07-Call for Bids.docx\ ow rrr CAG 13-212 BID BOND FORM Herewith find deposit in the form of a certified check,cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. .r Signature Know All Men by These Presents: That we, as Principal, and as Surety,are held and firmly bound unto the City of Renton,as Obligee,in the penal sum of Dollars,for the payment of which the Principal and the Surety bind themselves, 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 according to the terms of the proposal or bid made by the Principal therefor,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee;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 be 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 DAY OF ,20_. Principal rrs Surety rri Received return of deposit in the sum of$ rrr .r rrr r 09-Bid Bond.docx M to CITY OF RENTON PROJECT NUMBER CAG 13-212 go RENTON MUNICIPAL AIRPORT 820 BUILDING DEMOLITION Im PROPOSAL TO THE CITY OF RENTON so RENTON,WASHINGTON Ladies and/or Gentlemen: rr The undersigned hereby certify that the bidder has examined the site of the proposed work and have received addenda numbered through ,read and thoroughly understand the plans, specifications,and contract, governing the work embraced in this improvement and the method by do 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 following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in �. writing and in figures.) Printed Name: rr Signature: NK Address: Names of Members of Partnership: rr aw OR +�► Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at arr 10-Proposal.docx\ Irll r January 9, 2014 ADDENDUM NUMBER 2 CITY OF RENTON RENTON MUNICIPAL AIRPORT 820 BUILDING DEMOLITION PROJECT err PROJECT NUMBER CAG 13-212 The Contractor shall acknowledge that this Addendum was received and evaluated in the preparation of the proposal. This Addendum is being posted on the Builders Exchange of Washington website on Thursday,January 9, 2014.The Contract Documents are herein modified, .r. appended, or clarified as follows: CSI SPECIFICATIONS REPLACE Section 010110 (Pages 1-9)with the attached Section 010110 (Pages 1 A-9A). REVISE Section 130280 1.2 Air Monitoring, Section E.7.c as follows: c. The services of a testing laboratory will be employed by the Owner to perform laboratory analysis of the air samples. A complete record, certified by the testing laboratory, of all air monitoring tests and results will be furnished to the Owner's Representative, the Owner and the Contractor. PLAN SHEETS REPLACE Sheet C4 with attached Sheet C4A. REPLACE Sheet A1.2 with attached Sheet A1.2A. REPLACE Sheet A3.2 with attached Sheet A3.2A. APPENDICES ADD to Appendix D: Renton Standard Plan H023 — Cement Concrete Stairway Construction Details Standard Plan H-10. ADD Appendix F— Mercury Content of CMU Block Memo ADD Appendix G — Lead Memo Please acknowledge receipt of this addendum by writing the addendum number in the space provided on page 3 of the Bid Form. A PROPOSAL MAY BE CONSIDERED IRREGULAR AND MAY BE REJECTED IF RECEIPT OF ADDENDA IS NOT ACKNOWLEDGED The bid opening date remains January 14, 2014 at 2:30 p.m. See Call for Bids. END OF ADDENDUM NUMBER 2 ,r. P1City of Renton\037978\Design\SWifications\Addendum 2\Addendum 2.dou Page 1 of 1 -/-6' rluwens OZ=PL MOV-WAD-O-ML£0 ML£0 eoSPLee-M, :1 Oooar ss-sZ; ,g�NO� N�°p bt M 31V0 10-W 31V0S 3WVN 3113 ON6NVN0 maennN 103fONd ooe�s iW 6 V N3oo"- a "OM msa a 1(2I IM iO3rMld NOU11OW3O JNIOl1ns 0Z8 we 03NO3H0 i8OdNIV IVdIOINnN NO1N3N w � ZitWn0N3(30V >W� 14M I HM NmvNa NO1N321 30 J1.110 � U S>PSiVM 31V0 A6 'ON HM 03NO1530 NVld N0I-M:I01S3�FQ JNIGVHE) 31lS w SNOISW3N 03NI 133HS co 0 = Z goy Qo a= ax z w MO w LL Y z= �W ¢mi ¢3 v 3wo ¢ ix O O¢tQn >$° o� �o z° miW zoz ZOZ�o a 3sW aicu O LL z _ LL¢ W W r W 0 2 P Q r w m o� `i O Ix-ar Z~ Z U z rn r6a2 ,nya_¢ U LLgpa o°z o�� �_ z �w��wmmQ WW ¢ xz OW > �O rJ 0 OOpU asZorxm 3m w0 Y W3z0 UU E r �yWFyi00r aw =aU ° m�wa �z �NF z 0: tzgw zau) 3,\n0 fw-Ix- U' O (7 N,<al< z_N Zw- 0 = J]�U o� -mr-�=°z g 0�0y0`!rn C=7 Z x g Z 62z,-< UX OUNg � W W w Q2 Y aez mxNw �� �s z wr `ti °z O m �x>r N Q O 'Q r J O J I1 x J Q m w W =m Z J W Z LL swz,8wJ Jx JZ w r�Zra' a F-ZQ o zy QO z aLL C, � mai w� p 0`�aa °_ Ocwi� w w�ai� �p}p•QLL 0 Z¢ Z-1 r w0 tea' O r =p-p- F¢- W Om�m O r Z W Z 0 r o m 0 UQU U w F m= 7 Q W F O 0 J Z w`3Ewz� O' yU NK a 0�0- Kzw w U pU�° QLLI¢iZ� Rm K� 1= W zw� W w F¢Q O Z W dr`n tL OH-z OU OUQ UDrj ¢� m�w z w atn�z mOrQ�aF Uz 0K w wwWO gm X. J ¢ Z?Fw wOZ�OO6 go aa'z a LLxOW LLm Fwo = O�wJO w�Qt�=FLL z� z° OF- 0 — WOW JVF "' 0 °oaw �(7W mfn pV pJ 00 F� R-, O (90w Q6U m > Fwx ZxN�aw Um U� JK =myz H"z rIw O >z ZU 0. O OWK¢ ��C7 Q�0' F- .?. ¢ ¢pww mQ Z6N0m m0 mU wN_CL raa4 �:3 w=1� � Z o¢zm JrLLUJ0r wZZ U W Ox o W U r°2 N W w ~ w�IWia m¢ON¢�� Oz0 O� Zt7 =U�-w.a wor ?31 w U Kui 0-¢pm ¢ ?rIy—lLZL6 -0 '�� ^w oZ NSOZ a1-m ."z mQ OZ wIn2w � O~OOwZ W LL Q LL mQ Qlj�O 30,zw mO7 J ai aXX a0.. w m Z Q z W 0 Z O Z K Z m Z p 6 E o W j m O F W �r<<LL O w w�00 Q0 ay _Owr Oa 0.0 5WpO t10 U z J(n w0WE p WLU az r❑W r° Zr xKiy °D Wiz❑ O FC OLLOpJ w C) OOSW 3>o Sz it3 mrxL ZOm Oapa 5 °° a°mg CL z}�rzUw �za �� Ow W-o, �¢� 0=w w FU Ur`SO w om0 Rr vW ��� zaa z�i �a p=zu� =Op Nlrz w xxnz w�FZ W rc� O ¢ x U zOQ wmw mz- K WO - w wZrxJOO 0WK 0ZU °0 p Y wr w zm U JU D¢ rn g-Ur0 '�` W Q LL w w O a¢O Z fn °Q°p LL.W J U W W W J w O Z O 0 p o! ow U� C7�- Q mLL Q ww U ax LLppm Z w W cc.20 J0r Z X� ?O r IQ-N OOQQ.'K w P J m z Sx? U' Ur Z KO:N Z F- F Z p O Q O m Q.W= �W o 0 O U K a r w 2 0 z z o W H� r Q Z W W W 7 LL Z yN W ww Vlum LL QLL LL�Z 0 X00 y Ww g W W XO aJQ �w� o W Z '�ojg�� aW Z o ZZO W �a m�NO , �y JET} LLir QQ� �uu11w'0 w w g O OzOw �wW 2)6. OVW 00 JIp� QF� SFmp �m SO =tnpLL g a w �_LLLyr0 r w l=z rLL f ro r0Y wo w ¢J OR MDRO a � a U Orw0000m ptn0 -0 Tu Z U J fO WU} wz0 OZ¢0 03 00 00�� 0 F- 20,g`nm¢¢¢}a 0Q 02W gwa �m wxad z� Eo QOxw g Qrr a'wLL LL zJ�_LL_LL_F-2' 0 0 W w Q OZ W-Z Ur >t W R'Jw 0 ¢ KI K�JO ❑Ln W O m t o U U f n r w 0 W ? LI W, 0 H m 0 CL 0 V5 R' J 2 J Z 0 r Q W W Z Z Z I n a,f q Z Zr- z W W Z Z uru,, U 20 W O G m w o y w o U Q Fi m t a w w I=-w w w W o ¢wa¢ U 0 z 0 t 0. 0 0 O 0 u�. W W U r [V !7 V •-- IV t7 � u7 6 n J O \ O U) W o �-Z-I namm N I ' mmo� J T i I m Nam°' .m°mN mN� zig Q O b 3�� 6. O U W wNM Z 12'RON W W W AM U W �" A I W N W W ABW W W W W Z W —4 —Vm I — — z _ W o W o -m� o o z�� W H W¢ Zg m aN 12.ASD _ 4 S t Ps mfg °Q CL J J U) a �w Z LL R "� z v=i O J mQnmm Z �rnn aui QOw LL maM,ma 10 �v,a 3'� I c l J J _Z O 650 ch co I Q> U J W v. ILL°° Z J O 00 e n OJ J U m o2$ V) w Q LU > Z O Z e Vn 00 O I CEO - - - I o u°I2 oo I I I I O�0 12' J I c t _IA/ >� � to PR rvI �V VV z O 3 'dpi �13131N183d rz_ U� Z_ Z fjnnm nm $ -aw mo m T O Ill° y�5 U��m y4 impZ?z m p °rc3m°s {/) O I' [LOAD :l OOAVI] [6"*ZPPV-LOA O-7-8L6L£0\IP!O\s6u!m O10\u615a0\HL6LC0\uOluay lO 64p\:d HlVd] Lwp,Op_IS-dHM :3U1S] [00LS900iN\[aly-Oas\\ :iJ31101d] [uaPlOym :80H1nV] [rid£S:£4LOZ/6/L :31V0] ammom MWAMW memom M� OWN" amomm amomr ilwmmwrl "meow eumm" qmmmmN WHMVA� lamnow fummom awmaw "MONO mommm wulwsns p- °.get 5W'ZLV I 9L6 Co OOSYLS89ZY KOM 31va io-w 3T4,38 3NYN 3111 DNUAYtlO L3SWnN LOWONd 80ShLS85Z4�ted LOBS vM YW aoa000mas�is v�NVae Q 11031SY1 TT ODE•LS°lsaS6L3N00tzL MSG �, 103f02id NOIlIlOW3a JNI(]llft8 UZ8 N �� / sYi 03NO3N0 121OdZIIH lt/dIOINIW NOlN32� r J1 1�311H�2fV S9b� NOlN3a d0 AA0 z Q a3a31s1�3a u•weoOr rlecsl srd L aDi rwwaD SHWW38 31YO O4 'ON sd (3NDISHS NV- d NOW10Y 3a H001d isfiH SNOISN3H OiN1133HS > =W W Q 1 � > F — g g � �_� � y Sam g �� � � � H 0 YSo� 2 0� o sg CID >3 NN Sa Z sw � a E Uj 4 n ri0 C 3355 O idl I m1 1 cj w S °m'a� < a� l I r .0'AZL �du.o-ue l r Ir I I I i �= - __ ---_ -__- _ - _1 .L y1 L-- __ zl Ii, W II III I I I �!1Cr77ff r.1 _ Lei, ill III I I I'i III II S Q IIII F------ I ��qq s IIII Wo� c�s H III! I I 'IL1_ c� '� i --- _ ...- II ...__.- III T� � 1.-/A III, II II III I I J� I I Ir== I �- I I I II II I I II III I III I L_J I II II II I II I �I II II I I LEI !1R His �� m III J J III I� 3�a� Li' --T-� -- -- — __.- _____- L J I I, I I Ij I L� L -II III I' I 7- \ i� �r� I 't' y _ I- I I IIII �' `"ill F7 1i < III III I n r,-9 ''III - rt�1- ~Y----- -------- -T-- --iY-=qr== L+hJ - -- -- r} -i ZI e J1 O ZI C, § 5 -III I�Lfy W II y �� I # 1 II IIII LL~ J I.-CD I�ire Ni 11 1Lt�11C�iLfiLltilf�L]1i1iJj ..I6----} ==��-- ---- ---_tn_ ----- =_wit-=_ ____ --- ---1 1--{D: ------------ —-- ————— J— II \IL -V/ .11Y ------ - lid 92 Rio _ a I OYM L I Z CD I Z a ma°o I � I 1 I I Enr-(n anOan] [awz�v\n«ys suLLNa�vc\•�I••+a co\6vla 0=uc%-a Iwo 3 MLVd -- • 3uus -- ••►� aouoid IOFiLrn [ ] ndzcx♦ t 77 [ l [Mn t ] [ wz/e/ z►va7 wlrr� wwwMMw villill al Irwrr Irlrr spew" rrr MEMO" wilill supo r IMr/ soon" opow Mlrm Anrw" •rte irulwens 6310114 SYP'Z£V 8L6L£0 4 �Yp� I YLOZIB/l 31rO lAld 31YJS 3wYN 3111 ONN,rtlO a3Swf,N 133fOad ONO-1,9 MI MA 001111IMSZ6 xoiox!xsvM�0 3ivis «OBB 31400 oS o „,s v„xvae riorren 11031Sr1 103f Oad NOI11lOW30 ONimin8 OZ8 Q oos ws'u wss�3N so�z� 1�31iH�ar �I MSG a 3'H INOdNIV l`ddIOINIW NO1N3N 15 prj 03831SID38 ssYCv zawnaw3aav nozl& sva 001 NNIraO NOlN3� �O �lll� Q SMIVw3a 31rO AS 'ON Sri COMM sllvi a SNOISU,3a 0_1141 133HS v 5� N pG Z o YLL W1.Ur' 5C6 > Olili NS c�¢Jp&< uFip p ri�9 iQy� r'Z' 1MV, �i'1�j < zz �a_�?`a Q o `li ISI�B �a8 MPH � �'zz2 3 4 � U f W NIW NI H �f Q f � a f f f � f U' I W 4 0 I 9 i J IV `1I �w I I — W III Q ?a Q W CD Q � Z Q � D U) I — � _- � � 0 D C=)i W I � Z 09 m 00 II � ch VIII III: p O w� d a .°H 5 S2 z 0 - I u M116mF W � C°yq�3g � a I t5 ¢ 4 6${N > wp wp 0 uj LL 4H \_ Y7 /�- li. x l r W N W W IM I MOM W W' $ 'Y 0 II a = 0 Z Z � r � �. z;0 � r Z �+�+T zo p HR U' Oz S p Z 2 Ci n e Z z = p0 Yl '� h 42 MIN� m ° a� W 10E w §29w£ W 4 � �>_ qQ o g �; < pgM �i l� 10 m 4 o J - ;off Fd g � �lg� zd 3 a ` $ � 3 CI) W te zz K �Fic4� , ° "1 z S* c� Ji�Z °� a��� °� z �z�° !S! U8 HER o �' s k z �' O O O 6 0 O O O M Ur J_ J J_ Z Z W W LL 9 Z Z Z ga -- a�'® ff Z j o r HR J Q 4 - J Q Q �•Su 2� �J��'_�__�� Z_c 77 W - - Q § � g S g>n m O W W � tP�J We W •� � H M 1 C7 ti � Ln � r S W W W W cn co co c M M Z � Cp N CO (u-Aal wa.m] [�vzMa«�s�w�► ►vc\ +a co\��e ozo urwa�owooz\a ►oval [ + x3uoid] [--- aa�urn] C d Z ♦wz/SA atva rl��r r1lr� irrri� 1�Ir/ �� +�� �r ..r..■ rw MUNI MIMN Noun" mi loom" irM1 •now "MEMO SUNNI ■rr� w Section 010110 Summary of Hazardous Materials Work (Cont.) SECTION 010110 SUMMARY OF HAZARDOUS MATERIALS WORK PART 1 - GENERAL 1.1 DESCRIPTION A. Hazardous Materials or materials needing special handling or disposal, that may be potentially impacted by the project or that could be encountered during construction, have been identified below. The purpose of this section is to identify all of these materials in one section, and refer the reader to subsequent sections as necessary. These materials include asbestos, lead- containing paints and settled dust, heavy metal containing building materials, PCB containing light ballasts and caulking, mercury containing fluorescent light tubes, silica-containing construction materials and fugitive dusts. 1.2 RELATED WORK A. Work performed under this specification section is governed by related specification sections, including, but not limited to, the following: 1. Division 0: Bidding Requirements, Contract Requirements and Conditions of the Contract; 2. Division 1: General Requirements; 3. Division 13: Special Construction: Sections 13 0280, "Asbestos Abatement," and 13 0281 "Lead and Heavy Metal Related Activities." 1.3 DEFINITIONS A. Hazardous Materials Consultant: WHPacific, Inc. 425-951-4800. 12100 NE 195th St, Suite 300, Bothell, WA 98011. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this contract includes but is not limited to General Construction, including, Demolition and Hazardous Materials work at the following Renton Municipal Airport Facility: 1. 820 Building, 820 Perimeter Road, Renton, Washington As part of the work included in this contract, the Contractor shall provide all necessary supplies, tools, equipment, transportation, utilities, services, oversight and labor as appropriate and necessary for the removal and disposal of hazardous materials identified within the building, including asbestos-containing materials (ACM); PCB containing light ballasts and exterior wall sealant;fluorescent light tubes, lead-based paint covered surfaces and other lead-containing building materials and heavy metal WHPacific,Inc. P:ICity of Renton10379781DesignlSpecAicationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 1A .r Section 01 0110 Summary of Hazardous Materials Work (Cont.) containing materials. All work must be performed in strict conformance with the Contract Documents and all applicable regulations. 1.5 ASBESTOS-CONTAINING MATERIALS A. The portions of the building included in the scope of work have been surveyed with the objective of identifying the presence of asbestos-containing materials (ACM). ACM are present in portions of the building as indicated in the "Good Faith" Inspection Summary and related materials attached to this section. B. The Owner has surveyed the areas of renovation at the building. The following materials were either tested and conclusively determined to contain asbestos or are assumed to be asbestos-containing: 1. Roofing material; 2. Pipe fittings on fiberglass pipe runs; 3. 9"x9" floor tile and associated mastic; 4. 12"x12" floor tile and mastic; 5. Sheet vinyl and backing; 6. Black felt paper and associated mastic; 7. Sealant ,and 8. Gaskets. C. The Contractor shall refer to "Good Faith" inspection summary and related materials attached to this section. The Contractor shall ensure that a copy of this document is retained at the project site, and also made available to all Subcontractors upon request. D. The Contractor is cautioned that, should interpretations be made, opinions be formed, and conclusions be drawn as a result of examining the "Good Faith" inspection summary and related materials, those interpretations, opinions, and conclusions will be made, formed, and drawn solely by the Contractor. E. The Contractor shall be aware that additional suspect-ACM may exist in areas which were inaccessible at the time of initial survey and in areas of the building not included in the Work. Because of the potential for additional areas and types of ACM to be associated with the building: 1. The Contractor shall proceed with caution during all phases of the Work. 2. Any suspect-ACM not specifically identified in the "Good Faith" inspection summary and related materials which is encountered through the course of the Work must be immediately identified to the Hazardous Materials Consultant. 3. All building materials suspected of containing asbestos shall be assumed to contain asbestos unless or until tested and determined to be non-asbestos containing. WHPacific,Inc. P:1City of Renton10379781DesignlSpecificationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 2A �r Section 010110 Summary of Hazardous Materials Work (Cont.) F. The Contractor is advised that, should any ACM, not included in the "Good Faith" inspection summary and related materials, be encountered, the Owner may elect to include the abatement of such materials in the Work at a mutually agreed upon price. Work impacting such materials is not to occur prior to the Contractor receiving explicit written authorization from the Owner, and any Work performed without such approval is performed at the Contractor's own risk and expense. G. The disturbance or impact of ACM may cause asbestos fibers to be released into the building's atmosphere, thereby creating a potential health hazard to building occupants. Contractor is to apprise all workers, supervisory personnel, subcontractors and consultants who will be at the jobsite of the seriousness of this potential hazard and of proper Work procedures that must be followed, should it occur. H. Where in the performance of the Work, workers, supervisory personnel, subcontractors, or consultants may encounter, disturb, or otherwise function .r in the immediate vicinity of any identified ACM, Contractor shall take appropriate continuous measures, as necessary, to protect all building occupants from the potential hazard of exposure to airborne asbestos. Such measures shall include the procedures and methods described herein, and compliance with all applicable local, state and federal regulations. A site specific Health and Safety Plan must be provided to the Hazardous Materials Consultant prior to initiation of the Work. Copies of this document must be maintained on-site during all site operations and be made available to site workers, subcontractors and regulatory officials upon request. w. I. Contractor is to provide health and safety related submittals for all workers who impact asbestos containing materials or work in areas where ACM may be impacted. All workers with the potential for exposure to airborne asbestos fibers must be appropriately trained and qualified to conduct that work. Documentation that all applicable personnel have received at a minimum ,,. Class IV training as required by WAC 296-62 as well as additional training appropriate to the work tasks conducted and potential for exposure. Minimum training requirements are specified by WAC 296-62-07722. ,. Procedures for submittal of required documentation is specified in Section 130280. J. Removal of materials containing <1% asbestos is not required as part of the r. scope of work; however, the Federal Occupational Safety & Health Administration (OSHA) and Washington State Department of Labor and Industries (L&I) regulate these materials for worker protection purposes. The • following requirements will be required for each Contractor whose work will impact materials containing <1% asbestos: 1. Conduct a Negative Exposure Assessment (NEA) as described in WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificationsl4ddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 3A me Section 01 0110 Summary of Hazardous Materials Work (Cont.) WAC 296-62-07709 for each specific task performed that will impact the material. 2. Provide all employees who are likely to impact these materials with asbestos awareness training as described in WAC 296-62-07722(6). 3. Utilize wet methods during demolition operations impacting these materials. 4. At no time shall the Contractor conduct work that impacts these materials utilizing the following methods: a. High-speed abrasive disc saws that are not equipped with point or cut ventilator or enclosures with HEPA filtered exhaust air. b. Compressed air. C. Dry sweeping, shoveling or other dry cleanup of dust and debris containing ACM. d. Employee rotation as a means of reducing employee exposure to asbestos. 1.6 SUPERVISION OF ASBESTOS-RELATED WORK A. During all asbestos-related work, a representative of the General Contractor shall be present on-site to provide supervision of any Sub-contractors. As necessary, for example to repair or address unintended damage to asbestos-containing materials, the Contractor shall mobilize the asbestos abatement Subcontractor at any time to perform emergency clean-up, repair or abatement services. The asbestos-abatement Subcontractor shall be available at all times to respond to the project site to perform such duties at no cost to the Owner. 1. The Contractor shall immediately notify the emergency contact of the Owner and asbestos- abatement Subcontractor upon discovery of unplanned damage to asbestos-containing materials. A list of emergency Owner contacts will be provided. 2. The Contractor shall maintain emergency contact information on-site .,� and ensure that voice communication with the asbestos-abatement Subcontractor is available to on-site representatives and the Contractor's Project Manager on a 24-hour basis. r" B. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, documents and insurance (specifically covering the handling and transportation of Asbestos-Containing Materials) that is specified, shown, or reasonably implied for activities listed in this Section and in accordance with Specification Section 13 0280 and the HA series drawings. C. The listing of the quantities/area and types of ACM specified in the "Good Faith" inspection summary and related materials is estimated for bidding purposes. Therefore, no net change will result if the actual individual quantities are within plus or minus 10 percent of their respective estimates. If the individual quantities are less than 90 percent, a deduction to the Contract ow WHPacilic,Inc. P:Qtl of Renton10379781DesignlSpeciiicationsl4ddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 4A to Section 01 0110 Summary of Hazardous Materials Work (Cont.) in the form of a Change Order will be expected, with approval from the Regulated Materials Consultant and Owner. If the individual quantities are greater than 110 percent, an increase to the Contract in the form of a Change Order may be issued with approval from the Regulated Materials Consultant and Owner. In the cases of changes, the item shall be performed on a time and materials basis. 1.7 LEAD-RELATED ACTIVITIES A. The Owner has conducted an assessment of the structures identified in Article 1.04 of this Section for the presence of lead-containing painted surfaces and lead- containing components. Findings of this assessment, including a summary of related analytical data are included in the attached "Good Faith" inspection summary and related materials. Detectable levels of lead were identified in painted surfaces within the work area, consequently, all painted surfaces shall be treated as lead containing. Other materials, including CMU block, pipes and soldering on copper lines, galvanized ductwork, sheet metal and mechanical equipment, pipe coverings and some supple and return grills may not have been tested but are assumed to contain lead. B. The Contractor shall comply with all applicable regulations, laws and ordinances concerning the impact, removal, handling, storage, disposal, monitoring and protection against exposure or environmental pollution related to lead. Impacts to lead-containing painted surfaces that may be required by the Work include, but are not limited to: manual demolition, mechanical demolition, cutting, sawing, drilling, welding or torch-cutting. Confirm required impacts with other applicable specification sections and drawings. C. Work impacting lead-containing painted surfaces within this contract is the responsibility of the Contractor, and all affected Sub-Contractors, and shall be performed in accordance with all applicable local, state and federal regulations and the requirements outlined specification Section 13 0281, Heavy Metal-Related Activities. D. Based on paint chip testing data collected for the assessment of the building .. which is the subject of the Work (820 Building) and prior projects involving circumstances and waste streams similar to what is anticipated in conjunction with the demolition of this building, it is considered likely that the lead-containing wastes generated for disposal will not require disposal as a Dangerous waste (WAC 173-303) or a Hazardous Waste as defined by RCRA 40 CFR Part 261. However, to make this determination and in order to dispose of the affected materials appropriately, the Contractor shall test representative waste materials to determine if those materials are regulated under RCRA, 40 CFR Part 261 and WAC 296-155-176. Contractors shall WHPacific,inc. P:ICity of Renton10379781DesignlSpec icationslAddendum 0010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 5A rrr rra Section 01 0110 Summary of Hazardous Materials Work (Cont.) ■r use the Toxicity Characteristic Leaching Procedure (TCLP) to determine if a lead contaminated material is Hazardous or Dangerous waste. The Owner may also take independent or split samples of representative waste materials for analysis and confirmation of waste determinations. For informational purposes, representative paint chip samples collected from selected areas within the area of Work have been analyzed for leachable lead by TCLP. These results suggest the sampled materials do not require disposal as a Dangerous or Hazardous Waste. These supplemental analytical results are provided as an attachment to these specifications. r�r E. The Contractor is responsible for the disposal of all dust, debris, disposable protective equipment, cleaning rags, wash water, and any other materials contaminated with dust from activities impacting lead-containing painted coatings such as surface preparation, sanding, scraping, etc. even if the areas impacted do not result in the generation of Hazardous or Dangerous waste. F. In addition to painted surfaces throughout the building, based on a review of historical drawings and specifications, the following materials are presumed to contain lead: 1. lead pipes, lead soldering on copper lines; 2. galvanized ductwork iron tin; 3. sheet metal and mechanical equipment; 4. supply and return grilles; 5. CMU block G. The Contractor shall comply with all applicable regulations, laws and +w ordinances concerning the impact, removal, handling, storage, disposal, monitoring and protection against exposure or environmental pollution related to lead. Impacts to lead containing materials or paint that may be required by the Work include: manual demolition, mechanical demolition, cutting, sawing, drilling, sanding, scraping, welding or torch-cutting. Additional activities associated with this project may result in unanticipated exposures to lead; the Contractor shall confirm required impacts with other applicable specification sections and drawings. H. Work impacting lead containing materials or paints within this contract is the responsibility of the Contractor, and all affected Sub-Contractors, and shall be performed in accordance with all applicable local, state and federal regulations and the requirements outlined specification Section 13 0281, Lead and Heavy Metals-Related Activities. ow 1.8 SILICA AND FUGITIVE DUST A. All Construction work will potentially generate fugitive dust. It is the to WHPacific,Inc. P:ICity o1 Renton10379781DesignlSpeci ficationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 6A 4W +r Section 010110 Summary of Hazardous Materials Work (Cont.) do responsibility of the Contractor to control the release of all fugitive dust levels and to comply with all applicable regulations including those issued by the State of Washington Department of Labor and Industries (WISHA), Puget Sound Clean Air Agency (PSCAA) and any other applicable federal, state, and local government regulations. Whenever there is a conflict or overlap of the above references, the most stringent provisions are applicable. B. In all cases where potential silica dust exposures may occur, the Contractor shall use any and all feasible engineering and work practice controls to monitor, reduce and maintain employee exposure levels to or below the applicable Washington State Permissible Exposure Level. It shall be assumed that the workers generating the silica dust are exposed above the Permissible Exposure Level until the Contractor air monitoring demonstrates levels below the Permissible Exposure Level. C. If visible fugitive dust emissions or respireable crystalline silica dust concentrations exceed 0.05 mg/m3 beyond the perimeter of the work area, the Hazardous Materials Consultant or authorized representative is �. authorized to stop work. The Contractor shall perform all necessary corrective actions to eliminate visible dust and reduce respirable crystalline silica concentrations to less than 0.05 mg/m3 before resuming work. The Hazardous Materials Consultant (or representative) may visually monitor for fugitive dust and collect air samples for silica at any time. D. Construction site work that requires control of silica includes but is not limited to activities impacting concrete, brick, mortar, glass, gypsum wallboard, asphalt filler, plaster, ceramic tile, roofing granules, caulking (clay), fireproofing, and construction dust building materials associated with this project. E. Work activities shall include the following, as applicable: 1. Site security to ensure that unauthorized access is not granted to the construction work area at any time. The Contractor shall maintain all access and egress routes at all times. 2. The Contractor shall provide worker training, respiratory protection, and medical examinations, as necessary, to meet applicable silica regulations and regulatory guidance regarding silica exposures. 3. Provision of good work practices to prevent the release of fugitive and silica dust outside the immediate work area. 4. Provisions for worker and equipment decontamination. Worker decontamination and cleaning of equipment areas shall occur at least daily or more frequently as necessary to prevent dust emissions. 5. Protection of security, life safety, and energy management systems, including associated wiring, which shall remain operational throughout WNPacific,Inc. PACity of Renton10379781DesignlSpec lficationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 7A rr Section 01 0110 Summary of Hazardous Materials Work (Cont.) the work activities. 1.9 WORK INCLUDED — POLYCHLORINATED BIPHENYLS (PCBs) A. Light Ballasts: 1. Representative fluorescent light fixture ballasts located throughout the 820 Building were inspected as part of the regulated materials survey. This survey revealed some ballasts which were identified as containing PCBs and others which contained no markings pertaining to PCB content. Unmarked ballasts shall be assumed to contain PCBs. The Contractor shall to the extent possible prevent damage to any unlabeled ballasts or PCB containing ballasts and immediately report any leaking ballasts to the Owner's Representative. 2. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, and insurance (specifically covering the handling, transportation and disposal of PCB-Containing Materials) that is specified, shown, or reasonably anticipated for the removal and handling of PCB-containing light ballasts to be disposed as part of the Work. .. 3. The Contractor shall perform removal, packaging, and disposal of all PCB- containing light ballasts associated with lighting fixtures requiring removal per the drawings and shall include in the investigation of +� lighting fixtures throughout the entire project area for PCB ballasts. 4. See Section 13 0282 for handling and disposal requirements for PCB- containing ballasts. B. PCB-Containing Caulking: 1. Representative bulk samples of the exterior wall sealant were collected and found to contain PCBs. 2. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, and insurance (specifically covering the Aw handling, transportation and disposal of PCB-Containing Materials) that is specified, shown, or reasonably anticipated for the removal and handling of PCB-containing exterior wall sealant to be disposed as part ,rw of the Work. 3. See Section 13 0282 for handling and disposal requirements for PCB- containing exterior wall sealant. 1.10 WORK INCLUDED — MERCURY (Hg) A. Fluorescent Light Tubes: 1. Contractor shall furnish all labor, training, materials, equipment, services, documentation and insurance that is specified, shown, or reasonably anticipated for the removal and handling of fluorescent light tubes to be disposed and/or recycled as part of the Work. All fluorescent light tubes shall be handled and disposed of or recycled in .w WHPacific,Inc. P:tCiry of Renton10379781DesignlSpecificationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 8A are as Section 010110 Summary of Hazardous Materials Work (Cont.) accordance with all local, state and federal regulations. 2. The Contractor shall investigate light fixtures throughout the entire project work area for mercury containing fluorescent light tubes and perform removal, packaging and disposal/recycling of all mercury containing fluorescent light tubes associated with lighting fixtures requiring removal per the drawings. 3. Work related to mercury-containing fluorescent light tubes within this contract is the responsibility of the Contractor and shall be performed in accordance with the requirements contained in specification Section 02 082 and all applicable federal, state and local regulations. B. Cement Masonry Unit Wall: 1. The regulated materials survey conducted for the evaluation of the 820 Building concluded the CMU walls do contain mercury. However, based on representative sampling, reported mercury levels are considered unlikely to require disposal as Hazardous Waste. All work involving CMU walls must be conducted in accordance with all applicable federal, state and local regulations. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION 010110 wr• do are wo WHPacific,Inc. P:ICity of Renton10379781Designl SpecificationslAddendum 21010110-Summary of Hazardous Materials Add2-Track Changes.docx Renton Municipal Airport(RNT) 010110 January 2014 820 Building Demolition 9A ar 30 Q:J Oi QQ i o o y M W� 4 q p XF L) cr-z v pC 'm as „►co+ „tc iz 00 F = N WO x . N , xV T,P In W F < S v g W < �q, N E ` 5g • ° adoio ,y, a xNN �/�,� z . S io •=jiudj aa5 w .... W r ? r roar " „o k • z Ka L c f y. � a 'N C W 11 0 00 N �- s N O N r a r x co O i aw cc go co g x Y � O NN ♦ � gS�i�Y .. N F C SBUIPWI U6-4eO XVM „o ,II , m � r Yrr APPENDIX F MERCURY CONTENT OF CMU BLOCK MEMO r WHpac-irc Date: January 8, 2014 TO: Dave Field, David Williams, Wes Holden WHPacific, Inc. FROM: Jennifer von Rohr,WHPacific, Inc. RE: Evaluation of CMU block for mercury content The original regulated materials survey conducted of the 820 Building in 2008 by Bureau Veritas North America, Inc. (BV) included the collection of one concrete masonry unit(CMU) block sample for the analysis of heavy metals, including total mercury. This analysis revealed a total mercury concentration of 0.120 mg/Kg(PPM). Based on the assumption that this analysis is representative of the CMU block used throughout the 820 Building,we can apply the so-called"Divide by 20 Rule" allowed by Section 1.2 of the Toxicity Characteristic Leaching Procedure(TCLP)test method (USEPA Method 1311) to conclude the maximum leachable mercury concentration of this material is 0.006 mg/L. This potential maximum leachable mercury concentration is significantly below the regulatory level of 0.2 mg/L which would qualify this material as a hazardous waste as defined by 40 CFR Part 261.24. rr r err �r �r err r. APPENDIX G LEAD MEMO aw WHpidiff Date: January 7, 2014 TO: Dave Field, David Williams, Wes Holden WHPacific, Inc. FROM: Jennifer von Rohr,WHPacific, Inc. RE: Non-hazardous determination of lead-containing painted surfaces 820 Building,City of Renton Airport The original regulated materials survey report conducted of the 820 Building in 2008 by Bureau Veritas ft North America, Inc. (BV) identified a number of painted surfaces which contained sufficiently high total lead levels to potentially meet the criteria for hazardous waste based on toxicity. To further address this issue and allow for a formal determination regarding waste classification and appropriate disposal, to WHPacific conducted additional sampling of the lead-containing painted surfaces of concern in anticipation of the demolition process. go Using the BV survey report as a guide, all of the lead-containing painted surfaces with the potential to meet the criteria for hazardous waste based on leachable lead content were identified and resampled. Paint chip samples of ten (10) representative painted surfaces were collected and submitted to Apex go Labs of Tigard,Oregon for determination of leachable lead by Toxicity Characteristic Leaching Procedure (TCLP). The analytical results of this sampling indicate that none of the materials tested contained a leachable lead content above 5 mg/L,the level above which would qualify the material as hazardous at waste. Consequently the lead-containing painted materials identified by BV will not be considered hazardous waste as defined by 40 CFR Part 261.24. ,rs �rrc ,rr err as 12232 S.W.Garden Place ot Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax Tuesday, January 7, 2014 Jennifer Von Rohr WH Pacific 123 SW Columbia N Bend, OR 97702 RE: Building 820 Demo City of Renton/209.037978 r Enclosed are the results of analyses for work order A31<0649,which was received by the laboratory on 11/22/2013 at 9:45:OOAM. Thank you for using Apex Labs. We appreciate your business and strive to provide the highest quality services to the environmental industry. If you have any questions concerning this report or the services we offer, please feel free to contact me by �,. email at: dthomas(cD-apex-labs.com, or by phone at 503-718-2323. NK+r. w to Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must he reproduced in its entirety. Darwin Thomas,Business Development Director Page 1 of 7 wo iwt 12232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax low WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 1ir11 ANALYTICAL REPORT FOR SAMPLES SAMPLE INFORMATION Sample ID Laboratory ID Matrix Date Sampled Date Received L01 A3K0649-01 Paint Chip 11/21/13 00:00 11/22/13 09:45 irle L03 A3K0649-02 Paint Chip 11/21/13 00:00 11/22/13 09:45 L04 A3K0649-03 Paint Chip 11/21/13 00:00 11/22/13 09:45 L05 AX0649-04 Paint Chip 11/21/13 00:00 11/22/13 09:45 L07 A3K0649-05 Paint Chip 11/21/13 00:00 11/22/13 09:45 L08 A3K0649-06 Paint Chip 11/21/13 00:00 11/22/13 09:45 L09 A3K0649-07 Paint Chip 11/21/13 00:00 11/22/13 09:45 L10 A3K0649-08 Paint Chip 11/21/13 00:00 11/22/13 09:45 L11 A31(0649-09 Paint Chip 11/21/13 00:00 11/22/13 09:45 L Beige Wall Covering A3K0649-10 Paint Chip 11/21/13 00:00 11/22/13 09:45 ra: AND Vila Ara M Ift Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must he reproduced in its entirety. Darwin Thomas,Business Development Director Page 2 of 7 lire trr 1.2232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 ANALYTICAL SAMPLE RESULTS TCLP Metals by EPA 6020(ICPMS) Reporting Analyte Result MDL Limit Units Dilution Date Analyzed Method Notes L01 (A3K0649-01) Matrix: Paint Chip ■t Batch:3120155 Lead 0.0565 --- 0.0560 mg/L 5.595 12/05/13 17:26 1311/6020A A-0 1,Q-44 L03 (A3K0649-02) Matrix: Paint Chip Batch:3120155 Lead ND --- 0.196 mg/L 19.6 12/05/13 17:29 1311/6020A A-01,Q-44 L04 (A3K0649-03) Matrix: Paint Chip Batch:3120155 Lead ND --- 0.0500 mg/L 5 12/05/1317:32 1311/6020A Q-44 LOS (A3K0649-04) Matrix: Paint Chip i Batch:3120155 Lead 0.362 --- 0.149 mg/L 14.88 12/05/13 17:35 1311/6020A A-01,Q-44 L07 (A3K0649-05) Matrix: Paint Chip ri Batch:3120155 Lead ND --- 0.102 mg/L 10.2 12/05/13 17:38 1311/6020A A-0 1,Q-44 L08 (A3K0649-06) Matrix: Paint Chip rwC Batch:3120155 Lead 0.104 --- 0.0500 mg/L 5 12/05/1317:40 1311/6020A Q-44 L09 (A3K0649-07) Matrix: Paint Chip Batch:3120155 Lead ND --- 0.130 mg/L 12.95 12/05/13 17:43 1311/6020A A-01,Q-44 L10 (A3K0649-08) Matrix: Paint Chip Batch:3120155 Lead ND --- 0.0500 mg/L 5 12/05/1317:46 1311/6020A Q-44 L11 (A3K0649-09) Matrix: Paint Chip Batch:3120155 ors Lead 0.0765 --- 0.0500 mg/L 5 12/05/1317:49 1311/6020A Q-44 L Beige Wall Covering (A3K0649-10) Matrix: Paint Chip Batch:3120155 a� Lead 1.24 --- 0.0500 mg/L 5 12/05/1317:52 1311/6020A Q-44 rrlG Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must be reproduced in its entirety. Darwin Thomas,Business Development Director Page 3 of 7 im 12232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 01011 QUALITY CONTROL(QC)SAMPLE RESULTS 00000 TCLP Metals by EPA 6020(ICPMS) Reporting Spike Source %REC RPD Analyte Result MDL Limit Units Dil. Amount Result %REC Limits RPD Limit Notes 01111 Batch 3120155-EPA 1311/3015 Paint Chip Blank(3120155-BLK1) Prepared: l2/05/1315:05 Analyzed: l2/05/1317:14 do Lead ND --- 0.0500 mg/L 5 --- --- --- --- --- --- TCLP LCS(3120155-BSI) Prepared: 12/05/13 15:05 Analyzed: 12/05/13 17:17 1311/6020A - - - - - ... ---- - . 1111 Lead 2.73 0.0500 mg/L 5 2.50 --- 109 80-120% --- --- TCLP Matrix Spike(3120155-MSI) Prepared: 12/05/13 15:05 Analyzed: 12/05/13 18:01 011 QC Source Sample. L Beige Wall Covering(A3K0649-10) 131116020A Lead 3.85 --- 0.0500 mg/L 5 2.50 1.24 104 50-150% --- --- 11111 Ii11 00111 r1r X11 1111 Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must be reproduced in its entirety. 11111 Darwin Thomas,Business Development Director Page 4 of 7 9W �r. 12232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax am WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 SAMPLE PREPARATION INFORMATION TCLP Extraction by EPA 1311 Prep:EPA 1311 (TCLP) Sample Default RL Prep Lab Number Matrix Method Sampled Prepared Initial/Final Initial/Final Factor Batch: 3120114 A3K0649-01 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 0.894g/20mL 100g/2000mL NA A31(0649-02 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 0.255g/20mL 100g/2000mL NA A3K0649-03 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 3.623g/72.5mL 100g/2000mL NA A3K0649-04 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 0.336g/20mL 100g/2000mL NA A3K0649-05 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 0.49g/20mL I00g/2000mL NA A3K0649-06 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 1.1 68g/23.4mL 100g/2000mL NA AX0649-07 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 0.386g/20mL 100g/2000mL NA AX0649-08 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 3.939g/78.8mL 100g/2000mL NA A3K0649-09 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 2.063g/41.3mL 100g/2000mL NA arr AX0649-10 Paint Chip EPA 1311 11/21/13 00:00 12/04/13 19:48 3.095g/61.9mL 100g/2000mL NA TCLP Metals by EPA 6020(ICPMS) as Prep:EPA 1311/3015 Sample Default RL Prep Lab Number Matrix Method Sampled Prepared Initial/Final Initial/Final Factor Batch: 3120155 arr AX0649-01 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 A3K0649-02 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50tnL 5mL/50mL 1.00 AX0649-03 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 rr AX0649-04 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 AX0649-05 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50ml- 5mL/50mL 1.00 AX0649-06 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 A3K0649-07 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 A3K0649-08 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 A3K0649-09 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 AX0649-10 Paint Chip 1311/6020A 11/21/13 00:00 12/05/13 15:05 5mL/50mL 5mL/50mL 1.00 W Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must be reproduced in its entirety. 11W Darwin Thomas,Business Development Director Page 5 of 7 M +r 12232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax to WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 tali Notes and Definitions Qualifiers: err A-01 Reduced mass used during the TCLP Extraction.Reporting limits have been elevated. Q-44 Room temperature during the 18 hr.TCLP tumbling procedure exceeded EPA recommended temperature range by no more than+/-2 degrees C for a maximum of 13 Hrs. TCLP This batch QC sample was prepared with TCLP or SPLP fluid from preparation batch 3120114. Notes and Conventions: DET Analyte DETECTED ND Analyte NOT DETECTED at or above the reporting limit NR Not Reported dry Sample results reported on a dry weight basis. Results listed as'wet'or without'dry'designation are not dry weight corrected. RPD Relative Percent Difference llli MDL If MDL is not listed,data has been evaluated to the Method Reporting Limit only. WMSC Water Miscible Solvent Correction has been applied to Results and MRLs for volatiles soil samples per EPA 80000. Batch Unless specifically requested,this report contains only results for Batch QC derived from client samples included in this report. All QC analyses were performed with the appropriate Batch QC(including Sample Duplicates,Matrix Spikes and/or Matrix Spike Duplicates)in order to meet or exceed method and regulatory requirements.Any exceptions to this will be qualified in this report.Complete Batch QC results are available upon request. In cases where there is insufficient sample provided for Sample Duplicates and/or Matrix Spikes,a Lab Control Sample Duplicate(LCS Dup)is analyzed to demonstrate accuracy and precision of the extraction and analysis. Blank Apex assesses blank data for potential high bias down to a level equal to'h the method reporting limit(MRL),except for conventional Policy chemistry and HC1D analyses which are assessed only to the MRL.Sample results flagged with a B or B-02 qualifier are potentially biased high if they are less than ten times the level found in the blank for inorganic analyses or less than five times the level found in the blank for organic analyses. For accurate comparison of volatile results to the level found in the blank,water sample results should be divided by the dilution factor, and soil sample results should be divided by 1150 of the sample dilution to account for the sample prep factor. Results qualified as reported below the MRL may include a potential high bias if associated with a B or B-02 qualified blank.B and B-02 qualifications are not applied to J qualified results reported below the MRL. --- QC results are not applicable.For example,%Recoveries for Blanks and Duplicates,%RPD for Blanks,Blank Spikes and Matrix Spikes,etc. Y�I *** Used to indicate a possible discrepency with the Sample and Sample Duplicate results when the%RPD is not available. In this case, either the Sample or the Sample Duplicate has a reportable result for this analyte,while the other is Non Detect(ND). ft�l ttrf Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of custody document.This analytical report must he reproduced in its entirety. ilrl' Darwin Thomas,Business Development Director Page 6 of 7 M +rr 12232 S.W.Garden Place Apex Labs Tigard,OR 97223 503-718-2323 Phone 503-718-0333 Fax WH Pacific Project: Building 820 Demo City of Renton 123 SW Columbia Project Number: 209.037978 Reported: Bend,OR 97702 Project Manager: Jennifer Von Rohr 01/07/14 12:13 tar. y . ' m ywa-ml 9 � rarwNwrt�x 1k 4'AU'RN'1Y .'� 'N•IN�W'yC9W'aB li 3t 039FI'�BtiN'74 Ytl �� �.f..,.X tLlann7lY tK+4a+d 0 WPH Yaya . "yy G wd'JaR um C tE1Yd WfSa¢Ce Ftai a�w soon wH cute F C4 QUA rasa solo vYHaL�¢haaatA AN alaal � N M SM3bYlH0t].fl0. � � �� � � _ ✓ *WUVIq Cr w CC rG V01 � r � a CY cc z agar � � � ,� � ��.�,1 �l 4 c.� � � •• y�;� ■r Apex Laboratories The results in this report apply to the samples analyzed in accordance with the chain of ow olw)-'a/I custody document This analytical report must he reproduced in its entirety. Darwin Thomas,Business Development Director Page 7 of 7 arc �r Award Date: CAG Awarded to: wr Irr �Y O ti Bidding Requirements, City of Renton + . Forms, Contract Forms, Conditions of the Contract,Plans and Specifications aw 1 v M W City of Renton �. Construction of: RENTON MUNICIPAL AIRPORT BUILDING 820 DEMOLITION PROJECT NO. aw do City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: 425-430-7200 Project Manager: Ben Dahle, P.E. 425-430-7476 !rr ® Printed on Recycled Paper 40 1r CITY OF RENTON rr RENTON, WASHINGTON CONTRACT DOCUMENTS for the Renton Municipal Airport Building 820 Demolition Project PROJECT NO. iwr November 2013 Yiw BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 r w Printed on Recycled Paper Intentionally Left Blank rr wr rrr rr PROFFESSIONAL RESPONSIBILITIES AND SEALS These specifications were developed by, or under the direct supervision of Wesley A Holden, P.E., WHPacific, Inc, 12100 NE 195th St, Suite 300, Bothell, Washington 98011. Phone: 425-951-4820 Email: wholden @whpacific.com .w i A WASX L wr 476 5 tsTG�`�w On �r tiYr irn ill it Intentionally Left Blank nr .s ityof o Project Number Renton Municipal Airport Im 820 Building Demolition Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy +rr Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Bid Form **Subcontractors List ❖Bond to the City of Renton r. ❖Fair Practices Policy Affidavit of Compliance *:•Contract Agreement(Contracts other than Federal-Aid FHWA) Prevailing Minimum Hourly Wage Rates(New job classifications) wn Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Ammendments to the 2012 Standard Specifications Special Provisions CSI Specifications Appendices 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 bid document. Submit with Bid ** Submit with Bid or within 24 hours of bid Submit at Notice of Award rwr CITY OF RENTON Public Works Department 1055 South Grady Way Renton,Washington 98057 AV P:\City of Renton\037978\Design\Specifications\100%Specifications\01-Front End\02b-Table of Contents.dou wr Intentionally Left Blank rr wr nr err w - 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 rrr 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 the law and by City policy. .r 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 7th day of March , 2011 , arr CITY RENTON RENTON CITY COUNCIL �r Denis Law, Mayor uncil Pr sident rrr Attest: Bonnie I. Walton, City Clerk SEA yr rr Intentionally Left Blank tr CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTYONNO. 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 Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: rr (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- e 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) SCANS WITH DIES ACT POLICY-The City of Renton Americans .r 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) CONTRACORU' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abute 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,shaA 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 4th. day of October 1993. C RENTON RENTON CITY COUNCIL:dw Mayor c6uncil President ..r Attest: City Clerk VU +r. ire ril Intentionally Left Blank CITY OF RENTON Renton Municipal Airport 820 Building Demolition Project Project Number SCOPE OF WORK �r 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: r Demolish the 820 Building located on the west side of the airport and north of the airport's maintenance building. The demolition includes the removal of the building from the airport property,removal of hazardous materials from the building, structural changes required due to r. connection of the building to the adjacent building, modifications to the utilities, and adjustments to the site necessary due to the building removal. +rr 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 ninety (90) working days will be allowed for the completion of this project. .r rrr rwr #r up r M 04-Scope of Work.docx\ Yrr Intentionally Left Blank VICINITY MAP NTS rr LAKE WASHINGTON elf dot rr r, � J ', � £ so i STAGING AREA WI! t a r SITE ACCESS ±t ' Aw '.t t § Q 4' A MAINTENANCE . . . BUILDING � I ` 70 ' ! FAA CONTROL TO >W , arr MANAGERS4 a ICE JA � ic2�w SCALE 3 '_ 3o0 0 Aso 3W 600 (HIT) s; 1 INCH=300 FT. ,t t. +rr Intentionally Left Blank rr 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 ism 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 at the Airport Office:616 West Perimeter Road—Unit A, Renton,WA 98057. 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. Click on "bxwa.com"; "Posted `rr 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." ` Hard copies will also be available for purchase from WHPacific, Inc., 12100 NE 195th St, Suite 300, Bothell,WA 98011. Contact:Wes Holden,425-951-4820. 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 err 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. wr Revised:May 2011 tp 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. 10. 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 Section 1-09.9(1) "Retainage". 16. Basis For Approval The 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 This project is wholly funded by City of Renton funds and no federal funds are included;therefore,only Washington State Prevailing Wages apply. In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or 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 are 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 Revised:May 2011 tp n 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 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 and 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. r 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 deleted and the measurement and payment provisions of CSI Specification 012900, Measurement and Payment(added herein)shall govern. rrr 2. Construction Specification Institute(CSI)Specifications included in this document. 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 Construction Safety and Phasing Plan rr Contractor shall follow requirements of FAA Advisory Circular 150/5370-2F: Operational Safety on Airports During Construction. Prior to working on the airport,Contractor shall notify Johnathan Wilson, Assistant Airport Manager at(206)423-0087. At the end of each working day, the Contractor shall complete a Daily Safety Checklist and submit to Jonathan Wilson in Airport Operations. A copy of the Daily Safety Checklist is included as Appendix E. rw Revised:May 2011 tp Yrr Contractor shall perform daily Foreign Object Damage (FOD) inspections as a requirements of this checklist. Contractor shall also notify Airport Operations the maximum equipment height for each day work is occurring on site a minimum of 48 hours in advance. All Foreman and supervisors will be required to take and pass an Airport Safety Exam prior to entrance into the Aircraft Operations Area (AOA) at Renton Municipal Airport. Please schedule schedule with Airport Operations. ad 23 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 bid bond or certified check been enclosed? ■ii • 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? Oil ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? w rrr 19 Ni 19 Revised:May 2011 tp r CAG-13-212 CITY OF RENTON Renton Municipal Airport 820 Building Demolition �r CALL FOR BIDS Project Number CAG 13-212 r Sealed bids will be received until 2:30 p.m. on January 14, 2014 at the City Clerk's office, 1055 South Grady Way, Renton, WA 98057, 7th floor, and will be opened and publicly read in Conference Room 511 on the 5 hfloor,Renton City Hall, 1055 South Grady Way,Renton, WA 98057. .r The work to be performed within 90 working days from the date of commencement under this contract shall include,but not be limited to: Demolish the 820 Building located on the west side of the airport and north of the airport's QW maintenance building. The demolition includes the removal of the building from the airport property, removal of hazardous materials from the building, structural changes required due to connection of the building to the adjacent building, modifications to the utilities, and wr adjustments to the site necessary due to the building removal. The Engineer's estimate is between$775,000 and$825,000 �r. A mandatory pre-bid meeting will be held on January 7, 2014 at 1:00 p.m. at the former Chamber of Commerce building, 300 Rainier Ave N (building on hill behind Boeing Apron B), Renton, WA 98057. 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 December 17, 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. Click on"bxwa.com"; "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." The plans, specifications, and addendum are also available at the City of Renton website, Call for Bids page,at: http://rentonwa.gov/bids/. Questions about the project shall be addressed to: Ben Dahle, City of Renton,Public Works—Renton Municipal Airport, 616 West Perimeter Road—Unit A, Renton WA 98057-5327,phone(425)430- ,,,,, 7476. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must rr accompany each bid. The City's Fair Practices,Non-Discrimination, and with Disability Act Policies shall apply. Chris Chau,Deputy City Clerk Published: Builder's Exchange of WA December 16,2013 r Daily Journal of Commerce December 16,2013 and December 23,2013 07-Call for Bids\ ap CITY 0P8ENTON r"muneu Affidavit and Certification form: Non-Co/usion,xnti-Tm .mmwunimxmWage �m (Non-Federo\Aiu) NON-COLLUSION AFFIDAVIT Being duly sworn,deposes and says, that he is the identical person who submitted the foregoing proposal oc bid, and that such bid is genuine and not ubum or collusive or made in the interest or on behalf ofany person not tbcnrbn named, and further, that the deponent bavomdirecdyinducedmnNicitedmyothcrBidderoutbehmregoiugwwrkurequipment taput iom sham bid, or any other person or corporation 1u refrain from bidding, and that deponent has not in any manner mnuebt bvoo||u�wotn secure tohiom� �fnrk`mnyodzcrprrvoouuyudvunC� nverodh�.8iddorur0idder . � AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TQPURCHASER Vendor and purchaser recognize that io actual economic practice overcharges resulting from anti-trust violations are infact usually borne by the purchaser, Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased io cnooccbuu with this order orcontract, except as on overcharges resulting from anti- trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contoaci, In addition, vendor vvurowCs and represents that such of his oocndlern and muhoou1motwrs ubaO omxigu any and all such o|a6mato purchaser,subject Um the aforementioned exception. AND �w MINIMUM WAGE AFFIDAVIT FORM T. the undersigned,having been duly ovvnro, deposed, say and certify that in couocodno with the performance of the vvudk n[this project,IwiDpuycaoboluuoifioad000fbbooer. wodoouu,ornmechuoiccoudoyediothu performance of such work; not less than the prevailing rate o[wage or not less than the minimum rate of wages am specified iothe principal 000tract I have read the above and foregoing statement and certificate, know the contents thereof and the uuhu1uuue as uc1 forth therein iu true tomoy knowledge and belief. FOR: NON COLLUSION ABFIDAVD., ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND &0NI]00M WAGE AFFIDAVIT Name of Project Signature of Authorized Representative nfBidder Subscribed and sworn»u TlFp PU ida,nd for the State of Washington PP Me rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ear rrr CAG 13-212 BID BOND FORM Herewith find deposit in the form of a certified check,cashier's check,cash,or bid bond in the amount Of$5% which amount is not less than five percent of the total bid. rn Signature e-W Y—t0 k,?tt"tbVNT- Know All Men by These Presents: That we, 3 Kings Environmental,Inc. as Principal, and Travelers Casualty and Surety Company's Surety,are held and firmly bound unto the City of Renton,as Obligee,in the penal sum of Five Percent of Total Amount Bid----(S'/dollars,for the payment of which the Principal and the Surety bind themselves,their heirs,executors, administrators,successors e» and assigns,jointly and severally,by these presents. * of America The condition of this obligation is such that if the Obligee shall make any award to the Principal for Renton Municipal Airport-Building 820according to the terms of the proposal or bid made by the Principal therefor,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee;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 be 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. ++ **Demolition Project- Project No.CAG 13-212 a�aemem��„n,, SIGNED,SEALED AND DATE I�� � Y OF January 2014• , , ..�`�� .• "' " Cfpgs Environmental,Inc. PI ='z •�► . T' Casual and Surety Company of America SEA,, :'S Tami Jones,Attorney-in-Fact fy .� Received return of deposit in the su N4uJ"ttat►t>ao aeea err MW erti 09-Bid Bond doex Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale aw WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER iA. POWER OF ATTORNEY ITRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. y 224582 Certificate No. 005065696 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gene M.Dietzman,Gloria Bruning,James P.Dooney,John D. Klump,Philip O.Forker,Ray M.Paiement,Vicki Mather,J.Patrick Dooney II, Richard W. Kowalski,Brent Olson,Joel Dietzman,Tami Jones,Karen A.Pierce,and Christopher Rebum of the City of Portland State of Oregon their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 17th day of July 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company J�F\RE•6by O�Rr G9 ,+JP,.,�NSUggos Jp�tV ANps IflY YY'Y"YJ P f.000.FORA)f.�y g m IW.�OPPORAff`.�i �•�\ I Z 1982 ; �9/!� CORPgIp f (�i o: a HARTFORD, < S!' RTFOM1 a ORD ' 1( SEAL.io, ;�: '" CONN. �t coNN•�� ;� 1896 � ",,,u� \,fS`�AHr,r �;jS... .:�ad dy< •a�a; '6l �,�+ �1/�1%1 IV State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President 17th July 2013 On this the day of before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc..St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2016. Al/e��G * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any =s certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. t IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this VA V,, day of__�G.(N aQ V 20 k�:k eo� Kevin E.Hughes,Assistant Seciftary G�SV,�� qry�••• VF\AE 4 \^N..�NS` •.Y\'�NSY�`t p�TY 4N0 SIW Y 5 D T ro 191 Z �ft�Ri°kA>f Ca IWrCAaPORgT�;:T'jnl m fj` G, � S Z' 1951 � "•SEBL;o} "SEAL,a2° � �la° �� � 1896�Q� �b�tcT+'aD 1�>� ro o ��'.. `•P f 's`••. e � !° `Y�lY1 ry To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER am irr CITY OF RENTON PROJECT NUMBER CAG 13-212 RENTON MUNICIPAL AIRPORT 820 BUILDING DEMOLITION PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certif that the bidder has examined the site of the proposed work and have received addenda numbered through a. ,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 following schedule of rates and prices: (Note:Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: Signature: as Address: h. 01 Names of Members of Partnership: 10 NIA rr rrr OR ON Name of President of Corporation I�,{npl Name of Secretary of Corporation 8V l �� 1175 ft Corporation Organized under the laws of 10 With Main Office in State of Washington at 13I I SA n-f AW.. .au t,, D I &1c 4rck"& wit- gsUa¢ �r 10-Pr(Vos;d.dmxl 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID FORM wr FORM OF PROPOSAL (BID) for the 820 BUILDING DEMOLITION PROJECT Renton Municipal Airport 616 West Perimeter Road Renton, Washington Bids Due. 2:30 P.M., Tuesday, January 14, 2014 To: City Clerk, Room # 728 Seventh Floor of City Hall 1055 South Grady Way Renton, WA 98055 The undersigned hereby certifies that they have carefully examined the Contract Documents as defined in the General Conditions entitled "820 Building Demolition Project", Renton Municipal Airport, Renton, WA and have examined the site of the work and the location where said work is to be done, and fully understands the manner in which payment is proposed to be made for the cost thereof, hereby proposes to furnish all materials and to perform all labor which may be required to complete said work within the time fixed, and upon the terms and conditions provided in said Contract Documents for consideration of the following amount: A. BASE BID For all work shown in the Contract Documents, the sum of: $ .Z-�3, y�i:• �S Washington State Sales Tax (9.5%): $ may, e-71 . -&'3' Grand Total Base Bid: $ ,Z'77f yyd. y0 C. CONDITIONS OF PROPOSAL 1. Determination of Low Bidder: .r The owner reserves the right to 'Award a Contract' based on the Contractor's Proposal Amounts for Base Bid and/or Breakdown, in whatever manner is in the Owner's best interest. 2. Overhead and Profit: All of the above Bid Prices shall include overhead and profit. 3. Sales Tax: it All of the above Bid Prices shall include Washington State Sales Tax. WHPaeitic,Inc. P:tCityotRenton10379780esl nlSpeciricationsll00%-FINAL SPECS\11-Bid Form.docx Renton Municipal Airport(RNT) 003000 November 2013 820 Building Demolition 1 'Movided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale +w wr D. PERIOD OF BID VALIDITY/ ACCEPTANCE OF BID BASE BID The undersigned hereby agrees that this BID as described in paragraph "A" shall be a valid and firm offering for the period of sixty (60) days from closing time for the "Receipt Of Bids." Acceptance of Bid: Within sixty (60) days after the opening of Form Of Proposal, the City will act either to accept the Proposal from the lowest responsive, responsible Bidder, or to reject all Bids. The City reserves the right to request extensions of such Bid acceptance period. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance, together with a request to furnish a bond (if required), evidence of insurance to execute the agreement set forth in the Contract Documents, and other designated documents. E. EXECUTION OF CONTRACT If written "Notice of Intent to Award Contract" is mailed, telegraphed, facsimile, or delivered to the undersigned within the "period of Bid Validity" noted above, or any time thereafter before this Bid is withdrawn,the undersigned will, within ten (10) days after the date of such notification, execute a Contract in the form of the "CONTRACTS OTHER THAN FEDERAL-AID FHWA" included in these specifications. F. TIME FOR COMPLETION The undersigned hereby agrees to "FINAL COMPLETION' of all Work outlined in the Contract Documents by 90 working days from the Notice to Proceed. G. LIQUIDATED DAMAGES sir If the Contractor fails to complete the Work by the FINAL COMPLETION DATE (or such extension of that date which might be granted by the Owner), he agrees to abide by all provisions of the Contract. In addition, Liquidated Damages in the amount of Five Hundred Dollars ($ 500.00) will be assessed for each calendar day that the Contractor exceeds the "FINAL COMPLETION DATE." r .t. WHPaci1ic,Inc. PACiry of Renton1Q379781 Design4Specificationsi 100%-FINAL SPECSA t-Bid Form.doex Renton Municipal Airport(RNT) 003000 November 2013 820 Building Demolition 2 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale irr H. ADDENDUM RECEIPT >� Receipt of the following "ADDENDA" to the CONTRACT DOCUMENTS is acknowledged: Addendum No. J-- Datebt&fh-bcr n,2a►3 Addendum No. 2 Date Addendum No. Date .w. ow fm 0 r 1W 10 W .■ WHPacific,inc. RICity of Rentoni 0379781DesgniSpecFrAtionsl100%-FINAL SPECS111-Bid Form.docx Renton Municipal Airport(RNT) 003000 /November 2013 820 Building Demolition 3 rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale arty err SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). ir. If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and,therefore,void. Complete the following: L MW If awarded the contract, 3 vl r�Ytm�rr� ,I ntJwill contract with the following subcontractors for the performs of heating,ventilation and air conditioning,plumbing,and electrical (including automatic controls)work: +tr Bid Item(s) N/,q Subcontractor Name Address Phone No. State Contractor's License No. ttrr Bid Item(s) trr Subcontractor Name Address Phone No.. State Contractor's License No. Bid Item(s) Subcontractor Name Address w Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address i" Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name r. Address Phone No. State Contractor's License No. trr pAcity of renton\037978\design\speciticttionsU00%-specificationsW ront end\12-subcontractors.doc Revised 912006 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale rr November 23,2013. Page 2 i to Bid Item(s) Subcontractor Name so Address Phone No. State Contractors License No. trr �+ Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this ( day o\ Notary Publi in and for the State of Washington Not (Print t LEAS .� ��FA'N Y Residing at jA :.o�,M 0 4, My appointment expires: "E t, ?V 0;� ��', 0! • co i to ; dQ C �io,�iC��r•3 17•��,•�O�`�`� SH;N ``��� pAcity ofrenton\0379'Mdesigntspa3fications\100%speeifications\front end\12-subcontractors.doc Revised 9/2006 'Povided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale .r. Bond Number:106066900 Irr BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned 3 Kings Environmental,Inc. Travelers Casualty and Surety Company as principal,and of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation,and qualified under the laws a 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 $277,490.90 * for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives,as the case may be. „a *Two Hundred Seventy-Seven Thousand Four Hundred Ninety and 90/100--- This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. � ar Dated at 1' t(yy�'Y lb g , day of_�� ,2W Nevertheless,the conditions of the above obligation are such that: WHEREAS,under and ursuant to Public Works Construction Contract CAG-13-212 p providing for construction of +rr Renton Municipal Airport-Building 820 Demoliytion Project (project name) 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 all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, r 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 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 t��u11 force and effect. M r s Environmental �� 3 Kin �' 9 ,� .......... C^ ' Travelers Casualty and Surety Company of America Principal oar..$�'�; Surety Signature 't ~� ,� Signature `�j��s, . ``1 Tami Jones,Attorney-in-Fact tr Title a a��y .•• •. �o`� Title 111t1��ti�,"�` t/Il WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. y 224582 Certificate No. 005565788 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gene M. Dietzman,Gloria Bruning,James P.Dooney,John D. Klump,Philip O.Forker,Ray M.Paiement,Vicki Mather,J.Patrick Dooney II, Richard W. Kowalski,Brent Olson,Joel Dietzman,Tami Jones,Karen A.Pierce,and Christopher Reburn of the City of Portland State of Oregon their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 17th day of July 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company `wEIRE.u. �RyN. NSU9 }jp�"1NSOgget gJp�Y ANO S, ��65WljY� ��TY� %S E JL L , CONN. n1��aNN. 1896 Y F j ANCE��i• l ,a`CI ............. > D; j•y "I i'1` State of Connecticut By: City of Hartford ss. Robert L.Raney,.enior Vice President 17th July 2013 On this the day of before me personally appeared Robert L.Roney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. �� My Commission expires the 30th day of June,2016. �'0lIBl Marie C.Tetreault,Notary Public f + $ 58440-8-12 Printed in U.S.A. Im WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 20 Kevin E.Hughes,Assistant Sec tary L�6V,�� N7�•.• yF\AE 6 �aN INSG .e•r'"'\MSVq♦ �pttV 4HO �Owgt�, FyTy,by� 1 9.�8 2�� O 1977 �' � f i --- �• a HARTFORD. MFR1FtlH0. SBAL.),,- coHH, rg °�i t ,xi.M:uw F !s•.....Aa•�• rS.......*eF br gyp+ , v?` �'►Att�� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ity or CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE kinq_s r5l vi a hereby confirms and declares that: (Name of con(r ctor/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. II. 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. Print Agent/Rep sentative's Name rr. Print Agent/Representative's Title Agent/Representative's Signature rr 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. i I CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this day of 4),0AAZ k491 .by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and CA4-4,1 X he, hereinafter referred to as "CONTRACTOR." WITNESSETH: rrr 1) The Contractor shall within the time stipulated, (90 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. C A(�t 13--�V"� for improvement by construction and installation of: Work as described in"Scope of Work"dated !!�'• /D-oZO141 ,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 do 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,if any i) Technical Specifications,if any trr ■n 1 Cl-2009 w +rr 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 1f1D 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 +r 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. rr 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. OW 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,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 * 2 CI-2009 M r 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 +r. 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 so 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 ■rr thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 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 90 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. wr 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 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 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 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. 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. 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 3 C"1-2009 +r i w rrr 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 wr 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 .r 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 rr 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. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, 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 �.r Contractor shall provide,and obtain City approval of,a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of 9�9 11 W r1lb `I d numbers vJL giLur H"o(ArrJ i.) �tU lZi�2v �•d N n C written words �r. including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special 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. Wr 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 FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) 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 conferred by this Agreement in one or more instances shall not be construed to be a waiver or 4 Cl-2009 r +rr WA relinquishment of those covenants, agreements or options,and the same shall be and remain in full force and effect. 16) 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 �s 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. �r 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If 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 rr 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 attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. uw w• CONTRACTOR CTIY RENTON President/Partne wner Mayor Denis a w ATTEST Secre y Bonnie I .Walton, City Clerk dba S bi Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in -S h M44114 ar Attention: y g �• r ow s :*'. + .�C �A 2009 C%. r;r ikw I rr 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. 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. �r If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. r rr. rr +rr err rr+ rr rrr �r 6 CI-2009 WA i WAGE RATES rr +r1 Intentionally Left Blank wM 11/22/13 abu t:blank State of Washington Department of Labor & Industries Prevailing 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: 11/22/2013 .County Trade Job Classification Wage HolidayOvertime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M w King Building_Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.29 5S 2F King Building Service Employees Window Cleaner (Scaffold) $25.15 5S 2F W King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M im King Carpenters Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D 1M King Carpenters Carpenters on Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1M King Carpenters Floor Layer $50.82 5D 1M +lr King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers ft Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M im King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Ft Rov Operator $52.23 5D 1M about:blank 1/19 f�l 11/22113 abot t:blank King Divers It Tenders Surface Rcv ft Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F rr King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F King Dredge Workers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King Drywall Applicator Journey Level $50.82 5D 1 H King D08DII.Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1 E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C W King Electricians - Inside Certified Welder $62.04 7C 2W 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 Shoo Craftsman $15.37 1 King Electricians - Motor Shoo Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $66.43 5A 4A Construction King Electricians - Powerline Certified Line Welder $60.75 5A 4A Construction King Electricians - Powerline Groundperson $42.36 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $60.75 5A 4A rr Construction Operator King Electricians - Powerline Journey Level Lineperson $60.75 5A 4A Construction King Electricians - Powerline Line Equipment Operator $51.05 5A 4A Construction me King Electricians - Powerline Pole Sprayer $60.75 5A 4A Construction King Electricians - Powerline Powderperson $45.39 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 06 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A abudtlank 2119 11/22/13 about:blank King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only +rr King Fence Erectors Fence Erector $15.18 1 King Flaeeers Journey Level $35.34 7A 2Y King Glaziers Journey Level $53.76 7L 1Y King Heat Et Frost Insulators And Journeyman $58.93 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $69.37 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $42.99 7A 2Y r , King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.51 5B 1K rrr King Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand $49.13 5B 1K King Inland Boatmen Deckhand Engineer $50.12 5B 1K King Inland Boatmen Launch Operator $51.34 5B 1K King Inland Boatmen Mate $51.34 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleanin /SP ealing Of Grout Truck Operator $11.48 1 a* Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems BY Remote Control 40 King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 2Y Screed King Laborers Airtrac Drill Operator $42.99 7A 2Y King Laborers Ballast Regular Machine $41.69 7A 2Y King Laborers Batch Weighman $35.34 7A 2Y rr King Laborers Brick Pavers $41.69 7A 2Y King Laborers Brush Cutter $41.69 7A 2Y King Laborers Brush Hog Feeder $41.69 7A 2Y King Laborers Burner $41.69 7A 2Y about:blank 3/19 11/22/13 about:blank King Laborers Caisson Worker $42.99 7A 2Y King Laborers Carpenter Tender $41.69 7A 2Y King Laborers Caulker $41.69 7A 2Y King Laborers Cement Dumper-paving $42.46 7A 2Y King Laborers Cement Finisher Tender $41.69 7A 2Y ctrl King Laborers Change House Or Dry Shack $41.69 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $41.69 7A 2Y King Laborers Chipping Gun(30 Lbs. And $42.46 7A 2Y Over) King Laborers Choker Setter $41.69 7A 2Y King Laborers Chuck Tender $41.69 7A 2Y King Laborers Clary Power Spreader $42.46 7A 2Y King Laborers Clean-up Laborer $41.69 7A 2Y King Laborers Concrete Dumper/chute $42.46 7A 2Y Operator King Laborers Concrete Form Stripper $41.69 7A 2Y King Laborers Concrete Placement Crew $42.46 7A 2Y King Laborers Concrete Saw Operator/core $42.46 7A 2Y Driller King Laborers Crusher Feeder $35.34 7A 2Y King Laborers Curing Laborer $41.69 7A 2Y King Laborers Demolition: Wrecking Ft $41.69 7A 2Y Moving (incl. Charred Material) King Laborers Ditch Digger $41.69 7A 2Y King Laborers Diver $42.99 7A 2Y King Laborers Drill Operator $42.46 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $41.69 7A 2Y King Laborers Dump Person $41.69 7A 2Y r+rl King Laborers Epoxy Technician $41.69 7A 2Y King Laborers Erosion Control Worker $41.69 7A 2Y King Laborers Faller Ft Bucker Chain Saw $42.46 7A 2Y King Laborers Fine Graders $41.69 7A 2Y King Laborers Firewatch $35.34 7A 2Y King Laborers Form Setter $41.69 7A 2Y King Laborers Gabian Basket Builders $41.69 7A 2Y King Laborers General Laborer $41.69 7A 2Y King Laborers Grade Checker it Transit $42.99 7A 2Y Person King Laborers Grinders $41.69 7A 2Y abu t:blank 4J19 11/22113 about:blank No King Laborers Grout Machine Tender $41.69 7A 2Y King Laborers Groutmen (pressure)including $42.46 7A 2Y Post Tension Beams King Laborers Guardrail Erector $41.69 7A 2Y r King Laborers Hazardous Waste Worker (level $42.99 7A 2Y A) King Laborers Hazardous Waste Worker (level $42.46 7A 2Y B) King Laborers Hazardous Waste Worker (level $41.69 7A 2Y C) King Laborers High Scaler $42.99 7A 2Y King Laborers Jackhammer $42.46 7A 2Y King Laborers Laserbeam Operator $42.46 7A 2Y King Laborers Maintenance Person $41.69 7A 2Y King Laborers Manhole Builder-mudman $42.46 7A 2Y King Laborers Material Yard Person $41.69 7A 2Y King Laborers Motorman-dinky Locomotive $42.46 7A 2Y King Laborers Nozzleman (concrete Pump, $42.46 7A 2Y Green Cutter When Using K Combination Of High Pressure Air it Water On Concrete Ft Rock, Sandblast, Gunite, ,rr Shotcrete, Water Bla King Laborers Pavement Breaker $42.46 7A 2Y r King Laborers Pilot Car $35.34 7A 2Y King Laborers Pipe Layer Lead $42.99 7A 2Y King Laborers Pipe Layer/tailor $42.46 7A 2Y r King Laborers Pipe Pot Tender $42.46 7A 2Y King Laborers Pipe Reliner $42.46 7A 2Y King Laborers Pipe Wrapper $42.46 7A 2Y King Laborers Pot Tender $41.69 7A 2Y King Laborers Powderman $42.99 7A 2Y King Laborers Powderman's Helper $41.69 7A 2Y King Laborers Power Jacks $42.46 7A 2Y rr� King Laborers Railroad Spike Puller- Power $42.46 7A 2Y King Laborers Raker - Asphalt $42.99 7A 2Y King Laborers Re-timberman $42.99 7A 2Y King Laborers Remote Equipment Operator $42.46 7A 2Y King Laborers Rigger/signal Person $42.46 7A 2Y King Laborers Rip Rap Person $41.69 7A 2Y ■r King Laborers Rivet Buster $42.46 7A 2Y King Laborers Rodder $42.46 7A 2Y about:blank 519 rtr 11/2213 abW:blank King Laborers Scaffold Erector $41.69 7A 2Y King Laborers Scale Person $41.69 7A 2Y King Laborers Sloper (over 20") $42.46 7A 2Y King Laborers Sloper Sprayer $41.69 7A 2Y King Laborers Spreader (concrete) $42.46 7A 2Y INN King Laborers Stake Hopper $41.69 7A 2Y King Laborers Stock Piler $41.69 7A 2Y King Laborers Tamper Ft Similar Electric, Air $42.46 7A 2Y Ft Gas Operated Tools King Laborers Tamper (multiple Ft Self- $42.46 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $42.46 7A 2Y Shorer Ft Cribber) King Laborers Toolroom Person (at Jobsite) $41.69 7A 2Y King Laborers Topper $41.69 7A 2Y King Laborers Track Laborer $41.69 7A 2Y King Laborers Track Liner (power) $42.46 7A 2Y rr King Laborers Traffic Control Laborer $37.79 7A 2Y 8R King Laborers Traffic Control Supervisor $37.79 7A 2Y 8R King Laborers Truck Spotter $41.69 7A 2Y King Laborers Tugger Operator $42.46 7A 2Y King Laborers Tunnel Work-Compressed Air $60.06 7A 2Y Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 7A 2Y 84 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 2Y Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 2Y 8�( Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $76.59 7A 2Y 88 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 2Y 8�( Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 2Y 8�( Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $85.59 7A 1 H 8�( Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 1 H 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 2Y 8�C Tender King Laborers Tunnel Work-Miner $43.09 7A 2Y rr about:blank 6119 11/22/13 abait:blank tie King Laborers Vibrator $42.46 7A 2Y King Laborers Vinyl Seamer $41.69 7A 2Y King Laborers Watchman $32.12 7A 2Y King Laborers Welder $42.46 7A 2Y .r King Laborers Well Point Laborer $42.46 7A 2Y King Laborers Window Washer/cleaner $32.12 7A 2Y irr King Laborers - Underground Sewer General Laborer 8 Topman $41.69 7A 2Y £t Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 2Y ,,. £t Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers .r King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers �. King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $50.82 5D 1 H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 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 �r. King Millwright Journey Level $51.92 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 rr King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 ,., King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.64 6Z 2B King Pile Driver Journey Level $51.07 5D 1M King Plasterers Journey Level $49.29 7G 1 R King Playground It Park Equipment Journey Level $9.19 1 Installers King Plumbers Et Pipefitters Journey Level $72.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P abad:blank 7/19 rir 11/22/13 abu t:blank King Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P King Power Equipment Operators Bobcat $50.22 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P Equipment King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.00 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $50.22 7A 3C 8P w Screed King Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 about:blank 8119 11/22/13 abW:blank d Tons King Power Equipment Operators Crusher $53.00 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Ft Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc ,. King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards iW King Power Equipment Operators Horizontal/directional Drill $52.58 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P �. 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P Over go King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P M King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P aba t:blank 9/19 uirr 11/22/13 aboUtlank King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Power Equipment Operators Mechanics, All(leadmen - $54.04 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader- Non- $52.58 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons ate King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P rrl King Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P id Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P 'it King Power Equipment Operators Rollagon $53.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 8P ► aboLdtlank 10/19 11/22/13 abatblank rrr 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P King Power E uipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P .� Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P ,r. Screedman King Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom a� King Power Equipment Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Tons And Over `r King Power Equipment Operators Truck Crane Oiler/driver Under $52.58 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P King Power Equipment Operators Welder $53.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P rr Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P abaA.blank 11/19 on 11/22/13 about:blank Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $53.00 7A 3C 8P Underground Sewer F1 Water w King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer Ft Water Equipment King Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $50.22 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer 8 Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P Underground Sewer Ft Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P ad Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) 1d King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Underground Sewer Et Water Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Underground Sewer Ft Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Underground Sewer Et Water Under about:blank 12/19 11/2213 abu t:blank King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer Et Water wr King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) rw King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons 01' King Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $53.00 7A 3C 8P Underground Sewer £t Water (power) King Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Ft Under $52.58 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $50.22 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P •► Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc rr King Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P ` Underground Sewer 8 Water King Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P Underground Sewer Ft Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer Et Water Locator about:blank 13/19 aw 11/M13 abudtlank King Power Equipment Operators- Horizontal/directional Drill $53.00 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $52.58 7A 3C 8P Underground Sewer Ft Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Underground Sewer Ft Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer E:Water Yards King Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All(leadmen - $54.04 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P Underground Sewer Et Water Mount) vi aba t:blank 14/19 ad 11/2213 aboiftlank im King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer Et Water in King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Ift Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Im Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer Et Water im King Power E ui ment Operators- .Quick Tower - No Cab, Under $50.22 7A 3C SP Underground Sewer Et Water 100 Feet In Height Based To Boom rrr King Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer it Water King Power E ui ment Operators- Rolla on $53.49 7A 3C 8P Underground Sewer Et Water rw King Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment 01erators- Saws - Concrete $52.58 7A 3C 8P Underground Sewer Et Water King Power E ui ment Operators- Scraper, Self Propelled Under $53.00 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete £t Carry All $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer It Water rr King Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A KC 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons abu t:blank 15/19 11/22/13 about:blank to King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons so King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Ni Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Ft $53.49 7A 3C 8P go Underground Sewer Ft Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $54.61 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver- 100 $53.00 7A 3C 8P Underground Sewer Et Water Tons And Over rrr King Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 7A 3C 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 8P , Underground Sewer Et Water King Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $50.22 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers King Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $43.76 5A 4A Trimmers us King Power Line Clearance Tree Tree Trimmer $39.10 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers King Refrigeration Et Air Journey Level $71.46 6Z 1G abo Atlank 16119 11/=13 about:blank Conditioning Mechanics King Residential Brick Mason Journey Level $50.12 5A 1M " King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 wr King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E err King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $35.10 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $71.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level(Field or Shop) $41.84 7F 1 R Workers ` King Residential Soft Floor Layers Journey Level $42.15 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 211 (Fire Protection King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M irr King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers + + King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $44.21 5A 1 R it King Roofers Using Irritable Bituminous $47.21 5A 1R Materials King Sheet Metal Workers Journey Level(Field or Shop) $69.37 7F 1 E King Shipbuitding Et Ship Repair Boilermaker $39.66 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 36 rrr King Shipbuilding Et Ship Repair Electrician $37.82 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $58.93 5.1 1S King Shipbuilding Et Ship Repair Laborer $36.78 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 313 King Shipbuilding Et Ship Repair Operator $40.15 70 313 King Shipbuilding Et Ship Repair Painter $37.79 70 313 King Shipbuilding Et Ship Repair Pipefitter $37.77 70 313 abaAblank 17/19 11/22J13 about:blank King Shipbuilding & Ship Repair Rigger $37.76 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.78 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding Et Ship Repair Shipfitter $37.76 70 3B King Shipbuilding Et Ship Repair Trucker $37.59 70 3B King Shipbuilding Et Ship Repair Warehouse $37.65 70 3B King Shipbuilding & Ship Repair Welder/Burner $37.76 70 3B King Sien Makers & Installers Sign Installer $22.92 1 (Electrical) King Sian Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) ag King Sien Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) tw King Soft Floor Layers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $50.12 5A 1M ad King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surveyors Chainman $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.49 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $34.50 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $35.27 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $33.47 5A 2B aba t:blank 18119 r 11/22/13 about:blank *w Outside (Light) King Telephone Line Construction - Telephone Lineperson $33.47 5A 2B .. Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $25.27 5A 2B Outside r. King Telephone Line Construction - Television System Technician $30.20 5A 2B Outside King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble It Terrazzo Finisher $37.79 5A 1 B Finishers we King Traffic Control Stripers Journey Level $42.33 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) ew King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) No 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 Council 28) aw King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) go King Truck Drivers Transit Mixer $43.23 1 King Well Drillers I-t Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers „r King Welt Drillers Et Irrigation Pump Well Driller $18.00 1 Installers +rr �r r about:blank 19/19 to No No ■rr .rt rr Intentionally Left Blank rr ■r rr �r r rr UV Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 MW Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate 40 must be not less than the prevailing rate of wage minus the_hourly rate of the cost of fringe benefits actually provided for the worker. to 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday w shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. wry D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. +rr E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, rr and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, 60 shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a aw four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the we hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. +r K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. rrw M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. rr 1 ONO +r Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) ow hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. do R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday 10 shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. GO U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays(except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday, Friday,and the day after Sunday,Monday,shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. 1II11 Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 +r+ Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at two times the hourly rate of wage. +rr F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. ow G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. w H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. rrr O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked iw over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, om and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on �' holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly rate of of wage.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. +w 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. im A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at r an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. rw 3 wr ar Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 3. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage.All other hours worked after 6:00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12) in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8) hours or more. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). 4 to Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, to And Christmas(6). rr 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, ®r Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). am P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. to Q. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). to R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). aw S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). go T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)• as Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). to Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day,And A Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents' Day,Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, 5 rrr w Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 11 B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8).Any holiday which falls on a �rr1 Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 09 Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 up I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. r K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on ow the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. yrr M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the ow following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on ,a, the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day rw After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. ow Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, aw the preceding Friday shall be a regular work day. R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day wo after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After no Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or r more: 7 go to Benefit Code Key—Effective 8-31-2013 thru 3-4-2014 Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet rri 8 C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet w( Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $0.75,Level B:$0.50,And Level C: $0.25. wrI M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B:$1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B:$0.75,Level C:$0.50,And Level D: $0.25. 40 P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit: $1.50,Class C Suit:$1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current do flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian + traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. err 8 wlr up tw Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or "Non-standard" Items) wr Below is the department's (State L&I's) list of criteria to be used in determining whether a up prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and we fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. go 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 4W 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. r 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. +�r 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at rrr (360) 902-5330. .r. r. rr Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 w WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. r ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, ' and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe- Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe-Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in x diameter. May also be treated, #5. Supplemental to Wage Rates 2 08/31/2013 Edition, Published August 1st, 2013 r rr ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. _.. --. ----- -- --__ --__ - --- 9. Aluminum Pedestrian Handrail - Pedestrian handrail w conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be �( in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. ++�► 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. +�■► 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X +r r Supplemental to Wage Rates 3 08/31/2013 Edition, Published August 1st, 2013 aw ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans x 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. x 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination , Inlets. See Std. Plans x 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers- For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. �( Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls- Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 08/31/2013 Edition, Published August 1st, 2013 '� m 1W �r. ITEM DESCRIPTION YES NO rr 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— 4'"' Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to , ,. casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for w� use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. "" 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided , .. for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. ow Ww Supplemental to Wage Rates 5 08/31/2013 Edition, Published August 1st, 2013 aw rr ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure- Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures- Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure �( shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to �( _ fabrication _ 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. ( 39. Light Standards- Lighting Standards for use on highway +r illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. x See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 6 08/31/2013 Edition, Published August 1st, 2013 so +irr r ITEM DESCRIPTION YES NO 42. Traffic Signs- Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to rrr be installed _ Custom Std Message Signing - ------ -- -------- Message 43. Cutting & bending reinforcing steel X 44. Guardrail components ( X Custom Standard End Sec I Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics x 48. Electrical wiring/components X ww 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components X w aw aw 4W r No Supplemental to Wage Rates 7 08/31/2013 Edition, Published August 1st, 2013 ITEM DESCRIPTION YES NO 53. Fencing materials x 54. Guide Posts 55. Traffic Buttons X 56. Epoxy X 57. Cribbing 58. Water distribution materials X 59. Steel "H" piles , 60. Steel pipe for concrete pile casings x 61. Steel pile tips, standard 62. Steel pile tips, custom Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of 'locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. ! Supplemental to Wage Rates 8 08/31/2013 Edition, Published August 1st, 2013 '" rw WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. .r The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts"documents. +rr • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators- Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) wr wrr The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers- Fabricators" 4W • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. iW r +r Supplemental to Wage Rates 9 08/31/2013 Edition, Published August 1st, 2013 ++r Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be ei incorporated into the project; or (ii)At multiple points at the project; or fig (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to r contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). so (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. rr (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. �r Supplemental to Wage Rates 10 08/31/2013 Edition, Published August 1st, 2013 rr (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing w. wage. (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver w. materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the w• stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the 40 incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which Aw the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. r [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § +r 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] IM N. +rr Or Supplemental to Wage Rates 11 08/31/2013 Edition, Published August 1st, 2013 w wr �r 40 Intentionally Left Blank r rr ■r rrI +r to Department of Labor and Industries set STATt o� Prevailing Wage o STATEMENT OF INTENT TO (36 902-5335 - PAY PREVAILING WAGES itlr www.lni.wa.gov/TradesLicensing/PrevWage 1889 aoy" • 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://fortress.wa.izov/lni/12wiaub/SearchFor.asp [l r� `. tit ttion Awarding'A ottc f)atormation 40 Your Company Name Project Name Contract Number ABC Company,Inc. Road Repair 2011-01B Your Address Awarding Agency 1234 Main Street WA State Department of Tr- rtation M City State Zip+4 Awarding Agency Addre Olympia WA 98501-1234 PO Box 47354 NEIL 0' Your Contractor Registration Number Your UBI Number City 19M..MkIliState Zip+4 to ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awardin ncy Contact Name nQWmber 111,111-11 John D 55-5555 At4► Your Email Address(required for notification of approval) Your Phone Number County Wher'141ftWill Be Performed ty Where Work Will Be Performed prevailingwage @lni.wa.gov (555)555-5555 Olympia Your Expected Job Start Date(mm/dd/yyyy) Bid Du (Prime 0111fter'§ff 0 r' Award Date(Prime Contractor's) oi/01/2011 08/01/20 qwr 08110t2010 Job Site Address/Directions at tal Dollar Amount Your Contract(including State Street @ Plum Street )or time and materia s,if applicable. $1000.00 �tr+Cafiheritilit)q ElSclt►t'Fttnilg` Does this project utilize American Recovery and Reinvestment Act(ARR Does thillifto w0lize any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA or se)? ❑Yes ®No prim t►tppany fnfosmatloa: Ftiri CoYttrectoe s' t idt rn+It►for'm ttil0Z AW Prime Contractor's Company Name s Intent Nu er ntraclor's Company Name XYZ Company,Inc. 34 S avers,Inc. Prime Contractor's Registration Number Prime Con or's ring Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 SUPERPA123AA 321456987 tYgdipr)titlott Do you intend to use ANY subcontract ❑Yes NIR'No Will employees perform work on this project? ®Yes ❑No Will ALL work be subcontracted? s ®No Do you intend to use apprentice employees? ®Yes ❑No Number of Own er/O rs who own at le f the comp who will perform work on the project: E]None(0) ®One(1) [1 Two(2) ❑Three(3)TAE Crafts/1'rad ccupatio (Do not list ap tices. They are listed on the Affidavit of Wages Paid only.) Number of Rate of Hourly Rate of Hourly ari If an employ orks in more than one trade,e e that all hours worked in each trade are reported below. Usual("Fringe") For additiona ts/trad lease us dum A. Workers Pay Benefits Laborer-As 2 39.28 5.00 tlU' Power Equipment Operator-Asphalt t Operator 1 48.04 2.35 Truck Driver-Asphalt Mi ds) 1 46.47 0.00 t 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 Wa a Rates as determined by the Industrial Statistician of the Department of labor and Industries. 4titi Print Name: Print Title: Si nature: Date: MEEMEMEMEEM 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 EHB 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 EHB 2805 Addendum is not submitted with this Intent. SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 ow Department of Labor and Industries ���sTArg0 Prevailing Wage o Q STATEMENT OF INTENT TO ' (360)902-5335 www PAY PREVAILING WAGES www.lni.wa.QOV/TradesLicensing/PrevWage ,� ., y� • This form must be typed or printed in ink. Public Works Contract so • 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. og v/lni/pwial2ub/SearchFor.as� Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number ! Your Address Awarding Agency City State Zip+4 Awarding Agency Address ! Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number t Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Its Additional Details Contract Details Your Expected Job Start dd/yyyy) Bid Due Date(Prime toy's) Award Date(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including to sales tax)or indicate time and materials,if applicable. $ ❑T&M ARM Funds Weatheriiation or Energy Efficient Fttnds Does this project utilize American Recovery and Reinvestment Act(ARRA)funds: Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No Vill Prime Contractor's Company Ind Hiring Contractor's Company on' Prime Contractor's Company Name11111111111111111111 Prime Contractor's Intent Number Hiring Contractor's Company N Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number Employment Information Do you intend to use ANY subc ❑Yes ❑No Will employees perform work on this project? ❑Yes ❑No ON Will ALL work be subcontracted? ❑Yes ❑No Do you intend to use apprentice employees? ❑Yes ❑No 110 Number of Owner/Operators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Crafts/Trades/Occupations—(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly Number of Rate of Hourly only.)If an employee works in more than one trade,ensure that all hours worked in each trade are reported Usual( Fringe") below. For additional crafts/trades/occupations orkers Pay Benefits > 5i tore Block Iti>i I hereby certify that I have read and understand the instructions to complete this form. That the information,including any addendum(s),are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailin g Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Si nature• Date: Approved by 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 EHB 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 EHB 2805 Addendum is not submitted with this Intent. NUMBERED-F700-029-000 Statement of intent to Pay Prevailing Wages 03-2011 to �w Department of Labor&Industries INSTRUCTIONS 6 s7�rg Prevailing Wage Program o "� P.O.Box 44540 STATEMENT OF INTENT TO PAY Olympia,Washington 98504-4540yl;ggg a°' PREVAILING WAGES Phone(360)902-5335/Fax(360)902-5300 FOR PUBLIC WORKS CONTRACTS w COMPLETE ALL FIELDS ON THE FORM to The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form(without numbers)is included at the end of these instructions. Your Company Information- Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: https://fortress.wa.gov/lnilbbip/Search.aspx. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https:H fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. d) Your Industrial Insurance Account Number— You can verify this number at: https://fortress.wa.gov/lni/crpsi/MainMenu.aspx?Messageld=200 1. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices. You can access approved forms at:https://fortress.wa. og v/lni/pwiapub/SearchFor.asp. No notice of approval aw will be mailed. fl Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. +"► c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Will Be Performed—Enter the name of the county where the work will be performed. If the work will be performed in multiple counties,include the names of all counties where work will be .rr performed. g) City Where Work Will Be Performed—Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city,or in multiple cities,include the name of the nearest city. as Additional Details a) Your Expected Job Start Date—This is the date that you expect to begin work on the project. b) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. rr w r�r Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Ow r Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you will be working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy)• c) Indicate the Total Dollar Amount of Your Contract—Enter the dollar amount of your contract, including the applicable sales tax. If this is a"time and materials"contract,please indicate this by 40 checking the box next to"F&M." ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter the information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Intent ID Number—Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at:https:R fortress.wa.gov/lni/bbip/Search.aspx. d) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:https:H fortress.wa.gov/dol/dolprod/bpdLicenseQue!Y. IM Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at: https:H fortress.wa.gov/lni/bbip/Search.asix. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at:https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. Employment Information—Enter information about the individuals who will perform work on this project: a) Do you intend to use subcontractors?—If PART of the work will be performed by subcontractors you will hire,check the"Yes"box. b) Will employees perform work on this project?-If employees,including apprentices,will perform any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice,just the craft/trade/occupation the apprentice will be working in. Also,please note the information regarding apprentices in"d"below. If von choose"No"and this chanties later,You certify that you will submit a new Intent form listing workers. c) Will All work be subcontracted?—If ALL work will be performed by subcontractors,check the "Yes"box. d) Do you intend to use apprentice employees?—If you plan to employ apprentices on this project please be aware: • Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. • Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30% of the company who will perform work on this project—Indicate the number of Owners/Operator(s)who will perform work on this project.If no ft 30%+Owners/Operators will perform work on the project,check the box"None". IM Crafts/Trades/Occupations—List each craft/trade/occupation of all workers you plan to employ on this project. ors A. Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project,and you also indicated above that no employees will perform work on the project,or ALL work will be subcontracted,then you do art not need to fill in this section.(Individuals who own less than 30%of the company are not considered to be Owners/Operators,and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction—If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure(e.g.single-family dwelling,duplex,apartment, fir► condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for?-Answer"yes"or"no"to each of the following options: rrr a. Permanent residence only? b. Rehabilitation house? WA c. Transitional housing? d. Communal dining facility? to e. Treatment services? f. Counseling? g. Other? rr 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? irr 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction—If you are using"Landscape Construction"or any of the sub-classifications within Landscape Construction(e.g.,Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,or Landscape Equipment Operators or Truck Drivers)you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are r appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of Work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. +rrr b. Please describe your part(s)of the project—the tasks you performed,equipment used, and tools used.Please provide as much detail as you can. trw Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 s c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape Construction,describe the type of equipment used,and list the size or rated capacity of the equipment. till. Number of Workers—Enter the number of journey-level workers you plan to employ on this project for that craft/trade/occupation. Rate of Hourly Pay—Enter the rate of hourly pay as defined by RCW 39.12.010,that you will actually pay the worker(s)for that craft/trade/occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly Usual("fringe")Benefits for that craft/trade/occupation. This is the cost of usual benefits,as defined by RCW 39.12.010,that you will actually pay the worker(s). The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: httt)s://fortress.wa.2ov/lni/pwiapub/SearchFor.asp(No notice of approval will be mailed). E e EF 7—ui,171N Y��u'rlrittri � ecm11 j p E E 3 f (S lot Jai t / t�t11r� :114 f7_1 1 i'f151 + 3 . F A E E l r ' Prevailing wage rates are available on the Internet at: http://www.lni.wa.izov/TradesLicensina/Prev Wage/WageRates/default.asp wr arl Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 vow Department of Labor and Industries srer�o� AFFIDAVIT OF WAGES PAID Prevailing Wage Program o Q (360)902-5335 = Public Works Contract x www.Ini.wa.gov/TradesLicensing/PrevWag_e o y $40.00 Filing Fee Required 7888�O • This form must be typed or printed in ink. Affidavit ID#(Assigned by L&I): • Fill in ALL blanks or the form will be returned for correction(see instructions). iW •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at SAMPLE https:Hfortress.wa. o¢ v/lni/pwiapub/SearchFor.asp wrr tion Your Company Name Project Name Contract Number ABC Company Road Repair 1123-456 Your Address Awarding Agency IN 1234 Main Street WA St Department of Trans ortation City State Zip+4 Awarding Agency Ad¢ttess"' Olympia WA 98501-1234 PO Box 123 r � 10 Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awarding Agency Contact Mine Phone Number 111,111-11 John Doe,;_ (555),555-5555 tilttt Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed` Cite Mere Work Was Performed revailin wa a @lni.wa. ov 1(555)555-5555 „ , t s.on a' " _ (01 m is utractTheMs wrr Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy)° Bid Due�Datc(Pnme"tcactor's) Award Date(Prime Contractor's) 2/1/2011 3/1/2011 1/1/201 1/5/2011 Job Site Address/Directions Your Approved It�# lttdicate Too Dollar Amount!, mount +$iir Contract Plum and State Street 123456 ("rn�Itq$sales tax). 1$10,000.00 ow EHB 2805(RCW 39.04.370)—Is the Prime Contractor's If you answered"Yes"to the EBB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one million dollars($1,000,000)?l ❑Yes Na_;1, later ou mitst complete and submit the EHB 2805(RCW 39.04.370)Addendum. 77..mod.,. Wrizii` Ell�cle»t5httuls Does this project utilize American Recovery and ReinvSttntt(\ct(ARRA)futtd8? this projeotutilize any weatherization or energy efficiency upgrade funds ❑Yes ®No (A 'R�,or otherwise)? ❑Yes 0 N tii�ietoit`'t.; ' ri'` ''Iutot�msfloti' Biii' Conteactar"s+Cori Taforn►ation Prime Contractor's Company Name Hiring Contractor's Company Name ass XYZ Com any i", QBA Company Prime Contractor's Registration Number Pt1 ei ontractor's 091 Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number XYZCI*0123AA 19876�0 1 CBACI*0123AA 1456789123 ,Q Did you use ANY subc6�6ctors? ❑Yes No Did employees perform work on this project? ®Yes ❑No Was ALL work subcontr ted? U y.44(4dde�E„� B Reauirgd) ®No Did you use apprentice employees? ❑Yes ®No aw Number of Owner/Operators tt EfvVrt' least t{f th6i':Mpany who performed work on this project: ❑None(0) ®One(1) ❑Two(2) E] Three(3) You must list the First and Last Name( "of an; vner/Q erator performing work below List your Crafts/Trades/Occupations Below For leirmey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Opera-must provide their First and Last Workers Worked Pay Usual("Fringe") name no other information required. **Appt1C@8re 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 ow I hereby certify that I have read and understand the instructions to complete this form and that the information on the forth 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. Print Name:Jane Doe Print Title:Bookkee er Signature: Date:3/5/2011 rltt APPROVED: Department of Labor and Industries g Industrial Statistician rtr SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 a Department of Labor and Industries sTArEp AFFIDAVIT OF WAGES PAID Prevailing Wage Program e� Q (360)902-5335 Public Works Contract www.lni.wa.gov/TradesLicensing/PrevWage yon 40.00 Flhrig FCC Required 0 y't 1889� • This form must be typed or printed in ink. Affidavit ID#(Assigned by L&1): • 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 https:Hfortress.wa. og vAni/pwial2ub/SearchFor.asp Your Co `an Information Awardi A `n Informlation,. . Your Company Name Project Name Contract Number ttw Your Address Awarding Agency City State Zip+4 Awarding Agency Address tip Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed Additional Details Contract Details 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) Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract (including sales tax). $ EHB 2805(RCW 39.04.370) ime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or Contract at a cost of over one n lazy El Yes El No y($1,000,000)? later you must complete and submit the EHB 2805(RCM 39.04.370)Addendum. ARRA Funds ' Weather'izadon or EfI'lclent F`nnds Does this project utilize American Recovery and Reinvestment Act(ARRA)fund s this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ❑No RRA or otherwise)? ❑Yes ❑No Prime Contractor's company Inform d Hiring Contractor's Corn sn I till Prime Contractor's Company Name Hiring Contractor's Company Na Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Employment Intott�titia Did you use ANY subcontractors? ❑Yes(Addendum B Reauired) ❑No Did employees perform work on this project? ❑Yes ❑No Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3) You must list the First and Last Name(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. sionature $Wei I 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 deter lined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: to APPROVED: Department of Labor and Industries g Industrial Statistician 1A Numbered Version of F700-007-000 Affidavit of Wages Paid 3-2011 rir r Department of Labor&Industries Prevailing Wage Program ��69TA1g�< INSTRUCTIONS P.O.Box ash AFFIDAVIT OF WAGES PAID FOR Olympia,Washington 98504-4540 �y .- any Phone(360)902-5335/Fax(360)902-5300 PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition,a completed sample form(without numbers)is included at the end of these instructions. Your Company Information— Enter the following information: rrr a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: aw https:Hfortress.wa.gov/lni/bbip/Search.asl2x. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https:H fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. d) Your Industrial Insurance Account Number— You can verify this number at: htti2s:Hfortress.wa.gov/lni/crpsi/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required 4W corrections.If you do not provide this information,L&I will use standard mail to send you correction notices. You can access approved forms at:https:Hfortress.wa.gov/lni/Twiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information—Enter the following information regarding the agency that awarded the contract.This information is available from the Prime Contractor: as a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. rar c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City,State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. wr. f) County Where Work Was Performed—Enter the name of the county where the work was performed. If the work was performed in multiple counties,include the names of all counties where work was performed. g) City Where Work Was Performed—Enter the name of the city where the work was performed. If the work was performed outside the limits of any city,or in multiple cities,include the name of the nearest city. rr Additional Details a) Your Job Start Date—This is the date that you began work on the project. b) Your Date Work Completed—This is the date you completed work on the project.You cannot have a am date in the future. c) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. rr d) Your Approved Intent ID#—Enter the 6-digit number,assigned by L&I,from the approved Intent form filed for this project. VW Instructions to P700-007-000 Affidavit of Wages Paid 12-2010 Page 3 of 5 1M► Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you are working under was not required to be bid,you will enter the date the contract was awarded. b) Award Date—This is the date the Awarding Agency awarded the contract to the Prime Contractor ' (mm/dd/YYYY)• c) Indicate the Total Dollar Amount of Your Contract—Enter the total amount of your contract, including the applicable sales tax. You must enter the final amount of your contract. You cannot enter w Time and Materials on an Affidavit of Wages Paid. EHB 2805 (RCW 39.04.370) -F700-164-000 is an addendum to your Affidavit of Wages Paid Form.RCW 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1,2010 and December 31,2013 if the Prime's contract is at a cost of over one million dollars($1,000,000).If you fail to properly provide the requested information more than one time between September 1,2010 and December 31,2013,pursuant to RCW 39.04.350(1)(f)you will not be considered a responsible bidder qualified to be awarded a public works project. flit Use as many of these forms as you need in order to provide the requested information for all relevant project items. This is an addendum to form F700-007-000. ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? Prime Contractor's Company Information—Enter information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor.You can verify the number at: https://fortress.wa.lzov/lni[bbip/Search.aspx. c) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at:https://fortress.wa.gov/doUdoll2rod/bpdLicenseQuery. Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the contractor who hired you.You can verify the number at: https:H fortress.wa.gov/lni/bbip/Search.asl2x. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuer�/. Employment Information—Enter information about the individuals who performed work on this project: a) Did you use any subcontractors?-If PART of the work was performed by subcontractors you hired, check the"Yes"box and complete Addendum B. b) Did employees perform work on this project? -If employees,including apprentices,performed any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. If you utilized apprentices on this project you must complete Addendum D. c) Was ALL work subcontracted?-If ALL work was performed by subcontractors,check the"Yes" box and complete Addendum B. d) Did you use apprentice employees?—If you used apprentices on this project please be aware: Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 is 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered rrr apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30% of the company who performed work on the project—Indicate the number of Owners/Operators who performed work on the project.If no 30%+ Owners/Operators performed work on the project,check the box"None". r Crafts/Trades/Occupations and Apprentices—List the craft/trade/occupation of each worker,journey-level and apprentice,employed on this project. 4# Crafts/Trades/Occupations aaw If you indicated above that Owners/Operators worked on this project,and you also indicated above that no employees performed work on the project,and that ALL work was subcontracted,then you do not need to fill in this section. Individuals who own less than 30%of the company are not considered aw Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed. Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction-If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if residential rates are being utilized appropriately: rr 1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project meets the definition of residential construction? 2. Please indicate the type of structure(e.g. single-family dwelling,duplex,apartment, r„ condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for(answer"yes"or"no"to each of the following options)?: rr a. Permanent residence only? b. Rehabilitation house? +M+ c. Transitional housing? d. Communal dining facility? e. Treatment services? ra f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? rr Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 VW Landscape Construction-If you are using"Landscape Construction'or any of the sub-classifications within Landscape Construction(e.g.Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,Landscape Equipment Operators or Truck Drivers)you must provide information regarding the following questions,on Addendum C,in order for L&I to determine if Landscape Construction rl rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of work(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project—the tasks you performed,equipment used,and tools used.Please provide as much detail as you can. c. If the project involves installing an irrigation system,trenching,installing French drains or other subsurface water collection systems,or spreading top soil or mulch,please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used,describe the type,and list the size or rated capacity of the equipment. ❖ Apprentices—If you employed apprentices on this project,list each apprentice by Name,Registration Number,Trade,the number of hours the individual had completed in the program when they started work(Beginning Hours)and ended work(Ending Hours)on the project,Beginning and Ending dates of work performed on this project,and Rate of Hourly Pay and Usual("Fringe")Benefits. wit 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call(360)902-5366. Number of Workers—Enter the number of journey-level workers employed on this project for that arl craft/trade/occupation. Total Number of Hours Worked—Enter the number of hours worked for that Craft/Trade/Occupation. Rate of Hourly Pay—Enter the rate of hourly pay,as defined by RCW 39.12.010,that you actually paid the workers for that Craft/Trade/Occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits,as defined by RCW 39.1.2.010,that you actually paid to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. » dill Instruction to F700-007-000 Affidavit of Wages Paid 3-2011 UK If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. am L&I approval of your Affidavit of Wages Paid is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. r Be sure to include your email address on the form.If you do not provide this information,L&I will use standard mail to send you correction notices.You will be able to access approved forms at: No his://fortress.wa.govllni Ipwiapub/SearchFor.asn(No notice of approval will be mailed). E l ��l It 4'i E 1 3EgS 1 E E 3 law �T�-S 3 F 3 aS M1.1 i 1914 + "'O FY's 1 Jz 1 3 �1 9i1W1t3 �_'h ( S �� � a r E *� E1� ��Y•'� i 3W 04€€ of { l E PY E j3 I t 7x Et t i t Yf1i Prevailing wage rates are available on the Internet at: http://www.ini.wa.gov/TradesLicensing/PrevW age/W ageRates/default.asp r rr Ow to Inswction to F700-007-000 Affidavit of Wages Paid 3-2011 so rr Intentionally Left Blank CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through ,in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & rr Industries. This form will be executed and submitted prior to or with the last pay request. ow Company Name By: �r Title: 18-Cert of Payment of Prev Wages.docx\ NW err Intentionally Left Blank w to A MMENDMENTS TO THE STANDARD SPECIFICATIONS fw ift ma AV �r Intentionally Left Blank rr r 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2012 4 Standard Specifications for Road, Bridge, and Municipal Construction. 5 wr 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract and 9 supersede any conflicting provisions of the Standard Specifications. For informational purposes, " 10 the date following each Amendment title indicates the implementation date of the Amendment or 11 the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definition and Terms 18 August 5, 2013 19 1-01.2(2) Items of Work and Units of Measurement 20 The following abbreviation in this section is deleted: 21 22 ATB Asphalt Treated Base 23 24 1-01.3 Definitions 25 The definition for "Bid Documents" is revised to read: 26 27 The component parts of the proposed Contract which may include, but are not limited to, the 28 Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, 29 and, for projects with Contracting Agency subsurface investigations, the Summary of 30 Geotechnical Conditions and subsurface boring logs (if any). 31 32 The definition for "Superstructures" is revised to read: 33 34 The part of the Structure above: 35 36 1. The bottom of the grout pad for the simple and continuous span bearing, or 37 „t 38 2. The bottom of the block supporting the girder, or 39 40 3. Arch skewback and construction joints at the top of vertical abutment members or 41 rigid frame piers. '�' 42 43 Longitudinal limits of the Superstructure extend from end to end of the Structure in 44 accordance with the following criteria: 45 46 1. From the face of end diaphragm abutting the bridge approach embankment for end 47 piers without expansion joints, or 48 49 2. From the end pier expansion joint for bridges with end pier expansion joints. ism AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 1 of 111 Revised:8/27/13 do fit 1 2 Superstructures include, but are not limited to, the bottom slab and webs of box girders, the 3 bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge 4 deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and 5 railing attached to the Superstructure when such Superstructure components are not 6 otherwise covered by separate unit measured or lump sum bid items. 7 8 Superstructures do not include endwalls, wingwalls, barrier and railing attached to the 9 wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 10 11 1-02.AP 1 12 Section 1-02, Bid Procedures and Conditions 13 January 2, 2012 14 1-02.4(2) Subsurface Information 15 The first two sentences in the first paragraph are revised to read: 16 17 If the Contracting Agency has made subsurface investigation of the site of the proposed work, 18 the boring log data, soil sample test data, and geotechnical recommendations reports 19 obtained by the Contracting Agency will be made available for inspection by the Bidders at 20 the location specified in the Special Provisions. The Summary of Geotechnical Conditions, 21 as an appendix to the Special Provisions, and the boring logs shall be considered as part of 22 the Contract. 23 24 1-03.AP1 25 Section 1-03, Award and Execution of Contract 26 April 2, 2012 27 1-03.1(1) Tied Bids 28 This section's title is revised to read: 29 30 1-03.1(1) Identical Bid Totals 31r 32 1-05.AP 1 33 Section 1-05, Control of Work 34 August 6, 2012 35 1-05.13(1) Emergency Contact List 36 The second sentence in the first paragraph is revised to read: 37 38 The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, 39 the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) 40 Lead and the Traff ic Control Supervisor. 41 42 1-06.AP1 43 Section 1-06, Control of Material 44 August 5, 2013 45 1-06.1(3) Aggregate Source Approval (ASA) Database 46 The last paragraph is revised to read the following two new paragraphs: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 2 of 111 Revised:8/27/13 ■ rr �w 1 2 Aggregate materials that are not approved for use in the ASA database may be sampled and 3 tested by the Agency, for a specified use on a project, from the source or from a processed 4 stockpile of the material and all cost for the sampling and testing will be deducted from the 5 Contract. 6 7 The Contractor agrees to authorize the Project Engineer to deduct the sampling and testing 8 costs from any money due or coming due to the Contractor. 9 10 1-06.1(4) Fabrication Inspection Expense 11 The first paragraph is revised to read: 12 13 In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, 14 Washington, the Contracting Agency will deduct from payment due the Contractor costs to 15 perform fabrication inspection on the following items: 16 17 0 Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and 18 Spherical) 19 0 Cantilever Sign Structures and Sign Bridges err 20 0 Epoxy-Coated Reinforcing Steel 21 0 Metal Bridge Railing and Handrail 22 0 Modular Expansion Joints 23 0 Painted Piling and Casing 24 Painted and Powder-Coated Luminaire and Signal Poles 25 0 Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers 26 0 Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary 27 Sewer Pipe 28 Precast Concrete Three Sided Structures 29 0 Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box 30 Culverts 31 0 Precast Concrete Traffic Barrier 32 0 Precast Concrete Marine Pier Deck Panels 33 0 Precast Concrete Floor Panels 34 0 Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels 35 0 Precast Concrete Retaining Walls, including Lagging Panels 36 0 Prestressed Concrete Girders and Precast Bridge Components 37 0 Prestressed Concrete Piles 38 0 Seismic Retrofit Earthquake Restrainers 39 0 Soldier Piles 40 0 Steel Bridges and Steel Bridge Components 41 Steel Column Jackets 42 0 Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, 43 and Transfer Spans 44 0 Treated Timber and Lumber 6-inch by 6-inch or larger 45 0 Timber 46 0 Additional items as may be determined by the Engineer 47 48 The footnote below the table is revised to read: 49 50 An inspection day includes any calendar day or portion of a calendar day spent by one 51 inspector inspecting, on standby, or traveling to and from a place of fabrication. An r�r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 3 of 111 Revised:8/27/13 1 additional cost per inspection day will be assessed for each additional inspector. 2 Reimbursement will be assessed at$280.00 per day for weekends and holidays for each 3 on site inspector in travel status, but not engaged in inspection or travel activities when so 4 fabrication activities are not taking place. 5 6 1-07.AP1 7 Section 1-07, Legal Relations and Responsibilities to the Public 8 April 1, 2013 9 1-07.1 Laws to be Observed ■r 10 The following two sentences are inserted after the first sentence in the third paragraph: 11 12 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which 13 requires employers to provide a safe workplace. More specifically WAC 296.800.11025 14 prohibits alcohol and narcotics from the workplace. 15 16 1-07.9(2) Posting Notices 17 This section is revised to read: 18 19 Notices and posters shall be placed in areas readily accessible to read by employees. The r 20 Contractor shall ensure the following are posted: 21 22 1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW 23 published by US Department of Labor. Post for projects with federal-aid funding 24 25 2. FHWA-1022 (revised 11/11) - NOTICE Federal-Aid Project published by Federal 26 Highway Administration (FHWA). Post for projects with federal-aid funding 27 28 3 WH 1321 (revised 04/09) - Employee Rights under the Davis-Bacon Act published 29 by US Department of Labor. Post for projects with federal-aid funding go 30 31 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act 32 published by US Department of Labor. Post on all projects 33 34 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The 35 Family and Medical Leave Act published by US Department Of Labor. Post on all 36 projects 37 38 6. WHD-1462 (revised 01/12) — Employee Polygraph Protection Act published by US 39 Department of Labor. Post on all projects 40 41 7. F416-081-909 (revised 12/12) - Job Safety and Health Law published by 42 Washington State Department of Labor and Industries. Post on all projects 43 44 8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington 45 State Department of Labor and Industries. Post on all projects 46 ' 47 9. F700-074-909 (revised 12/12) - Your Rights as a Worker in Washington State by 48 Washington State Department of Labor and Industries (L&I). Post on all projects 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 4 of 111 Revised:8/27/13 w 1 10. EMS 9874(revised 04/12)- Unemployment Benefits published by Washington State 2 Employee Security Department. Post on all projects 3 4 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for 5 the Contractor, each Subcontractor, each lower tier subcontractor, and any other 6 firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW r 7 39.12 because of the definition of"Contractor" in WAC 296-127-010 8 9 12. Post one copy of the prevailing wage rates for the project 10 11 1-07.9(5) Required Documents 12 Item number 2. in the first paragraph is revised to read: 13 14 2. A copy of an approved "Affidavit of Prevailing Wages Paid", State L&I's form number 15 F700-007-000. The Contracting Agency will not grant Completion until all approved 16 Affidavit of Wages paid for Contractor and all Subcontractors have been received by the 17 Project Engineer. The Contracting Agency will not release to the Contractor any funds 18 retained under RCW 60.28.011 until all of the"Affidavit of Prevailing Wages Paid"forms 19 have been approved by State L&I and a copy of all the approved forms have been 20 submitted to the Engineer. 21 22 1-07.14 Responsibility for Damage 23 The fifth paragraph is revised to read: 24 25 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent 26 negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the 27 Contractor or the Contractor's agent or employees, the indemnity provisions provided in the 28 preceding paragraphs of this Section shall be valid and enforceable only to the extent of the 29 Contractor's negligence or the negligence of its agents and employees. r 30 31 1-07.15 Temporary Water Pollution/Erosion Control 32 The third paragraph is deleted. „w 33 34 1-08.AP1 35 Section 1-08, Prosecution and Progress 36 April 1, 2013 37 1-08.1 Subcontracting 38 In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". 39 40 1-08.3(1) General Requirements 41 The following new paragraph is inserted after the first paragraph: 42 43 Total float belongs to the project and shall not be for the exclusive benefit of any party. 44 45 1-08.5 Time for Completion 46 The last paragraph in this section is supplemented with the following: 47 48 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all ` 49 Subcontractors AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 5 of 111 Revised:8/27/13 a� 1 2 1-08.7 Maintenance During Suspension 3 The second paragraph is revised to read: mill 4 5 At no expense to the Contracting Agency, the Contractor shall provide through the 6 construction area safe, smooth, and unobstructed roadways and pedestrian access routes 7 for public use during the suspension (as required in Section 1-07.23 or the Special 8 Provisions.) This may include a temporary road, alternative pedestrian access route or 9 detour. 10 11 1-09.AP1 12 Section 1-09, Measurement and Payment 13 April 1, 2013 14 1-09.1 Measurement of Quantities 15 The following new sentence is inserted after the sentence ""Ton":2,000 pounds of avoirdupois 16 weight": 17 18 Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall 19 have no specific unit of measurement requirement. 20 21 1-09.2(5) Measurement 22 The second sentence in the first paragraph is revised to read: 23 24 The frequency of verification checks will be such that at least one test weekly is performed 25 for each scale used in weighing contract items of Work. 26 27 1-09.6 Force Account 28 In item No. 3. For Equipment, the last sentence in the third sub-paragraph is revised to read: 29 30 In the event that prior quotations are not obtained and the vendor is a firm independent from 31 the Contractor or Subcontractor, then after-the-fact quotations may be obtained by the 32 Engineer from the open market in the vicinity and the lowest such quotation may be used in 33 place of submitted invoice. 34 35 3-01.AP3 36 Section 3-01, Production From Quarry and Pit Sites 37 August 5, 2013 38 3-01.1 Description 39 In the first paragraph, "asphalt treated base" is deleted. 40 41 3-04.AP3 42 Section 3-04, Acceptance of Aggregate 43 August 5, 2013 are 44 3-04.3(7)D4 An Entire Lot 45 The last sentence is deleted. 46 Will VA AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 6 of 111 Revised:8/27/13 1 3-04.3(8) Price Adjustments for Quality of Aggregate 2 The calculation in the first paragraph is revised to read: 3 4 Aggregate Compliance Price Adjustment= (Composite Pay Factor— 1.00) 5 (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever 6 is higher.) err 7 8 3-04.5 Payment 9 In the second paragraph, the reference "Section 3-04.3(6)C " is revised to read "Section 3- rr 10 04.3(8)". 11 12 In Table 1, the top two rows are revised to read the following three new rows: 13 9-03.1 Concrete Aggregate(exce t pavement) 2000 1000' $15.002 $30.002 9-03.1 Concrete Aggregate( avement) 4000 2000' $15.002 $30.002 9-03.4(2) Crushed Screening 3 1000 500 $20.00 $40.00 go 14 15 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised 16 to read: G,,, 17 9-03.14(4) Gravel Borrow for Structural Earth Walls 14000 2000 1 $30 $60 18 19 The footnotes below the Table 1 are revised to read: im 20 21 1. Based on 1000 CY of Concrete. 22 23 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 24 25 3 Contingent unit price per S.Y. is $0.30. 26 27 In Table 2, the first row is revised to read: 28 9-03.1 Concrete Aggregate(all concrete aggregate-including 2 2 2 10 20 pavement) 29 30 In Table 2,the row containing the item"Gravel Backfill for Foundations Class A"is revised to read: 31 9-03.12(1)A Gravel Backfill for 32 Foundations Class A3 33 In Table 2,the row containing the item"Gravel Borrow for Geosynthetic Retaining Wall" is revised 34 to read: 35 9-03.14(4) Gravel Borrow for 2 2 5 5 5 10 Other4 Structural Earth Walls i, 36 37 Item 1 in the footnotes below Table 2 is revised to read: 38 39 1 For Aggregate, the nominal maximum size sieve is the largest standard sieve opening "�" 40 listed in the applicable specification upon which more than 1-percent of the material by 00 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 7 of 111 Revised:8/27/13 #W 1 weight is permitted to be retained. For concrete aggregate, the nominal maximum size 2 sieve is the smallest standard sieve opening through which the entire amount of 3 aggregate is permitted to pass. 4 5 The footnotes below the Table 2 are supplemented with the following: 6 7 3 Use the price adjustment factors for the material that is actually used. 8 9 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. 10 11 4-06.AP4 12 Section 4-06, Asphalt Treated Base 13 August 5, 2013 14 This section including title is deleted in its entirety and replaced with the following: 15 16 Vacant 17 18 5-01.AP5 19 Section 5-01, Cement Concrete Pavement Rehabilitation „ 20 August 5, 2013 21 5-01.3(2)B Portland Cement Concrete 22 The fifth sentence in the third paragraph is revised to read: 23 24 The lower Specification limit for compressive strength shall be 4,000-psi. 25 26 The last two sentences in the third paragraph are deleted. 27 28 5-01.3(4) Replace Portland Cement Concrete Panel 29 This section is supplemented with the following: 30 31 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at no cost 32 to the Contracting Agency. Epoxy-coated dowel bars meeting the requirements of Section 9- 33 07.5(1) may be substituted for the corrosion resistant dowel bars specified. 34 35 5-01.3(6) Dowel Bar Retrofit 36 The second sentence in the ninth paragraph is revised to read: 37 38 The foam insert shall fit tightly around the dowel and to the bottom and edges of the slot and +' 39 extend to the top of the existing pavement surface. 40 41 5-01.3(11) Concrete Slurry will 42 This section including title is revised to read: 43 44 5-01.3(11) Concrete Slurry and Grinding Residue Milk 45 All concrete slurry and grinding residue shall be removed from the pavement surface on a 46 continual basis immediately behind the grinding or cutting operations. Slurry shall not be 47 allowed to drain into an area open to traffic, off of the paved surface or into any drainage 48 structure. 10 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 8 of 111 Revised:8/27/13 am ■r 1 2 The Contractor shall collect the concrete slurry and grinding residue from the pavement 3 surface and dispose of it in accordance with Section 2-03.3(7)C. 4 5 Opening to traffic shall meet the requirements of Section 5-05.3(17). 6 7 5-02.AP5 8 Section 5-02, Bituminous Surface Treatment 9 August 5, 2013 10 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt". 11 12 5-02.1(1) New Construction 13 This section is revised to read: 14 15 This method of treatment requires two applications of emulsified asphalt and three 16 applications of aggregate.The first application of emulsified asphalt is applied to an untreated 17 Roadway that is followed with an application of aggregate. The second application of 18 emulsified asphalt is followed with two additional applications of aggregate. err 19 20 5-02.1(2) Seal Coats 21 This section is revised to read: 22 23 This method requires the placing of one application of emulsified asphalt and one or more 24 sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface 25 and to produce a uniform Roadway surface with acceptable nonskid characteristics. 26 27 5-02.2 Materials 28 The following new paragraph is inserted after the second paragraph: 29 30 Each source of aggregate for bituminous surface treatment shall be evaluated separately for 31 acceptance in accordance with Section 3-04. �r. 32 33 The second and fourth paragraphs (after implementing the preceding Amendment) are deleted. 34 35 5-02.3(1) Equipment 36 The second sentence in the second paragraph is revised to read: 37 38 A temperature measuring device shall be capable of reporting the temperature of emulsified 39 asphalt in the tank. 40 41 5-02.3(2)A New Construction 42 The fourth and fifth paragraphs are revised to read: 43 44 Immediately before the first application of emulsified asphalt, the Roadway surface shall be 45 in the following condition: firm and unyielding, damp, free from irregularities and material 46 segregation, and true to line, grade, and cross-section. 47 48 No traffic will be allowed on the prepared surface until the first application of emulsified 49 asphalt and aggregate has been completed. r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 9 of 111 Revised:8/27/13 rr 1 2 5-02.3(3) Application of Asphalt and Aggregate 3 The table "Application Rate" is revised to read: 4 First 0.35-0.65 1/2 inch- No. 4 25-45 Application or 3/4 inch-1/2 inch Second 0.35-0.60 '/2 inch- No. 4 25-40 Application Choke Stone N/A No. 4- 0 4-6 a. % inch —No. 4 0.40-0.65 % inch- No. 4 25-45 Choke Stone No. 4 - 0 4-6 1/2 inch —No. 4 0.35-0.55 '/2 inch- No. 4 20-35 Choke Stone No. 4 - 0 4-6 % inch—No. 4 0.35-0.55 % inch- No. 4 20-30 Choke Stone N/A No. 4 - 0 4-6 ,, 5 6 The table "Pavement Sealing" is deleted. .r 7 8 The second paragraph is revised to read: 9 10 The Project Engineer will determine the application rates. The second application of 11 emulsified asphalt shall be applied the next day, or as approved by the Project Engineer. 12 13 The second to last paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 10 of 111 Revised:8/27/13 WA Wr 1 2 Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, 3 pavement grindings, and other foreign matter. The fog seal emulsified asphalt shall be CSS- �" 4 1 or CSS-1 h diluted with water at a rate of one part water to one part emulsified asphalt 5 unless otherwise approved by the Project Engineer. The fog seal shall be uniformly applied 6 to the pavement at a diluted rate of 0.10—0.18 gal/sy. The finished application shall be free .r 7 of streaks and bare spots. 8 9 5-02.3(5) Application of Aggregates 10 The sixth paragraph is revised to read: 11 12 The Contractor shall apply choke stone to the Roadway with additional spreading equipment 13 immediately following the initial rolling of the coarse aggregate unless otherwise specified in 14 the Contract documents or specified by the Project Engineer. Excess aggregate shall be 15 removed from the Roadway. A minimum of one pass with a pneumatic roller shall be made 16 across the entire width of the applied choke stone. 17 18 5-02.3(7) Patching and Correction of Defects 19 The last sentence in the last paragraph is revised to read: r. 20 21 The CSS-1 or CSS-1 h emulsified asphalt may be diluted with water at a rate of one part 22 water to one part emulsified asphalt unless otherwise specified by the Project Engineer. rr 23 24 5-02.5 Payment 25 The first sentence in the second paragraph is revised to read: 26 27 The unit Contract price per mile for"Processing and Finishing"shall be full pay for all cost to 28 perform the specified work including, blading, scarifying, processing, leveling, finishing, and 29 the manipulation of aggregates as required irr 30 31 The third paragraph is revised to read 32 33 "Emulsified Asphalt ( )", per ton. 34 35 The fourth paragraph is revised to read: 36 dw 37 The unit Contract price per ton for"Emulsified Asphalt( )"shall be full pay for all costs 38 to perform the specified Work including furnishing, heating, hauling, and spreading the 39 emulsified asphalt on the Roadway. ++ 40 41 The sixth paragraph is revised to read: 42 43 The unit Contract price per ton for "Asphalt for Fog Seal' shall be full pay for all costs to 44 perform the specified Work for the fog seal. 45 46 The eighth paragraph is revised to read: 47 48 The unit Contract price per cubic yard for"Aggregate from Stockpile for BST'shall be full pay 49 for all costs to perform the specified Work including loading, transporting, and placing the 50 material in the finished Work. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 11 of 111 Revised:8/27/13 ea* 1 2 The eleventh paragraph is revised to read: 3 4 The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed 5 ( ) shall be full pay for costs to perform the specified Work including furnishing, 6 transporting, and placing the material in the finished Work. 7 8 The thirteenth paragraph is revised to read: 9 10 The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs to 11 perform the specified Work including rebrooming the Roadway. 12 13 5-04.AP5 14 Section 5-04, Hot Mix Asphalt 15 April 1, 2013 16 5-04.2 Materials 17 The following material reference is deleted from this section: 18 19 Blending Sand 9-03.8(4) 20 21 The fourth paragraph is revised to read: 22 23 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder 24 from different sources is not permitted. 25 26 5-04.3(7)A1 General 27 This section is supplemented with the following: 28 29 The Contractor shall include the brand and type of anti-stripping additive in the mix design 30 submittal and provide certification from the asphalt binder manufacture that the anti-stripping 31 additive is compatible with the crude source and formulation of asphalt binder proposed in 32 mix design. 33 34 5-04.3(7)A3 Commercial Evaluation 35 The second sentence in the second paragraph is deleted. 36 37 5-04.3(10)B3 Longitudinal Joint Density 38 The section including title is revised to read: 39 40 5-04.3(10)B3 Vacant 41 42 5-04.3(11)D General �r 43 The last sentence in the first paragraph is deleted. 44 45 5-04.3(12)A Transverse Joints 46 In the second paragraph "planning" is revised to read "planing". 47 48 5-04.3(20) Anti-Stripping Additive 49 This section is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 12 of 111 Revised:8/27113 sr �r. 1 2 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 3 shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical 4 evaluation the anti-stripping additive shall be added in the amount designated in the WSDOT 5 mix design/anti-strip evaluation report provided by the Contracting Agency. For HMA 6 accepted by commercial evaluation the Project Engineer will determine the amount of anti- rr 7 strip to be added; paving shall not begin before the anti-strip requirements have been 8 provided to the Contractor. 9 10 5-04.4 Measurement 11 The first sentence in the first paragraph is revised to read: 12 13 HMA Cl. PG_, HMA for Cl. PG , and Commercial HMA will be measured 14 by the ton in accordance with Section 1-09.2, with no deduction being made for the weight 15 of asphalt binder, mineral filler, or any other component of the mixture. 16 �w 17 The last paragraph is deleted. 18 19 5-04.5 Payment ww 20 The bid item"Longitudinal Joint Density Price Adjustment", by calculation and paragraph following 21 bid item are deleted. 22 23 5-05.AP5 24 Section 5-05, Cement Concrete Pavement 25 August 5, 2013 26 5-05.3(1) Concrete Mix Design for Paving 27 The title in the table titled "Portland Cement Concrete Batch Volumes" is revised to read: 28 Portland Cement Concrete Batch Weights,per cubic yard of Concrete 29 30 5-05.3(6) Subgrade 0 31 The last paragraph in this section is deleted. 32 33 6-02.AP6 ift 34 Section 6-02, Concrete Structures 35 January 7, 2013 No 36 6-02.3(2) Proportioning Materials 37 The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the table 38 titled "Cementitious Requirement for Concrete" is revised to read: 39 ON 40 ****145 41 42 The following new note is inserted after the note "*** No maximum specified" in the table titled to 43 "Cementitious Requirement for Concrete": 44 45 ****Maximum of 200 pounds go 46 47 The paragraph following the table "Cementitious Requirements for Concrete"is revised to read: •w AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 13 of 111 Revised:8/27/13 ow 1 2 When both ground granulated blast furnace slag and fly ash are included in the concrete mix, 3 the total weight of both these materials is limited to 40 percent by weight of the total 4 cementitious material for concrete Class 4000D and 4000A, and 50 percent by weight of the 5 total cementitious material for all other classes of concrete. 6 7 6-02.3(2)B Commercial Concrete 8 The second paragraph is revised to read: 9 10 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 11 culverts, concrete pipe collars, pipe anchors, monument cases,Type PPB, PS, 1, FB and RM 12 signal standards, pedestals, cabinet bases, guardrail anchors, fence post footings, 13 sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial 14 concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious 15 material content of 564 pounds per cubic yard of concrete, shall be air entrained, and the 16 tolerances of Section 6-02.3(5)C shall apply. 17 18 6-02.3(2)D Lean Concrete 19 This section is revised to read: 20 21 Lean concrete shall meet the cementitious requirements of Section 6-02.3(2) and have a 22 maximum water/cement ratio of 2. 23 24 6-02.3(4)A Qualification of Concrete Suppliers 25 The first paragraph is revised to read 26 27 Batch Plant Prequalification requires a certification by the National Ready Mix Concrete 28 Association (NRMCA). Information concerning NRMCA certification may be obtained from 29 the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org.The 30 NRMCA certification shall be valid for a 2-year period from the date of certificate. The 31 following documentation shall be submitted to the Project Engineer; a copy of the current 32 NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), 33 along with copies of the truck list, batch plant scale certification, admixture dispensing 34 certification, and volumetric water batching devices (including water meters) verification. 35 36 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and 37 Air Control 38 The last sentence in the second paragraph is revised to read: 39 40 Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and random w+ 41 samples shall be selected in accordance with WSDOT TM 716. 42 43 6-02.3(14)C Pigmented Sealer for Concrete Surfaces rlrr 44 This section is revised to read: 45 46 The Contractor shall submit the pigmented sealer manufacturer's written instructions 47 covering, at a minimum, the following: 48 49 1. Surface preparation 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 14 of 111 Revised:8/27/13 rr rrr 1 2. Application methods 2 3 3. Requirements for concrete curing prior to sealer application 4 5 4. Temperature, humidity and precipitation limitations for application 6 +�► 7 5. Rate of application and number of coats to apply 8 9 The Contractor shall not begin applying pigmented sealer to the surfaces specified to receive 10 the sealer until receiving the Engineer's approval of the submittal. 11 12 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface 13 finish (except that concrete barrier surfaces shall be finished in accordance with Section 6- �"' 14 02.3(11)A). The Contractor shall not apply pigmented sealer from a batch greater than 12 15 months past the initial date of color sample approval of that batch by the Engineer. 16 17 The pigmented sealer color or colors for specific concrete surfaces shall be as specified in 18 the Special Provisions. 19 20 The final appearance shall be even and uniform without blotchiness, streaking or uneven 21 color. Surface finishes deemed unacceptable by the Engineer shall be re-coated in 22 accordance with the manufacturer's recommendations at no additional expense to the 23 Contracting Agency. "� 24 25 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 26 fascia panels, and noise barrier wall panels,the pigmented sealer shall extend to 1 foot below 27 the finish ground line, unless otherwise shown in the Plans. 28 29 6-02.3(16) Plans for Falsework and Formwork 30 Item No. 4 in the seventh paragraph is revised to read: 31 32 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 33 34 Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. 35 36 The following paragraph is inserted after the seventh paragraph: 37 38 Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high 39 (excluding pedestal height) provided: 40 41 1. Concrete placement rate is 4 feet per hour or less. 42 43 2. Facing is 3/a-inch plywood with grades as specified per Section 6-02.3(17)1. 44 45 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 46 47 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's 48 spaced at 24 inches. 49 w +w AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 15 of 111 Revised:8/27/13 dw ii r 1 6-02.3(17)F Bracing 2 In the first paragraph, the phrase "per Section 6-02.3(17)1' is revised to read "in accordance with 3 Section 6-02.3(17)1". 4 5 This section is supplemented with the following new sub-section: 6 7 6-02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge 8 Deck Concrete Placement 9 Prestressed concrete girders shall be braced to resist forces that would cause rotation or 10 torsion in the girders caused by the placing of precast concrete deck panels and concrete for 11 the bridge deck. 12 13 Bracing shall be designed and detailed by the Contractor and shall be shown in the 14 falsework/formwork plans submitted to the Engineer for approval. These braces shall be 15 furnished, installed, and removed by the Contractor at no additional cost to the Contracting 16 Agency. The Contractor may consider the bracing effects of the diaphragms in developing 17 the falsework/formwork plans. The Contractor shall account for the added load from concrete 18 finishing machines and other construction loadings in the design of the bracing. 19 20 Falsework support brackets and braces shall not be welded to structural steel bridge , 21 members or to steel reinforcing bars. 22 23 6-02.3(17)F4 Temporary Bracing for Bridge Girders 24 This section including title is revised to read: 25 26 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection 27 Steel girders shall be braced in accordance with Section 6-03.3(7)A. 28 29 Prestressed concrete girders shall be braced sequentially during girder erection. The bracing 30 shall be designed and detailed by the Contractor and shall be shown in the 31 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall 32 furnish, install, and remove the bracing at no additional cost to the Contracting Agency. 33 34 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent 35 lateral movement or rotation. This bracing shall be placed prior to the release of each girder 36 from the erection equipment. If the bridge is constructed with cast-in-place concrete rt 37 diaphragms, the bracing may be removed once the concrete in the diaphragms has been 38 placed and cured for a minimum of 24 hours. 39 40 6-02.3(17)H Formwork Accessories r 41 The first paragraph is deleted and replaced with the following two new paragraphs: 42 43 Formwork accessories such as form ties,form anchors,form hangers,anchoring inserts, and 44 similar hardware shall be specifically identified in the formwork plans including the name and 45 size of the hardware, manufacturer,safe working load,and factor of safety.The grade of steel 46 shall also be indicated for threaded rods, coil rods, and similar hardware. Wire form ties shall 47 not be used. Welding or clamping formwork accessories to Contract Plan reinforcing steel 48 will not be allowed. Driven types of anchorages for fastening forms or form supports to 49 concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of holes in 50 prestressed girders is not allowed. Will rrr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 16 of 111 Revised:8/27/13 v 110 to 1 2 Taper ties may be used provided the following conditions are met: 3 4 1. The structure is not designed to resist water pressure (pontoons, floating dolphins, 5 detention vaults, etc.) 6 w• 7 2. After the taper tie is removed, plugs designed and intended for plugging taper tie 8 holes shall be installed at each face of concrete. The plug shall be installed a 9 minimum of 1 1/2"clear from the face of concrete. 10 11 3. After the plug is installed,the hole shall be cleaned of all grease, contamination and 12 foreign matter. 13 14 4. Holes on the exposed faces of concrete shall be patched and finished to match the 15 surrounding concrete. 16 17 6-02.3(25)N Prestressed Concrete Girder Erection 18 The third sentence in the fifth paragraph is revised to read: 19 20 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6-02.3(17)F5. 21 22 6-02.3(26)E5 Leak Tightness Testing 23 The first sentence in the first paragraph is revised to read: 24 25 The Contractor shall test each completed duct assembly for leak tightness after placing 26 concrete but prior to placing post tensioning reinforcement. 4W 27 28 The second paragraph is revised to read: 29 wr 30 Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and drains 31 shall either be capped or have their shut-off valves closed. The Contractor shall pressurize 32 the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held 33 for five minutes to allow for internal adjustments within the assembly. After five minutes, the 34 air supply valve shall be closed. The Contractor shall monitor and measure the pressure 35 maintained within the closed assembly, and any subsequent loss of pressure, over a period 36 of one minute following the closure of the air supply valve. The maximum pressure loss for 37 duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum 38 pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. If the 39 pressure loss exceeds the allowable, locations of leakage shall be identified, repaired or 40 reconstructed using methods approved by the Engineer. The repaired system shall then be 41 retested. The cycle of testing, repair and retesting of each completed duct assembly shall 42 continue until the completed duct assembly completes a test with pressure loss within the 43 specified amount. 44 45 6-03.AP6 46 Section 6-03, Steel Structures 47 August 5, 2013 48 6-03.3(7)A Erection Methods 49 The following new paragraph is inserted after the second paragraph: 1W AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 17 of 111 Revised:8/27/13 ar ■r1 1 2 The Contractor may submit for approval the use of an engineered and fabricated lifting 3 bracket bolted to the girder top flanges providing the following requirements are satisfied: 4 5 1. The lifting bracket shall be engineered and supporting calculations shall be 6 submitted with the erection plan; 7 8 2. The calculations shall include critical stresses in the girder including local stresses 9 in the flanges at lifting bracket locations; 10 11 3. The calculations shall include computation of the lifting bracket and associated bolt 12 hole locations and the expected orientation of the girder during picking operation; 13 14 4. The lifting bracket shall be load tested and certified for a load at least 2 times the 15 working load and at all angles it will be used (angle of load or rigging). Certification 16 documentation from a previous project may be submitted for approval; 17 ++ 18 5. Bolt holes in girders added for the lifting bracket connections shall be shown in the 19 shop plans and shall be drilled in the shop. Field drilling of bolt holes for lifting 20 brackets will not be permitted; 21 22 6. Bolt holes in girder top flanges shall be filled with high strength bolts after erection 23 in accordance with Section 6-02.3(17)K. 24 25 The last sentence in the fourth paragraph (after implementing the preceding Amendment) is 26 revised to read: 27 + ► 28 The plan, including lifting bracket working drawings and calculations, shall be prepared by 29 (or under the direct supervision of) a Professional Engineer, licensed under Title 18 RCW, 30 State of Washington, in the branch of Civil or Structural, and shall carry the engineer's seal 31 and signature, in accordance with Section 6-02.3(16). 32 33 6-03.3(13) Fabricating Tension Members 34 Item number 2. is revised to read: 35 36 2. Fabricated from plate stock with the primary rolling direction of the stock parallel to the 37 length of the member, or as shown in the Plans. 38 39 6-03.3(28)A Method of Shop Assembly 40 The first sentence in Item 2.C. is revised to read: r„ 41 42 For Trusses and Girders—After the first stage has been completed,each subsequent stage 43 shall be assembled to include: at least one truss panel or girder shop section of the previous 44 stage and two or more truss panels or girder shop sections added at the advancing end. 45 46 6-03.3(32) Assembling and Bolting 47 The first sentence in the fourth paragraph is revised to read: 48 49 To complete a joint following one of the methods listed above, the Contractor shall fill all 50 remaining holes of the field connection or splice place with bolts and tighten to snug-tight. wr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 18 of 111 Revised:8/27/13 to W 1 as 2 The following two new paragraphs are inserted after the fourth paragraph: 3 4 The Contractor shall complete the joint or connection within ten calendar days of installing 5 the first bolt or within a duration approved by the Engineer. Any bolts inserted in an 6 incomplete connection, either loose or tightened snug-tight, which exceed the specified 7 duration for completing the connection, shall be subject to the following requirements: 8 9 1. Three assemblies for each size and length shall be removed from connection(s) 10 that are to be tensioned. Rotational capacity tests shall be performed on the 11 removed assemblies to demonstrate the assembly has sufficient lubricant to be 12 tensioned satisfactorily. 13 14 2. Five assemblies shall be removed from the connection to establish the inspection 15 torque. 16 VW 17 3. In the case of tension controlled bolts, three assemblies shall be removed and 18 tested in accordance with Section 6-03.3(33)A to verify the minimum specified 19 tension can be achieved prior to shearing of the spline. as 20 21 Assemblies removed for the purpose of rotational capacity testing, determination of the 22 inspection torques, or verification of tension controlled bolt performance shall be replaced 23 with new bolts at no additional expense to the Contracting Agency. To minimize the number "" 24 of removed assemblies, the Contractor may combine rotational capacity testing and 25 inspection torque determination as approved by the Engineer. 26 6-03.3(33) Bolted Connections QW 27 The fourth paragraph is revised to read: 28 29 All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 30 bolts. Unpainted structures require Type 3 bolts. Bolts shall not be galvanized unless 31 specified in the Contract documents. AASHTO M 253 bolts shall not be galvanized and shall 32 not be used in contact with galvanized metal. 33 34 In the tenth paragraph, the first paragraph of Item number 3. is revised to read: 35 36 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method No 37 (Tension Control Bolt Assembly) - Tension control bolt assemblies shall include 38 the bolt, nut, and washer(s) packaged and shipped as a single assembly. Unless 39 otherwise approved by the Engineer, tension control bolt assembly components dw 40 shall not be interchanged for testing or installation and shall comply with all 41 provisions of ASTM F 1852. If approved by the Engineer, the tension control bolt 42 assembly components may be interchanged within the same component lot for 43 girder web splices or other locations where access to both sides of the connection t" 44 is restricted. 45 46 6-03.3(33)A Pre-Erection Testing 47 The following new paragraph is inserted after the fourth paragraph: 48 49 Three twist off-type tension controlled bolt assemblies, per assembly lot, shall be tested in a 50 bolt tension calibrator.The bolts shall first be tensioned to a snug tight condition. Tensioning 51 shall then be completed by tightening the assembly nut in a continuous operation using a w AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 19 of 111 Revised:8/27/13 11111 1 spline drive installation tool until the spline shears from the bolt. The bolt assembly tension 2 shall meet the requirements of Table 1. If any specimen fails, the assembly lot is rejected. 3 4 6-03.3(33)B Bolting Inspection 5 The first paragraph is revised to read: 6 7 The Contractor, in the presence of the Project Engineer, shall inspect the tightened bolt using r 8 a calibrated inspection torque wrench, regardless of bolting method. The Contractor shall 9 supply the inspection torque wrench. Inspection shall be performed within seven calendar 10 days from the completion of each bolted connection or as approved by the Project Engineer. 11 12 6-03.3(36) Setting and Grouting Masonry Plates 13 Item number 2. in the second paragraph is revised to read: 14 15 2. Place steel shims under the masonry plates to position pin centers or bearings to line 16 and grade and in relationship to each other. Steel shims shall be the size and be placed 17 at the locations shown in the Plans; 18 19 6-03.3(39) Swinging the Span 20 The second and third paragraphs are revised to read: wri► 21 22 After the falsework is released (spans swung free), the masonry plates, shoes, and keeper 23 plates are grouted, and before any load is applied, the Contractor (or the Engineer if the 24 Contracting Agency is responsible for surveying) shall survey elevations at the tenth points 25 along the centerline on top of all girders and floorbeams. The Contractor shall calculate the 26 theoretical top of girder or floorbeam flange elevations and compare the calculated elevations 27 to the surveyed elevations. The theoretical pad or haunch depth shown in the Plans shall be 28 increased or decreased by the difference between the theoretical and surveyed top of girder 29 or floorbeam elevations. The soffit (deck formwork) shall be set based on the Plan bridge 30 deck thickness and the adjusted pad or haunch depth. No 31 32 The Contractor shall submit all survey data and calculations to the Engineer for review ten 33 working days prior to placing any load, beyond the maximum five pounds per square foot of 34 form weight allowed, on the Structure. 35 36 6-05.AP6 37 Section 6-05, Piling 38 August 6, 2012 39 6-05.5 Payment 40 The paragraph following the bid item, "Driving St. Pile", per each is revised to read: 41 42 The unit Contract price per each for "Driving (type) Pile ( )" shall be full pay for driving at 43 the pile to the ultimate bearing and/or penetration specified. 44 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 20 of 111 Revised:8/27/13 +rr 1 6-06.AP6 2 Section 6-06, Bridge Railings 3 August 6, 2012 4 6-06.3(2) Metal Railings 5 The third paragraph is revised to read: 6 7 Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacing 8 of the bottom channels or anchorage plates. +rr 9 10 6-07.AP6 11 Section 6-07, Painting 12 August 5, 2013 13 6-07.3(9)A Paint System 14 The first sentence in the second paragraph is revised to read: ` 15 16 All paint coating components of the selected paint system shall be produced by the same 17 manufacturer. 18 19 6-07.3(10)H Paint System 20 The first and second sentences in the second paragraph are revised to read: •. 21 22 All paint coating components of the selected paint system shall be produced by the same 23 manufacturer. 24 25 6-07.3(10)N Field Coating Application Methods 26 The first sentence is revised to read: 27 28 The Contractor shall apply paint materials in accordance with the manufacturer's 29 recommendations by air or airless spray, brush, roller, or any combination of these methods 30 unless otherwise specified. 31 32 The third sentence is revised to read: 33 34 The Contractor shall use brushes to apply the stripe coat, to ensure complete coverage 35 around structural geometric irregularities, and to push the paint into gaps between existing 36 steel surfaces and around rivets and bolts. 37 38 6-07.3(10)0 Applying Field Coatings 39 The first sentence in the sixth paragraph is revised to read: 40 41 All steel surfaces cleaned to bare metal by abrasive blast cleaning shall receive the primer 42 coat within the same working day as the cleaning to bare metal and before any rust begins 43 to form. 44 45 6-07.5 Payment 46 The third paragraph is revised to read: rr 47 .r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 21 of 111 Revised:8/27/13 do 1 The lump sum Contract price for "Cleaning and Painting - " shall be full pay for the 2 Work as specified, including developing all submittals, arranging for and accommodating 3 contact and on-site attendance by the paint manufacturer's technical representative, 4 furnishing and placing all necessary staging and rigging, furnishing, operating and mooring 5 barges, furnishing and operating fixed and movable work platforms, accommodating 6 Contracting Agency inspection access, conducting the Contractor's quality control inspection 7 program, providing material, labor, tools, and equipment, furnishing containers for 8 containment waste, collecting and storing containment waste, collecting, storing, testing, and 9 disposing of all containment waste not conforming to the definition in Section 6-07.3(10)F, 10 performing all cleaning and preparation of surfaces to be painted, applying all coats of paint ; 11 and sealant, correcting coating deficiencies, completing coating repairs, and completing 12 project site cleanup. 13 14 The first sentence in the fourth paragraph is revised to read: 15 16 Progress payments for"Cleaning and Painting - if will be made on a monthly basis and 17 will be based on the percentage of the total estimated area satisfactorily cleaned and coated O 18 as determined by the Project Engineer. 19 20 6-10.AP6 21 Section 6-10, Concrete Barrier 22 August 5, 2013 23 6-10.3 Construction Requirements "'r 24 This section is supplemented with the following: 25 26 Steel welded wire reinforcement deformed, conforming to Section 9-07.7, may be substituted 27 in concrete barrier in place of deformed steel bars conforming to Section 9-07.2, subject to 28 the following conditions: 29 30 1. Steel welded wire reinforcement spacing shall be the same as the deformed steel 31 bar spacing as shown in the Standard Plans. 32 33 2. The minimum cross sectional area for steel welded wire reinforcement shall be no 34 less than 86 percent of the cross sectional area for the deformed steel bars being 35 substituted. 36 37 3. Development lengths and splice lengths shall conform to requirements specified in 38 the AASHTO LRFD Bridge Design Specifications, current edition. 39 40 6-10.3(6) Placing Concrete Barriers 41 The first and second sentences in the first paragraph are revised to read: 42 43 Precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall rest 44 on a paved foundation shaped to a uniform grade and section. The foundation surface for 45 precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall 46 meet this test for uniformity: 47 48 6-10.5 Payment 49 In the second paragraph, the bid item "Conc. Class 4000" is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 22 of 111 Revised:8/27113 so wi 1 2 "Conc. Class 4000_" 3 4 6-12.AP6 5 Section 6-12, Noise Barrier Walls 6 August 6, 2012 7 6-12.3(3) Shaft Construction 8 The third sentence in the fifth paragraph is revised to read: 9 10 When efforts to advance past the obstruction to the design shaft tip elevation result in the 11 rate of advance of the shaft drilling equipment being significantly reduced relative to the rate r 12 of advance for the rest of the shaft excavation, then the Contractor shall remove the 13 obstruction under the provisions of Section 6-12.5. 14 15 6-12.3(6) Precast Concrete Panel Fabrication and Erection 16 The second sentence in item number 3 is deleted. 17 18 6-12.5 Payment 19 This section is supplemented with the following: 20 21 "Removing Noise Barrier Wall Shaft Obstructions", estimated. 22 23 Payment for removing obstructions, as defined in Section 6-12.3(3), will be made for the 24 changes in shaft construction methods necessary to remove the obstruction. The Contractor 25 and the Engineer shall evaluate the effort made and reach agreement on the equipment and 26 employees utilized, and the number of hours involved for each. Once these cost items and 27 their duration have been agreed upon,the payment amount will be determined using the rate 28 and markup methods specified in Section 1-09.6. For the purpose of providing a common « 29 proposal for all bidders, the Contracting Agency has entered an amount for the item 30 "Removing Noise Barrier Wall Shaft Obstructions" in the bid proposal to become a part of the 31 total bid by the Contractor. 32 33 If the shaft construction equipment is idled as a result of the obstruction removal work and 34 cannot be reasonably reassigned within the project, then standby payment for the idled 35 equipment will be added to the payment calculations. If labor is idled as a result of the 36 obstruction removal work and cannot be reasonably reassigned within the project, then all 37 labor costs resulting from Contractor labor agreements and established Contractor policies 38 will be added to the payment calculations. 39 40 The Contractor shall perform the amount of obstruction work estimated by the Contracting 41 Agency within the original time of the contract. The Engineer will consider a time adjustment W 42 and additional compensation for costs related to the extended duration of the shaft 43 construction operations, provided: 44 to 45 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 46 47 2. the Contractor shows that the obstruction removal work represents a delay to the 48 completion of the project based on the current progress schedule provided in to 49 accordance with Section 1-08.3. rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 23 of 111 Revised:8127/13 2 6-13.AP6 3 Section 6-13, Structural Earth Walls 4 April 1, 2013 " 5 6-13.2 Materials 6 In the first paragraph,the following item is inserted after the item"Aggregates for Portland Cement 7 Concrete": 8 9 Gravel Borrow for Structural Earth Walls 9-03.14(4) , 10 11 6-13.4 Measurement 12 In the second paragraph, "Backfill" is revised to read "Gravel borrow". 13 14 6-13.5 Payment 15 In this section, the bid item "Backfill for Structural Earth Wall Incl. Haul' is revised to read: 16 17 "Gravel Borrow for Structural Earth Wall incl. Haul'. 18 19 6-14.AP6 err 20 Section 6-14, Geosynthetic Retaining Walls 21 April 1, 2013 22 6-14.2 Materials 23 The first paragraph is revised to read: 24 25 Materials shall meet the requirements of the following sections: 26 27 Portland Cement 9-01 28 Aggregates for Portland Cement Concrete 9-03.1 29 Sand 9-03.13(1) 30 Gravel Borrow for Structural Earth Wall 9-03.14(4) 31 Polyurethane Sealant 9-04.2(3) 32 Closed Cell Foam Backer Rod 9-04.2(3)A 33 Anchor Rods and Associated Nuts, Washers, and Couplers 9-06.5(1) 34 Reinforcing Steel 9-07 35 Wire Mesh for Concrete Reinforcement 9-07.7 36 Grout 9-20.3(4) 37 Construction Geosynthetic 9-33 38 39 6-14.4 Measurement 40 In the second paragraph, "geosynthetic retaining wall backfill" is revised to read "structural earth 41 wall backfill'. 42 43 6-14.5 Payment 44 In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul'. Is revised to 45 read: 46 47 "Gravel Borrow for Structural Earth Wall incl. Haul' 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 24 of 111 Revised:8/27/13 1 6-15.AP6 2 Section 6-15, Soil Nail Walls w. 3 January 2, 2012 4 6-15.2 Materials 5 The referenced section for the following item is revised to read: 6 7 Grout 9-20.3(4) 8 ww 9 6-15.3(3) Submittals 10 Item f beneath item number 3 is revised to read: 11 A, 12 f. Mix design and procedures for placing the grout. 13 14 6-15.3(6) Soil Nailing 15 This section is supplemented with the following: a" 16 17 The Contractor shall make and cure grout cubes once per day in accordance with WSDOT 18 Test Method T 813. These samples shall be retained by the Contractor until all associated 19 verification and proof testing of the soil nails has been successfully completed. If the 20 Contractor elects to test the grout cubes for compressive strength,testing shall be conducted 21 by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO „ 22 T106. 23 24 6-16.AP6 dw 25 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 26 January 2, 2012 27 6-16.3(3) Shaft Excavation 28 The third sentence in the seventh paragraph is revised to read: 29 30 When efforts to advance past the obstruction to the design shaft tip elevation result in the W 31 rate of advance of the shaft drilling equipment being significantly reduced relative to the rate 32 of advance for the rest of the shaft excavation, then the Contractor shall remove the 33 obstruction under the provisions of Section 6-16.5. 34 35 6-16.5 Payment 36 This section is supplemented with the following: 37 38 "Removing Soldier Pile Shaft Obstructions", estimated. 39 40 Payment for removing obstructions, as defined in Section 6-16.3(3), will be made for the +�+ 41 changes in shaft construction methods necessary to remove the obstruction. The Contractor 42 and the Engineer shall evaluate the effort made and reach agreement on the equipment and 43 employees utilized, and the number of hours involved for each. Once these cost items and 44 their duration have been agreed upon,the payment amount will be determined using the rate 45 and markup methods specified in Section 1-09.6. For the purpose of providing a common 46 proposal for all bidders, the Contracting Agency has entered an amount for the item 47 "Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total 48 bid by the Contractor. r. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 25 of 111 Revised:8/27113 rr 1 2 If the shaft construction equipment is idled as a result of the obstruction removal work and 3 cannot be reasonably reassigned within the project, then standby payment for the idled 4 equipment will be added to the payment calculations. If labor is idled as a result of the 5 obstruction removal work and cannot be reasonably reassigned within the project, then all 6 labor costs resulting from Contractor labor agreements and established Contractor policies 7 will be added to the payment calculations. .r 8 9 The Contractor shall perform the amount of obstruction work estimated by the Contracting 10 Agency within the original time of the contract. The Engineer will consider a time adjustment 11 and additional compensation for costs related to the extended duration of the shaft 12 construction operations, provided: 13 14 1. the dollar amount estimated by the Contracting Agency has been exceeded, and; 15 16 2. the Contractor shows that the obstruction removal work represents a delay to the 17 completion of the project based on the current progress schedule provided in 18 accordance with Section 1-08.3. 19 20 6-17.AP6 21 Section 6-17, Permanent Ground Anchors 22 August 6, 2012 23 6-17.3(3) Submittals 24 The first sentence in the sixth paragraph is revised to read: 25 26 The Contractor shall submit the mix design for the grout conforming to Section 9-20.3(4) and 27 the procedures for placing the grout to the Engineer for approval. 28 29 6-17.3(7) Installing Permanent Ground Anchors 30 The following new paragraph is inserted after the sixth paragraph: 31 32 The Contractor shall make and cure grout cubes once per day in accordance with WSDOT 33 Test Method T 813. These samples shall be retained by the Contractor until all associated 34 verification, performance and proof testing of the permanent ground anchors has been 35 successfully completed. If the Contractor elects to test the grout cubes for compressive 36 strength,testing shall be conducted by an independent laboratory and shall be in accordance 37 with the WSDOT FOP for AASHTO T106. 38 39 6-17.3(9) Permanent Ground Anchor Acceptance Criteria 40 The fourth paragraph is deleted. 41 42 6-19.AP6 43 Section 6-19, Shafts 44 August 5, 2013 45 6-19.3(2) Submittal 46 This section including title is revised to read: 47 rri AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 26 of 111 Revised:8/27/13 rr r■ 1 Shaft Construction Submittals 2 The shaft construction submittal shall be comprised of the following three components: 3 construction experience; shaft installation narrative; and shaft slurry technical assistance. 4 The submittal shall be submitted in a PDF format to the Project Engineer a minimum of 30 5 calendar days prior to the start of the Work. 6 7 6-19.3(2)A Construction Experience Submittal 8 This section's title is revised to read: 9 10 Construction Experience 11 12 The first sentence in the first paragraph is revised to read: 13 14 The Contractor shall submit a project reference list to the Project Engineer for verifying the 15 successful completion by the Contractor of at least three separate foundation projects with 16 shafts of diameters and depths similar to or larger than those shown in the Plans, and ground �► 17 conditions similar to those identified in the Contract. 18 19 The first sentence in the second paragraph is revised to read: 20 21 The Contractor shall submit a list identifying the on-site supervisors and drill rig operators 22 potentially assigned to the project to the Project Engineer. 23 24 The first and second sentences in the last paragraph are deleted. 25 26 6-19.3(2)B Shaft Installation Narrative Submittal 27 This section's title is revised to read: 28 29 Shaft Installation Narrative .. 30 31 The first sentence in the first paragraph is revised to read: 32 33 The Contractor shall submit a shaft installation narrative to the Engineer. 34 35 Item number 4. (except the table) is revised to read: 36 37 4. A slurry mix design, including all additives and their specific purpose in the slurry mix, 38 with a discussion of its suitability to the anticipated subsurface conditions shall be 39 submitted and include the procedures for mixing, using, and maintaining the slurry. A 40 detailed plan for quality control of the selected slurry, including tests to be performed, 41 test methods to be used, and minimum and/or maximum property requirements which 42 must be met to ensure the slurry functions as intended, considering the anticipated 43 subsurface conditions and shaft construction methods, in accordance with the slurry 44 manufacturer's recommendations and these Special Provisions shall be included. As a 45 minimum, the slurry quality control plan shall include the following tests: 46 47 Item number 9. is revised to read (except the lettered items): 48 49 9. Reinforcing steel shop drawings with details of reinforcement placement, including r 50 bracing, centering, and lifting methods, and the method to ensure the reinforcing cage 51 position is maintained during construction, including use of bar boots and/or rebar cage rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 27 of 111 Revised:8/27/13 1 base plates, and including placement of rock backf ill below the bottom of shaft elevation, 2 provided the conditions of Section 6-19.3(5)D are satisfied. 3 4 The reinforcing steel shop drawings and shaft installation narrative shall include, at a 5 minimum: 6 7 The paragraph following item number 9 n is deleted. rrr 8 9 The first sentence in the paragraph following item number 9 n.. (after implementing the preceding 10 Amendment) is revised to read: 11 12 The Engineer will evaluate the shaft installation narrative for conformance with the Plans, 13 Specifications, and Special Provisions, within the review time specified. 14 15 6-19.3(2)C Shaft Slurry Technical Assistance Submittal 16 This section's title is revised to read: 17 + 18 Shaft Slurry Technical Assistance 19 20 The second sentence in the first paragraph (except for the numbered items) is revised to read: 21 22 The Contractor shall submit the following to the Engineer: 23 24 6-19.3(4)B Minimum Level of Slurry in the Excavation 25 This section is revised to read: 26 27 When slurry is used in a shaft excavation the following is required: as 28 29 1. The height of the slurry shall be as required to provide and maintain a stable hole 30 to prevent bottom heave, caving, or sloughing of all unstable zones. dr 31 32 2. The Contractor shall provide casing, or other means, as necessary to meet these 33 requirements. 34 35 3. The slurry level in the shaft while excavating shall be maintained above the 36 groundwater level the greater of the following dimensions: 37 38 a. Not less than 5 feet for mineral slurries. 39 40 b. Not less than 10 feet for water slurries. riw 41 42 c. Not less than 10 feet for synthetic slurries. 43 44 4. The slurry level in the shaft throughout all stops as specified in Section 6-19.3(3)A 45 and during concrete placement as specified in Section 6-19.3(7) shall be no lower 46 than the water level elevation outside the shaft. 47 48 6-19.3(4)F Slurry Disposal 49 This section including title is revised to read: 50 rrrf AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 28 of 111 Revised:8/27/13 wr 1 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 2 The Contractor shall dispose of the slurry and slurry-contacted spoils as specified in the shaft 3 installation narrative in accordance with Section 6-19.3(2)B, item 8, and in accordance with 4 the following requirements: 5 6 1. Water slurry with no additives may be infiltrated to an upland area within the err 7 confines of the Contracting Agency Right of Way for the project. Infiltration is 8 allowed provided the ground-line at the disposal site is at least 5 feet above the 9 current water table, and that disposal operations conform to the temporary erosion 10 and sedimentation control (TESC) requirements established for this project. For the 11 purposes of water slurry disposal, upland is defined as an area that has no chance 12 of discharging directly to waters of the State, including wetlands or conveyances 13 that indirectly lead to wetlands or waters of the State. Spoils in contact with this 14 slurry may be disposed of as clean fill. 15 16 2. Synthetic slurry and water slurry with polymer-based additives shall be contained 17 and disposed of by the Contractor at an approved facility. The Contractor shall 18 acquire all permits or approvals necessary for disposal of the slurry and shall 19 provide copies to the Engineer. Spoils in contact with synthetic slurry or water slurry „ 20 with polymer-based additives shall be disposed of in accordance with Section 2- 21 03.3(7)C. With approval of the Engineer, the Contractor may re-use these spoils 22 on-site. 23 24 3. Mineral slurry may be infiltrated to a temporary sediment trap located in an upland 25 area within the confines of the Contracting Agency Right of Way for the project. 26 Infiltration is allowed provided the ground-line at the disposal site is at least 5 feet • 27 above the current water table, and that disposal operations conform to the 28 temporary erosion and sedimentation control (TESC) requirements established for 29 this project. For the purposes of mineral slurry disposal, upland is defined as an 30 area that has no chance of discharging directly to waters of the State, including 31 wetlands or conveyances that indirectly lead to wetlands or waters of the State. 32 Spoils in contact with mineral slurry shall be disposed of in accordance with Section 33 2-03.3(7)C. With approval of the Engineer, the Contractor may re-use these spoils 34 on-site. 35 36 7-02.AP7 37 Section 7-02, Culverts 38 August 6, 2012 39 7-02.2 Materials 40 Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 41 rr 42 3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 43 36 inch to 60 inch diameters approved for Schedule A only. 44 45 7-02.5 46 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot is 47 revised to read: 48 rrr 49 "St. Rib Reinf Polyethylene Culy. Pipe In. Diam.", per linear foot AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 29 of 111 Revised:8/27/13 rr X11 1 � 2 7-03.AP7 3 Section 7-03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass lei 4 August 6, 2012 5 7-03.3(1) Foundations, General 6 This section is supplemented with the following: + 7 8 When aluminum pipe or pipe arch is in contact with cement concrete,two coats of paint shall 9 be applied in accordance with Section 7-08.3(2)D. r,r 10 11 7-03.3(5) Headwalls 12 This section is supplemented with the following: 13 14 When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall 15 be applied in accordance with Section 7-08.3(2)D. 16 17 7-04.AP7 18 Section 7-04, Storm Sewers 19 August 6, 2012 rr 20 7-04.3(1)B Exfiltration Test—Storm Sewers 21 The fifth column title "PE 41, is revised to read "PP4" from the table titled, "Storm Sewer Pipe 22 Schedules". 23 24 Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: 25 26 4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 27 inch to 60 inch diameters approved for Schedule A only. 28 29 7-04.5 30 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per linear 31 foot is revised to read: 32 33 "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 34 35 7-05.AP7 36 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 37 April 2, 2012 38 7-05.3 Construction Requirements 39 The third paragraph is supplemented with the following: 40 41 Leveling and adjustment devices that do not modify the structural integrity of the metal frame, 42 grate or cover, and do not void the originating foundry's compliance to these specifications 43 and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. 44 Leveling and adjusting devices that interfere with the backfilling, backf ill density, grouting and 45 asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be 46 completely removed when specified by the Project Engineer. 47 r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 30 of 111 Revised:8127/13 1 irr I 7-08.AP7 2 Section 7-08, General Pipe Installation Requirements 3 August 6, 2012 4 7-08.3(2)D Pipe Laying —Steel or Aluminum 5 The following new sentence is inserted after the first sentence in the second paragraph: ' 6 7 The paint shall cover all the surface in contact with the concrete and extend one inch beyond 8 the point of contact. 9 10 7-09.AP7 11 Section 7-09, Water Mains 12 August 6, 2012 13 7-09.3(19)A Connections to Existing Mains 14 In the second paragraph, "Special Conditions" is revised to read "Special Provisions". 15 16 8-01.AP8 17 Section 8-01, Erosion Control and Water Pollution Control 18 August 5, 2013 19 8-01.2 Materials •w 20 The first paragraph is revised to read: 21 22 Materials shall meet the requirements of the following sections: 23 24 Corrugated Polyethylene Drain Pipe 9-05.1(6) 25 Quarry Spalls 9-13 26 Seed 9-14.2 27 Fertilizer 9-14.3 28 Mulch and Amendments 9-14.4 29 Tackifiers 9-14.4(7) 30 Erosion Control Devices 9-14.5 31 High Visibility Fence 9-14.5 32 Construction Geotextile 9-33 33 34 8-01.3(1) General 35 The last two sentences in the first paragraph are deleted. 36 37 In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing". 38 39 8-01.3(2)D Mulching 40 The following two new paragraphs are inserted after the fourth paragraph: 41 42 Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may 43 be applied in one lift. 44 45 Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of 3500 46 pounds per acre with no more than 2000 pounds applied in any single lift. 47 arr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 31 of 111 Revised:8127/13 �r i1 1 8-01.3(2)E Soil Binders and Tacking Agents 44 2 This section including title is revised to read: 3 4 8-01.3(2)E Tackifiers am 5 Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform 6 application.This tracer shall not be harmful to plant, aquatic, or animal life.A minimum of 125 7 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used 8 as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's 9 recommendations. 10 11 Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil 12 completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be 13 applied at a rate of not more than % pound per 1,000 gallons of water per acre. A minimum 14 of 200 pounds per acre of Short-Term Mulch shall be applied with the dissolved PAM. Dry 15 powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer 16 spreader or a tractor-mounted spreader. 17 61 18 PAM shall be applied only to areas that drain to completed sedimentation control BMPs in 19 accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48- 20 hour period. at 21 22 PAM shall not be applied during rainfall or to saturated soils 23 24 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 25 In the first paragraph, "Engineer" is revised to read "Project Engineer". 26 27 Note 1 of the table in the first paragraph is revised to read: 28 29 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 30 accomplished during the fall period listed above 31 32 The third paragraph is deleted. 33 34 8-01.3(3) Placing Erosion Control Blanket ' 35 This section including title is revised to read: 36 37 8-01.3(3) Placing Biodegradable Erosion Control Blanket 38 Biodegradable Erosion Control Blankets are used as an erosion prevention device and to 39 enhance the establishment of vegetation. Erosion control blankets shall be installed 40 according to the manufacturer's recommendations. 41 42 Seeding and fertilizing shall be done prior to blanket installation. 43 44 Select erosion control blanket material for an area based on the intended function: slope or 45 ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow 46 exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed 47 the manufacturer's recommendations. 48 49 8-01.3(4) Placing Compost Blanket 50 This section is revised to read: loci fit AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 32 of 111 Revised:8/27/13 rr 1 2 Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall 3 be placed prior to seeding or other planting. An organic tackifier shall be placed over the 4 entire composted area when dry or windy conditions are present or expected before the final 5 application of mulch or erosion control blanket. The tackifier shall be applied immediately 6 after the application of compost to prevent compost from leaving the composted area. 7 8 Compost shall be Medium Compost. 9 10 8-01.3(5) Placing Plastic Covering 11 This section including title is revised to read: 12 13 Plastic Covering 14 Erosion Control - Plastic coverings used to temporarily cover stock piled materials, 15 slopes or bare soils shall be installed and maintained in a way that prevents water from 16 intruding under the plastic and prevents the plastic cover from blowing open in the wind. 17 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a 18 minimum of 6 mils thick. 19 20 Containment - Plastic coverings used to line concrete washout areas, contain 21 wastewaters, or used in secondary containment to prevent spills, shall be seamless to 22 prevent infiltration and be a minimum of 10 mils thick. 23 24 Vegetation Management - Plastic covering placed over areas that have been seeded 25 shall be clear and where vegetative growth is to inhibited it shall be black and be a 26 minimum of 4 mils thick. 27 28 8-01.3(6) Check Dams 29 This section is revised to read: 30 31 Check dams are used as an erosion and sediment control device in channels or conveyance 32 areas. Check dams shall be installed as soon as construction will allow, or when designated aw 33 by the Project Engineer.The Contractor may substitute a different check dam material, in lieu 34 of what is specified in the contract, with approval of the Project Engineer. Check dam 35 materials shall meet the requirements in Section 9-14.5(4). Straw bales shall not be used as 36 check dams. The check dam is a temporary or permanent structure, built across a minor 37 channel placed perpendicular to the flow of water. Water shall not flow freely through the 38 check dam structure. Check dams shall be constructed in a manner that creates a ponding 39 area upstream of the dam to allow pollutants to settle, with water from increased flows 40 channeled over a spillway in the check dam. The check dam shall be constructed to prevent 41 erosion in the area below the spillway. The outer edges shall extend up the sides of the 42 conveyance to prevent water from going around the check dam. Check dams shall be of 43 sufficient height to maximize detention, without causing water to leave the ditch. 44 45 Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall 46 be installed as shown in the Standard Plans. 47 48 When wattles,coir logs, and compost socks are used as check dams they shall be measured 49 and paid as check dam in accordance with Section 8-01.4 and 8-01.5. +w 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 33 of 111 Revised:8/27/13 w illlt 1 8-01.3(6)A Geotextile-Encased Check Dam 2 This sections content including title is deleted. 3 4 8-01.3(6)B Quarry Spall Check Dam 5 This sections content including title is deleted. 6 7 8-01.3(6)C Sandbag Check Dam 8 This sections content including title is deleted. 9 10 8-01.3(6)D Wattle Check Dam 11 This sections content including title is deleted. 12 13 8-01.3(6)E Coir Log 14 This section including title and section number is revised to read: 15 16 8-01.3(6)A Coir Log 17 Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall 18 be laid out, spaced, staked and installed in accordance with the Standard Plans. 19 20 Live stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a Yirr 21 replacement for, wooden stakes. 22 23 8-01.3(7) Stabilized Construction Entrance 24 The first paragraph is revised to read: 25 26 Temporary stabilized construction entrance shall be constructed in accordance with the 27 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All 28 quarry spall material used for stabilized construction entrance shall be free of extraneous 29 materials that may cause or contribute to track out. 30 31 8-01.3(9)A Silt Fence 32 This section and all sub-sections including title is revised to read: 33 34 8-01.3(9)A Fencing 35 8-01.3(9)Ai High Visibility Fencing 36 High visibility fencing (HVF) shall be orange in color and installed along the site 37 preservation lines shown in the Plans or as specified by the Engineer. Post spacing and 38 attachment of the fencing material to the posts shall be as shown in the Standard Plans 39 and in accordance with Section 9-14.5(8). The HVF shall not be fastened to trees. 40 41 8-01.3(9)A2 Silt Fence 42 Silt fence shall be black in color and used as a sediment control device to prevent 43 sediment laden water from leaving project boundaries, to manage stormwater within the 44 site, or to create small detention areas. Silt fence shall be installed at locations shown 45 in the Plans. The geotextile shall be securely attached to the posts and support system. 46 Post spacing and attachments shall be as shown in Standard Plans. 47 48 Geotextile material shall meet the requirements of Section 9-33.2(1), Table 6 and be 49 sewn together at the point of manufacture, or at a location approved by the Engineer, to AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 34 of 111 Revised:8/27/13 am 1 form geotextile lengths as required. All sewn seams and overlaps shall be located at a 2 support post. 3 4 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 11/4 5 by 11/4 inches by the minimum length shown in the Plans. 6 rr 7 When sediment deposits reach approximately 1/3 the height of the silt fence,the deposits 8 shall be removed and stabilized in accordance with Section 8-01.3(15). 9 10 If trenching is not feasible due to rocky soils or not advisable due to proximity to a 11 downslope sensitive area, a different sediment control device that does not require 12 trenching shall be used in place of silt fence. 13 14 Silt Fence with Backup Support 15 Where backup support is needed for silt fence in areas where extra strength may be 16 required, such as the toe of steep cut or fill slopes or areas where equipment may push e 17 excessive soils toward the fence. When backup support is used, wire shall have a 18 maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to 19 ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh 20 shall be equivalent to or greater than as required in Section 9-33.2(1), Table 6, for 21 unsupported geotextile(i.e., 180 lbs.grab tensile strength in the machine direction). Post 22 spacing and attachments shall be as shown in Standard Plans. 23 24 8-01.3(9)A3 High Visibility Silt Fence 25 High visibility silt fence (HVSF) shall be orange in color and only be used for the dual 26 purpose of demarcating site preservation lines and a sediment control device in a 27 location where high visibility mesh fence and black silt fence would otherwise be used 28 together at same location. If use of HVSF is allowed the geotextile material shall meet 29 the material requirements of Section 9-33.2(1), Table 6. Post spacing and attachments 30 shall be as shown in Standard Plans. 31 32 High Visibility Silt Fence with Backup Support 33 Where backup support is needed for high visibility silt fence (HVSF) in areas where extra 34 strength may be required, such as the toe of steep cut or fill slopes or areas where 35 equipment may push excessive soils toward the sensitive or protected areas. When 36 backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the 37 plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports.The 38 strength of the wire or plastic mesh shall be equivalent to or greater than as required in 39 Section 9-33.2(1),Table 6,for unsupported geotextile (i.e., 180 lbs. grab tensile strength 40 in the machine direction). Post spacing shall be as shown in Standard Plans. 41 42 When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches 43 whichever is lower, the deposits shall be removed and stabilized in accordance with 44 Section 8-01.3(15). 45 46 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 47 The first paragraph is revised to read: 48 49 Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum 50 of 1 foot in height and shall be maintained at this height for the entire time they are in use. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 35 of 111 Revised:8127/13 rrM 1 Rock material used for filter berms shall meet the grading requirements in Section 9-03.9(2), 2 but shall not include any recycled materials as outlined in Section 9-03.21. 3 4 The last sentence in the third paragraph is revised to read: ' 5 6 Compost shall be Medium Compost. 7 8 8-01.3(9)C Straw Bale Barrier 9 This section including title is revised to read: 10 11 8-01.3(9)C Vacant 12 13 8-01.3(10) Wattles 14 This section is revised to read: 15 16 Wattles are used as a flow control and sediment control device. Wattles shall be installed as 17 soon as construction will allow or when designated by the Engineer. Wattle installation and 18 trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost 19 placement. Excavated material from trenching shall be spread evenly along the uphill slope 20 and be compacted using hand tamping or other method approved by the Engineer. On 21 gradually sloped or clay-type soils trenches shall be 2 to 3 inches deep. On loose soils, in 22 high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the 23 thickness of the wattle, whichever is greater. 24 25 Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live 26 stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a 27 replacement for, wooden stakes. If trenching and staking is not possible due to rocky soils, 28 compost socks shall be used instead of wattles. 29 30 The Contractor shall exercise care when installing wattles to ensure the method of installation 31 minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 32 33 8-01.3(11) Vacant 34 This section including title is revised to read: 35 36 8-01.3(11) Outlet Protection 37 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other 38 conveyances. All quarry spall material used for outlet protection shall be free of extraneous 39 material and meet the gradation requirements in Section 9-13.6. 40 r 41 8-01.3(12) Compost Socks 42 This section is revised to read: 43 44 Compost socks are used as a flow control and sediment control device. Compost socks shall 45 be installed as soon as construction will allow or when designated by the Project Engineer. 46 Compost socks shall be installed prior to any mulching or compost placement. Compost 47 socks shall be laced together end-to-end with coir rope or ends shall be securely overlapped 48 to create a continuous length. Terminal ends of the continuous length shall be curved 2 to 4 49 feet upward into the slope to prevent concentrated flows from going around the terminal ends. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 36 of 111 Revised:8/27/13 Ift to 1 Finished grades shall be of a natural appearance with smooth transitions. Compost for 2 compost socks shall be Medium Compost. 3 im 4 Compost sock shall be laid out, spaced and staked in accordance with the Standard Plans. 5 Live stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a 6 replacement for, wooden stakes. If staking is not possible or if the compost sock is being to 7 used on concrete, heavy blocks or an equivalent item shall be used to weigh down and 8 secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the 9 Standard Plans. 10 11 The Contractor shall exercise care when installing compost socks to ensure that the method 12 of installation minimizes disturbance of waterways and prevents sediment or pollutant 13 discharge into water bodies. Stakes shall be removed to minimize soil disturbance. 14 15 8-01.3(13) Temporary Curb 16 This section is revised to read: 17 18 Temporary curbs shall divert or redirect water around erodible soils. 19 20 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto 21 -erodible slopes. Water shall be directed to areas where erosion can be controlled. The 22 temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 23 24 8-01.3(16) Removal 25 The first sentence in the first paragraph is revised to read: 26 27 When the Project Engineer determines that an erosion control BMP is no longer required, 28 the Contractor shall remove the BMP and all associated hardware from the project limits. 29 30 The first and second sentences in the second paragraph are revised to read: 31 32 The Contractor shall remove BMPs and associated hardware in a way that minimizes soil 33 disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after 34 removal of BMP's. 35 36 8-01.4 Measurement 37 The third paragraph is revised to read: 38 39 Check dams will be measured per linear foot one time only along the completed check dam. 40 No additional measurement will be made for check dams that are required to be rehabilitated 41 or replaced due to wear. 42 43 The ninth paragraph is deleted. 44 45 The twelfth paragraph (after the preceding amendment is applied) is revised to read: 46 47 Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by 48 ground slope measurement or through the use of design data 49 50 The fifteenth paragraph (after the preceding amendment is applied) is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 37 of 111 Revised:8/27/13 Sy 1 2 Fencing will be measured by the linear foot along the ground line of the completed fence. 3 4 This section is supplemented with the following: 5 6 Outlet Protection will be measured per each initial installation at an outlet location. 7 r 8 8-01.5 Payment 9 The paragraph following the bid item, "Plastic Covering", per square yard is revised to read: 10 11 The unit Contract price per square yard for"Plastic Covering"shall be full payment to perform 12 the Work as specified in Section 8-01.3(5) and as shown in the Plans, including removal and 13 disposal at an approved disposal site. 14 15 The bid item "Straw Bale", per each is deleted. 16 17 The bid item "_Erosion Control Blanket", per square yard is deleted. 18 19 The bid item "Soil Binder or Tacking Agent", per acre is deleted. 20 ; 21 This section is supplemented with the following: 22 23 "Outlet Protection", per each. 24 The unit Contract price per each for "Outlet Protection" shall be full payment for all costs 25 incurred to complete the Work. 26 27 "Tackifier", per acre. 28 The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to 29 complete the Work. 30 31 "Biodegradable Erosion Control Blanket", per square yard. 32 The unit Contract price per square yard for"Biodegradable Erosion Control Blanket"shall be 33 full pay for all costs to complete the specified Work. 34 35 "High Visibility Silt Fence", per linear foot. 36 37 8-02.AP8 + 38 Section 8-02, Roadside Restoration 39 August 5, 2013 40 In this section, "psiPE" is revised to read "PSIPE". 41 42 8-02.3(2) Roadside Work Plan 43 The first sentence in the second paragraph is revised to read: 44 45 The Roadside Work Plan shall also include a copy of the approved progress schedule. 46 47 The sub paragraph titled "Progress Schedule" is deleted. 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 38 of 111 Revised:8/27/13 .r► rr 1 8-02.3(4)C Topsoil Type C 2 In this section, "9-14.1(2)" is revised to read "9-14.1(3)". 3 4 8-02.3(8) Planting 5 Item number 1 in the second paragraph is revised to read: 6 7 1. Non-Irrigated Plant Material 8 West of the summit of the Cascade Range - October 1 to March 1. 9 East of the summit of the Cascade Range - October 1 to November 15. 10 11 8-02.4 Measurement 12 The first sentence is revised to read: AW 13 14 Topsoil, mulch and soil amendments will be measured by the acre along the grade and slope 15 of the area covered immediately after application. 16 "" 17 The seventh sentence is revised to read: 18 19 Compost will be measured by the acre along the grade and slope of the area covered err 20 immediately after application. 21 22 8-02.5 Payment 23 The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to read: 24 25 "Topsoil Type ", per acre. 26 27 The unit contract price per acre for "Topsoil Type " shall be full pay for providing the 28 source of material for topsoil Type A and C, for pre-excavation weed control, excavating, 29 loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or 30 windrows, and removal, placing, spreading, processing, cultivating, and compacting topsoil 31 Type A, Type B, and Type C. 32 33 The bid item "Fine Compost", per cubic yard is revised to read: 34 35 "Fine Compost", per acre. 36 37 The bid item "Medium Compost", per cubic yard is revised to read: 38 39 "Medium Compost", per acre. .. 40 41 The bid item "Coarse Compost", per cubic yard and following paragraph are revised to read: 42 AN 43 "Coarse Compost", per acre. 44 45 The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or "Coarse 46 Compost"shall be full pay for furnishing and spreading the compost onto the existing soil. 47 48 The bid item "Soil Amendment", per cubic yard and following paragraph are revised to read: 49 50 "Soil Amendment", per acre. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 39 of 111 Revised:8/27/13 +rr 1 2 The unit Contract price per acre for "Soil Amendment' shall be full pay for furnishing and 3 incorporating the mulch onto the existing soil. 4 5 The bid item "Bark or Wood Chip Mulch", per cubic yard and following paragraph are revised to 6 read: 7 8 "Bark or Wood Chip Mulch", per acre. 9 10 The unit Contract price per acre for"Bark or Wood Chip Mulch"shall be full pay for furnishing 11 and spreading the mulch onto the existing soil. 12 13 8-03.AP8 14 Section 8-03, Irrigation Systems 15 April 2, 2012 16 8-03.3(7) Flushing and Testing 17 The fifth paragraph is deleted. 18 19 8-04.AP8 r 20 Section 8-04, Curbs, Gutters, and Spillways 21 April 2, 2012 22 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 23 This section is supplemented with the following new sub-section: 24 25 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter 26 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall 27 be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All 28 other requirements for cement concrete curb and cement concrete curb and gutter shall apply + 29 to roundabout cement concrete curb and gutter. 30 31 8-04.4 Measurement 32 This section is supplemented with the following: 33 34 Roundabout splitter island nosing curb will be measured per each. 35 36 8-04.5 Payment 37 The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. 38 lit 39 This section is supplemented with the following: 40 41 "Roundabout Cement Concrete Curb and Gutter", per linear foot at 42 43 The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" 44 shall be full payment for all costs for the Work including transitioning the roundabout cement 45 concrete curb and gutter to the adjoining curb shape. 46 47 "Roundabout Splitter Island Nosing Curb", per each. 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 40 of 111 Revised:8/27/13 .i wr 1 The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full 2 payment for all costs for the Work including transitioning the roundabout splitter island nosing 3 curb to the adjoining curb shape. 4 5 8-07.AP8 6 Section 8-07, Precast Traff ic Curb and Block Traff ic Curb 7 January 7, 2013 8 This section's title is revised to read: err 9 10 8-07 Precast Traffic Curb 11 12 8-07.1 Description 13 This section is revised to read: 14 15 This Work consists of furnishing and installing precast traffic sloped mountable curb or dual 16 faced sloped mountable curb of the design and type specified in the Plans in accordance 17 with these Specifications and the Standard Plans in the locations indicated in the Plans or as 18 staked by the Engineer. r .19 20 8-07.2 Materials 21 The material reference "Block Traffic Curb 9-18.3" is deleted from this section. 22 23 The referenced section for the following item is revised to read: 24 25 Paint 9-34.2 26 27 8-07.3(1) Installing Curbs 28 The fifth and seventh paragraphs are deleted from this section. 29 30 8-07.4 Measurement 31 The first paragraph is deleted from this section. 32 33 8-07.5 Payment 34 The following bid items are deleted from this section: 35 36 "Type A Precast Traffic Curb", per linear foot. 37 "Type C Precast Traffic Curb", per linear foot. 38 "Type A Block Traffic Curb", per linear foot. 39 "Type C Block Traffic Curb", per linear foot. 40 41 8-11.AP8 42 Section 8-11, Guardrail 43 August 5, 2013 44 8-11.2 Materials 45 The following material reference is deleted from this section: 46 47 Weathering Steel Beam Guardrail 9-16.8 .� 48 r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 41 of 111 Revised:8127113 to 1 8-11.3(1)B Erection of Rail 2 The last sentence in the first paragraph is revised to read: 3 4 All holes shall be painted with two coats of paint conforming to Section 9-08.1(2)B. 5 6 The fourth paragraph is revised to read: 7 8 Galvanized steel rail plates shall be fastened to the posts with galvanized bolts, washers, 9 and nuts of the size and kind shown in the Plans. 10 11 The last paragraph is deleted. 12 13 8-11.3(1)D Removing Guardrail and Guardrail Anchor 14 The first two sentences in the first paragraph are revised to read: 15 16 Removal of the various types of guardrail shall include removal of the rail, cable elements, 17 hardware, and posts, including transition sections,expansion sections,terminal sections and 18 the rail element of anchor assemblies. Removal of the various types of guardrail anchors 19 shall include removal of the anchor assembly, including concrete bases, rebar, steel tubes, 20 and any other appurtenances in the anchor assembly. 21 22 8-11.4 Measurement 23 The seventh paragraph is revised to read: 24 25 Measurement of removal of guardrail will be by the linear foot measured along the line of 26 guardrail removed including transition sections, expansion sections, guardrail anchor rail 27 elements and terminal sections. ' 28 29 8-11.5 Payment 30 The bid item "Weathering St. Beam Guardrail Type ", per linear foot is deleted. 31 32 The second paragraph is revised to read: 33 34 The unit Contract price per linear foot for"Beam Guardrail Type ", "Beam Guardrail Type 35 1- Ft. Long Post", and "Beam Guardrail Type 31- Ft. Long Post", shall be full 36 payment for all costs to obtain and provide materials and perform the Work as described in 37 Sections 8-11.3(1)A and 8-11.3(1)B, including costs for additional rail elements when nested 38 rail is required, and when connections to concrete masonry Structures are required. 39 40 The paragraph following the bid item "Removing Guardrail Anchor", per each is revised to read: Nit 41 42 The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment for 43 all costs to perform the Work as described in Section 8-11.3(1)D, including rail removal, if 44 there isn't a Bid Item for Removing Guardrail in the run of guardrail connecting to the anchor. 45 46 8-12.AP8 47 Section 8-12, Chain Link Fence and Wire Fence 48 April 2, 2012 49 In this Section "Engineer" is revised to read "Project Engineer". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 42 of 111 Revised:8/27/13 r ift nr 1 2 8-12.2 Materials 3 This section is supplemented with the following: 4 5 Paint 9-08.1(2)B 6 7 8-12.3(1)A Posts 8 The words "for Type 3 and Type 4 fences" and `on Type 3 and Type 4 fences" are deleted from 9 this section. 10 11 The first sentence of the fifth paragraph is revised to read: 12 13 After the post is set and plumbed, the hole shall be filled with Grout Type 4. .■ 14 15 The third sentence in the sixth paragraph is replaced with the following two sentences: 16 17 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be 18 filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no 19 voids. �r. 20 21 The seventh paragraph is deleted. 22 23 The ninth paragraph is revised to read: 24 25 Steep slopes or abrupt topography may require changes in various elements of the fence. It 26 shall be the responsibility of the Contractor to provide all posts of sufficient length to 27 accommodate the chain link fabric. 28 29 The tenth paragraph is revised to read: 30 31 All round posts shall have approved top caps fastened securely to the posts.The base of the 32 top cap fitting for round posts shall feature an apron around the outside of the posts. 33 34 8-12.3(1)B Top Rail 35 This section's content including title is deleted and replaced with: 36 37 8-12.3(1)B Vacant 38 39 8-12.3(1)C Tension Wire and Tension Cable 40 This section's content including title is revised to read: 41 42 8-12.3(1)C Tension Wire 43 Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the 44 Engineer. 45 46 47 8-12.3(1)D Chain Link Fabric 48 The first three paragraphs are revised to read: 49 50 Chain link fabric shall be attached after the cables and wires have been properly tensioned. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 43 of 111 Revised:8127!13 Ali 1 2 Chain link fabric shall be placed on the face of the post away from the Highway, except on 3 horizontal curves where it shall be placed on the face on the outside of the curve unless 4 otherwise directed by the Project Engineer. 5 6 Chain link fabric shall be placed approximately 1-inch above the ground and on a straight 7 grade between posts by excavating high points of ground. Filling of depressions will be ta 8 permitted only upon approval of the Project Engineer. 9 10 The fourth sentence in the fourth paragraph is revised to read: 11 12 The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom 13 tension wires as may be applicable, spaced at 24-inch intervals. 14 15 8-12.3(1)E Chain Link Gates 16 The third paragraph is deleted. 17 18 8-12.3(2)A Posts 19 In the second paragraph, "commercial" is deleted. 20 w 21 The first sentence of the fifth paragraph is revised to read: 22 23 After the post is set and plumbed, the hole shall be filled with Grout Type 4. 24 25 The fourth sentence in the sixth paragraph is replaced with the following two sentences: 26 27 After the post is set and plumbed, the hole in the portion of the post in solid rock shall be 28 filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no 29 voids. 30 9i 31 The tenth paragraph is revised to read: 32 33 Where the new fence joins an existing fence,the 2 shall be attached in a manner satisfactory 34 to the Project Engineer, and end or corner posts shall be set as necessary. 35 36 The eleventh paragraph is deleted. 37 38 8-12.5 Payment 39 The paragraph following the item"Chain Link Fence Type ", per linear foot is revised to read: 40 41 The unit Contract price per linear foot for "Chain Link Fence Type " shall be full payment 42 for all costs for the specified Work including brace post installation and all other requirements 43 of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. 44 45 The following paragraph is inserted after the item"End,Gate, Corner, and Pull Post for Chain Link 46 Fence", per each: 47 ' 48 The unit Contract price per each for"End, Gate, Corner, and Pull Post for Chain Link Fence" 49 shall be full payment for all costs for the specified Work. 50 rill AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK . Page 44 of 111 Revised:8/27/13 1 The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each: 2 3 The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. Chain 4 Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs for the 5 specified Work. 6 r.r 7 The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 8 9 The unit Contract price per each for "Wire Fence Type " shall be full payment for all 10 costs for the specified Work including payment for clearing of the fence line. 11 12 The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: 13 14 The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 15 20 Ft. Wide" shall be full payment for all costs for the specified Work. 16 rrr 17 The paragraph following the item "Access Control Gate", per each is revised to read: 18 19 The unit contract price per each for"Access Control Gate" shall be full payment for all costs 20 to perform the specified Work. 21 22 8-15.AP8 23 Section 8-15, Riprap 24 April 2, 2012 25 8-15.1 Description 26 The second paragraph is revised to read: 27 28 Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. ..r 29 30 8-20.AP8 31 Section 8-20, Illumination, Traffic Signal Systems, And Electrical 32 August 5, 2013 33 8-20.3(4) Foundations 34 The first paragraph is revised to read: 35 36 Foundation concrete shall conform to the requirements for the specified class, be cast-in- 37 place concrete and be constructed in accordance with Sections 6-02.2 and 6-02.3. Concrete 38 for Type II, III, IV,V, and CCTV signal standards and light standard foundations shall be Class 39 40008 Concrete for pedestals and cabinets,Type PPB, PS, I, FB, and RM signal standards 40 and other foundations shall be Class 3000. Concrete placed into an excavation where water 41 is present shall be placed using an approved tremie. If water is not present, the concrete 42 shall be placed such that the free-fall is vertical down the center of the shaft without hitting 43 the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 44 6-02.3(6) restriction for 5-feet maximum free-fall shall not apply to placement of Class 4000P 45 concrete into a shaft. Steel reinforcing bars for foundations shall conform to Section 9-07. 46 47 8-20.3(5) Conduit 48 This sections content is deleted and replaced with the following new sub-sections: ow AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 45 of 111 Revised:8127/13 so ww rr 1 2 8-20.3(5)A General 3 The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and rough 4 edges. Field cuts shall be made square and true. The ends of unused conduits shall be 5 capped. When conduit caps are removed, the threaded ends of metal conduit shall be 6 provided with approved conduit bushings and non-metal conduit shall be provided with end 7 bells. 8 9 Reducing couplings will not be permitted. 10 11 Existing conduit in place scheduled for installation of new conductor(s) shall first have any 12 existing conductor(s) removed and a cleaning mandrel shall be pulled through. The existing 13 conduit shall then be prepared subject to the same requirements outlined in this paragraph, 14 for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and 15 all innerduct shall be blown clean with compressed air. Then in the presence of the Engineer, 16 an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled through to 17 ensure that the raceway has not been deformed. This shall be done prior to pulling wire or +rlir 18 fiber optic cable and after final assembly is in place. Existing conductor(s)shall be reinstalled 19 unless otherwise indicated in the Plans. 20 21 As soon as the sizing mandrel has been pulled through innerduct, a 200-lb minimum tensile 22 strength pull string shall be installed and attached to duct plugs at both ends. When conduit 23 is installed for future use, as soon as the bushing or end bell has been installed and the sizing 24 mandrel has been pulled through, the ground wire shall be installed and both ends shall be 25 capped. 26 27 8-20.3(5)Al Fiber Optic Conduit to 28 Where conduit to contain fiber optic cable or conduit identified to contain future fiber 29 optic cable is installed by open trenching, Detectable Underground Warning Tape shall 30 be placed 12-inches above the conduit unless otherwise detailed in the Plans. 31 Detectable Underground Warning Tape shall extend 2-feet into boxes or vaults. Splicing 32 of the tape shall be in accordance with tape manufacturer's recommended materials and 33 procedures. 34 Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable 35 and all conduits identified to contain future fiber optic cable. When open trenching is 36 used, the location wire shall be placed in continuous lengths directly above the conduit. 37 Where conduit is installed by other methods, the Location Wire shall be attached to the wr 38 outside of the conduit with electrical tape placed at minimum 18-inch intervals. Location 39 Wire shall extend 12-feet into boxes or vaults. Splices shall be crimped using a non- 40 insulated butt splice, soldered and covered with moisture-blocking heat shrink. , 41 42 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit 43 ITS conduit and both ends of conduit runs entering cabinets,with the exception of the ih 44 inch grounding conduit, shall be sealed with self expanding water proof foam or 45 mechanical plugs; unless otherwise required. At other locations conduit shall be sealed 46 with Duct Seal 47 48 Outer-duct conduit with non factory assembled innerduct shall be sealed around the 49 innerduct with self-expanding waterproof foam. Outer-duct conduit with factory 50 assembled innerduct shall be sealed around the innerduct with a multiplex expansion 51 plug. Innerduct containing one cable shall be plugged using an expandable split plug. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 46 of 111 Revised:8/27/13 ow 1 Innerduct with multiple cables shall be sealed with self-expanding waterproof foam. Duct 2 plugs shall be installed in all unused inner-ducts (those that are specified as empty) at 3 the time of conduit installation. Duct plugs shall be installed in all used inner-ducts (as 4 specified in the Plans), at the time of conduit installation, unless cable pulling for those 5 inner-ducts will commence within 48-hours. Installation shall conform to the 6 manufacturer's recommendations. �r 7 8 Foam sealant shall be installed with the following additional requirements: 9 W 10 1. Penetration of the.sealant into the conduit or duct shall be limited using a high 11 temperature backer rod material or rag. 12 2. Penetration of the sealant into the conduit shall be limited to 1-inch. 13 3. The foam sealant shall not project outside the end of the conduit or duct. 14 15 Where open trenching is allowed and conduit with innerduct is installed, a maximum of 16 1000-feet of continuous open trench will be allowed unless otherwise approved by the •• 17 Engineer. 18 19 8-20.3(5)6 Conduit Type 20 Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid 21 tight flexible metal depending on the application. 22 23 Rigid metal conduit (RMC) shall be installed at the following locations: 24 25 1. Within railroad right of way. 26 40 27 2. All pole risers, except when otherwise required by owning utilities. 28 29 3. All surface-mounted conduit, with the exception of electrical service utility poles. 30 31 4. All runs within slip form placed concrete. 32 ow 33 Service lateral runs shall be Schedule 80 PVC except when otherwise required by owning 34 utilities. Conduit installed using the plowing method, shall be schedule 80 high-density 35 polyethylene (HDPE). 36 37 Conduit runs, including outer-duct, that enter the traveled way or shoulders, shall be 38 Schedule 80 high-density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit 39 (RMC). 40 41 Conduit runs, including outer-duct, which do not enter the traveled way or shoulders, shall 42 be Schedule 80 high-density polyethylene (HDPE), Schedule 40 PVC or rigid metal conduit 43 (RMC). �r 44 45 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 46 *� 47 Except as described under Non-Metallic Conduit, unless otherwise indicated in the Plans or 48 Standard Plans, the same type of conduit shall be used for the entire length of the run, from 49 outlet to outlet. .r 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 47 of 111 Revised:8/27/13 rrr r 1 Innerduct shall have a smooth wall non ribbed interior surface, with factory pre-lubricated at 2 coating. 3 4 Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed 5 shall be schedule 40 high-density polyethylene (HDPE). The innerduct shall be continuous 6 with no splices. Innerduct which is pulled into the outer duct in the field shall be installed with 7 an extra 2 feet of conduit beyond each end of the outer-duct and shall be allowed to finish 8 contracting for 21 calendar days before it is terminated. Innerduct shall be terminated with 9 end bells flush to 1/4 inch out of the outer-duct and the space between the outer-duct and 10 innerduct shall be sealed with rodent and moisture resistant foam designed for this 11 application and installed in accordance with the manufacturer's recommendations. 12 13 8-20.3(5)B1 Rigid Metal Conduit 14 Slip joints or running threads will not be permitted for coupling metallic conduit; however, 15 running threads will be permitted in traffic signal head spiders and rigid metal conduit 16 (RMC) outer-duct. When installing rigid metal conduit (RMC), if a standard coupling 17 cannot be used, an approved three-piece coupling shall be used. Conduit bodies,fittings 18 and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with 19 one coat of paint conforming to Section 9-08.1(2)B.The paint shall have a minimum wet 20 film thickness of 3-mils.The painted coating shall cover the entire coupling or fitting.The 21 threads on all metal conduit shall be rust-free, clean, and painted with colloidal copper 22 suspended in a petroleum vehicle before couplings are made.All metallic couplings shall 23 be tightened so that a good electrical connection will be made throughout the entire 24 length of the conduit run. If the conduit has been moved after assembly, it shall be given 25 a final tightening from the ends prior to backfilling. 26 27 Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. Rigid 28 metal conduit (RMC) entering cable vaults or pull boxes shall extend 2-inches beyond 29 the inside wall face. (for the installation of grounded end bushing and bonding.) 30 Rigid metal conduit (RMC) entering concrete shall be wrapped in 2-inch-wide pipe wrap 31 tape with a minimum 1-inch overlap for 12-inches on each side of the concrete face. 32 Pipe wrap tape shall be installed in accordance with the manufacturer's 33 recommendations. 34 35 Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements 36 of Code Article 344.24 and other articles of the Code.Where factory bends are not used, 37 conduit shall be bent, using an approved conduit bending tool employing correctly sized NMI 38 dies, without crimping or flattening, using the longest radius practicable. 39 40 Where the coating on galvanized conduit has been damaged in handling or installing, go 41 such damaged areas shall be thoroughly painted with paint conforming to Section 9- 42 08.1(2)B. 43 44 Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that 45 covers the threads until wiring is started. 46 47 8-20.3(5)B2 Non-Metallic Conduit 48 Where non-metallic conduit is installed, care shall be used in excavating, installing, and 49 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 50 cause possible damage. 51 w AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 48 of 111 Revised:8/27/13 i�11 rr. w 1 PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE conduit 2 entering cable vaults and pull boxes shall terminate with the end bell flush with the inside 3 walls of the Structure. 4 5 Non-metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 6 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 7 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch 8 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 9 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 10 less than '/4-inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 11 larger, pull ropes or flat tapes for wire installation shall be not less than 1/.-inch diameter 12 or width. When HDPE conduit is used for directional boring, it shall be continuous, with 13 no joints, for the full length of the bore. The conduit run shall be extended to the " 14 associated outlets with the same schedule HDPE or PVC conduit. Entry into associated 15 junction box outlets shall be with the same schedule PVC conduit and elbows.The same 16 requirements apply for extension of an existing HDPE conduit crossing. 17 18 PVC conduit and elbows shall be connected to HDPE conduit with an approved 19 mechanical coupling. The connection shall have minimum pullout strength of 700- ,�„ 20 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 21 prepared with a clean, straight edge. A water-based pulling lubricant may be applied to 22 the threaded end of the mechanical coupling before installation. Solvent cement or 23 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 24 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 25 seats approximately 3/4 of the distance into the threaded coupling depth. 26 27 For PVC installation through a directional bore, the PVC shall be in rigid sections 28 assembled to form a watertight bell and spigot-type mechanical joint with a solid 29 retaining ring around the entire circumference of the conduit installed in accordance with 30 the manufacturer's recommendations. The conduit run shall be extended beyond the 31 length of the bore, to the associated outlets with the same mechanical coupled PVC or 32 with standard PVC conduit of the same schedule. The same requirements apply for 33 extension of an existing PVC conduit Roadway crossing. ' 34 35 PVC conduit shall be assembled using the solvent cement specified in Section 9-29.1. 36 37 Conduit ends shall be protected with a snug fitting plastic cap until wiring is started. 38 39 Conduit caps, end bells and the section of PVC between the coupling and end bell 40 bushing in cabinet foundations shall be installed without glue. 41 42 8-20.3(5)C Conduit Size 43 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch 44 electrical trade size shall not be used unless otherwise specified, except that grounding 45 , conductors at service points may be enclosed in 1h-inch-diameter conduit. 46 Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box shall 47 be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. 48 At other locations it shall be the option of the Contractor, at no expense to the Contracting 49 Agency, to use larger size conduit if desired, provided that junction box or vault capacity is r 50 not exceeded. Where larger size conduit is used, it shall be for the entire length of the run 51 from outlet to outlet. rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 49 of 111 Revised:8127113 rr 1 Conduit runs with innerduct, shall have 4-inch outer-duct and shall be installed with four 1- 2 inch innerduct unless otherwise indicated in the plans. 3 4 8-20.3(5)D Conduit Placement 5 Conduit shall be laid so that the top of the conduit is a minimum depth of: 6 7 1. 24-inches below the bottom of curb in the sidewalk area. 8 9 2. 24-inches below the top of the roadway base. 10 11 3. 48-inches below the bottom of ties under railroad tracks unless otherwise specified 12 by the railroad company. 13 14 4. 36-inches below finish grade when installed using conduit plowing method. 15 16 5. 24-inches below the finish grade in all other areas. 17 18 Conduit entering through the bottom of a junction box shall be located near the end walls to 19 leave the major portion of the box clear. At all outlets, conduit shall enter from the direction 20 of the run, terminating 6 to 8-inches below the junction box lid and within 3-inches of the box 21 wall nearest its entry location. 22 23 Conduit runs shown in the Plans are for Bidding purposes only and may be relocated with 24 approval of the Engineer, to avoid obstructions. 25 26 8-20.3(5)D1 Surface Mounting 27 Where surface mounting of conduit is required, supports shall consist of channel with clamps + ► 28 sized for the conduit. Support spacing shall comply with the Code, with the exception that 29 spacing of channel supports for conduit shall not exceed 5-feet. 30 The minimum distance between adjacent clamps and between the clamp and the end of the 31 channel supports shall be 1-inch. Channel supports shall be installed with stops, to prevent 32 clamps from sliding out of the ends. 33 34 8-20.3(5)D2 Structures 35 All conduits attached to or routed within bridges, retaining walls, and other structures shall 36 be equipped with approved expansion, deflection, and/or combination expansion/deflection 37 fittings at all expansion joints and at all other joints where structure movement is anticipated, 38 including locations where the Contractor, due to construction method, installs expansion 39 and/or construction joints with movement. All conduit fittings shall have movement capacity 40 appropriate for the anticipated movement of the Structure at the joint. Approved deflection „ 41 fittings shall also be installed at the joint between the bridge end and the retaining wall end, 42 and the transition from bridge, wall, or other structure to the underground section of conduit 43 pipe. 44 45 8-20.3(5)E Method of Conduit Installation 46 Conduit shall be placed under existing pavement by approved directional boring, jacking, or 47 drilling methods at locations approved by the Engineer.The pavement shall not be disturbed 48 unless allowed in the Plans or with the approval of the Engineer in the event obstructions or 49 impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which 50 enter the traveled way or shoulders, shall be installed using the directional boring method. 51 .r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 50 of 111 Revised:8/27113 will W r 1 8-20.3(5)E1 Open Trenching 2 When open trenching is allowed, trench construction shall conform to the following: 3 4 1. The pavement shall be saw-cut a minimum of 3-inches deep.The cuts shall be 5 parallel to each other and extend 2-feet beyond the edge of the trench. 6 +rr 7 2. Pavement shall be removed in an approved manner. 8 9 3. Trench depth shall provide a minimum cover for conduit of 24-inches below the 10 top of the roadway base 11 12 4. Trench width shall be 8-inches or the conduit diameter plus 2-inches, 13 whichever is larger. as 14 15 5. Trenches located within paved Roadway areas shall be backfilled with 16 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. r. 17 The controlled density fill shall be placed level to, and at the bottom of, the 18 existing pavement. The pavement shall be replaced with paving material that 19 matches the existing pavement. 20 21 6. On new construction,conduit shall be placed prior to placement of base course 22 pavement. 23 24 8-20.3(5)E2 Conduit Plowing 25 All conduit plowing shall be supervised by a licensed electrical Contractor. 26 The starting point shall be anchored or held such that conduit movement at the start of + ++ 27 the plowing operation is kept to a minimum. The conduit reel shall be mounted on the 28 vehicle such that conduit movement is kept to a minimum once it is in the ground. Use 29 of a stationary reel is not allowed. The feed shoe shall have rollers which conform to the 30 conduit at a radius of not less than 15 times the diameter of the conduit. The conduit 31 will not be permitted to pass over stationary guides nor over rollers or sheaves, which 32 will permit a bend radius of less than 15 times conduit diameter. The width of the tooth 33 and feed shoe shall not exceed the conduit diameter by more than 2-inches 34 The conduit shall be installed using a continuous reel, with no joints, for the full length of 35 the conduit run, unless conduit splicing is allowed as indicated below. 36 r 37 If an obstruction is encountered that cannot be plowed through, the following remedies 38 shall be attempted in order: 39 40 1. Contractor shall stop the plowing operation and attempt to remove the 41 obstruction. If the obstruction is removed, plowing operations shall continue 42 along the approved path. 43 44 2. Deviations of up to one foot from the projected path may be authorized by the 45 Engineer, provided the new route does not result in total conduit run bends 46 exceeding NEC requirements. Deviations in excess of one foot from the 47 projected path are not allowed and the maximum taper rate is 1-inch per linear 48 foot of conduit. 49 50 3. The Contractor may request approval to intercept the installed conduit and 51 route another section of HDPE to avoid the obstruction, provided the new route rw AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 51 of 111 Revised:8127113 No wr 1 does not result in total conduit run bends exceeding NEC requirements. W 2 Connection between the sections shall be accomplished using an approved 3 fusion splicing method, which is compatible with the conduit manufacturer's 4 recommendations. 16 5 6 4. Where none of the above remedies are successful, all conduit installed so far 7 in that run shall be removed and a new plow path established to avoid the 8 obstruction. 9 10 In the event of a breakage, all conduit installed in that run shall be removed. 11 12 The conduit run shall be extended to the associated outlets, subject to the same 13 requirements indicated when HDPE is installed using the directional boring method. 14 15 The depth of installation shall be continually adjusted as necessary to compensate for 16 changes in terrain. 17 rW 18 Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 36- 19 inches below the finish grade with the exception that the conduit shall be swept up to 20 enter the knock outs of associated pull boxes or cable vaults. 21 22 The plow placing the conduit shall be marked at a proper distance above the plow's 23 conduit exit point to indicate when the minimum installation depth is not met. The mark ;Y 24 shall be visible from a safe distance from the plowing operation when it is exposed above 25 ground. While plowing this mark must remain below ground level at all times, with the 26 exception of the entry and exit points at the end of the run, in order to ensure that 27 minimum burial depth of the conduit is achieved. 28 29 If the depth mark on the plow comes above ground,the Contractor shall stop the plowing 30 operation and attempt to correct the placement depth. If the conduit depth can be 31 verified to meet the minimum burial requirements at the location where the depth mark 32 came above ground, the plowing operation shall resume subject to the Engineers 33 approval. 34 35 The compacted surface shall be firm, non-yielding, and result in a finished surface that 36 matches the lines and grades of the terrain prior to plowing. 37 38 8-20.3(5)E3 Boring 39 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 40 Directional boring, jacking or drilling pits shall be a minimum of 2-feet from the edge of 41 any type of pavement, unless otherwise approved by the engineer. Excessive use of 42 water that might undermine the pavement or soften the Subgrade will not be permitted. 43 44 When approved by the Engineer, small test holes may be cut in the pavement to locate 45 obstructions.When the Contractor encounters obstructions or is unable to install conduit 46 because of soil conditions, as determined by the Engineer, additional Work to place the 47 conduit will be paid in accordance with Section 1-04.4. 48 49 8-20.3(5)E4 Directional Boring 50 Directional boring for electrical installations shall be supervised by a licensed electrical 51 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, Will AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 52 of 111 Revised:8/27/13 rrr 1 conduit shall be installed using a surface-launched, steerable drilling tool. Drilling shall 2 be accomplished using a high-pressure fluid jet tool-head.The drilling fluid shall be used 3 to maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill 4 between the conduit and tunnel. A guidance system that measures the depth, lateral 5 position, and roll shall be used to guide the tool-head when creating the pilot hole. Once 6 the pilot hole is established, a reamer and swivel shall be used to install the conduit. 7 Reaming diameter shall not exceed 1.5 times the diameter of the conduits being 8 installed. Conduit that is being pulled into the boring shall be installed in such a manner 9 that the conduit is not damaged during installation. The pullback force on the conduit 10 shall be controlled to prevent damage to the conduit.A vacuum spoils extraction system 11 shall be used to remove any excess spoils generated during the installation. Excess 12 drilling fluid and spoils shall be disposed of. The method and location used for disposal 13 of excess drilling fluid and spoils shall be subject to the Engineer's approval. Drilling fluid 14 returns (caused by fracturing of formations) at locations other than the entry and exit 15 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 16 cleaned up immediately. Mobile spoils-removal equipment capable of quickly removing 17 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 18 as necessary during drilling operations. 19 20 8-20.3(5)E5 Boring with Casing 21 Where boring with casing is called for, the casing shall be placed using an auger inside 22 the casing to remove the soil as the casing is jacked forward. The auger head shall 23 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 24 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 25 from grease, dirt, rust, moisture, and any other deleterious contaminants. 26 27 The space between the conduit and casing shall be plugged with sandbags and a grout 28 seal 12-inches thick at each end of the casing. Casing abandoned due to an 29 encountered obstruction shall be grout sealed in the same manner. Grout shall conform 30 to Section 9-20.3(4). 31 32 In lieu of sandbags and grout, unopened prepackaged concrete and grout may be used 33 to seal the casing. 34 35 Material shall not be removed from the boring pit by washing or sluicing. 36 All joints shall be welded by a Washington State certified welder. Welding shall conform aw 37 to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. 38 39 8-20.3(8) Wiring go 40 The fifteenth through seventeenth paragraphs are revised to read: 41 42 When conductors, either cable or single, are being installed, the Contractor shall not exceed of 43 the tension limitations recommended by the manufacturer. Conductors may be pulled directly 44 by hand, or with mechanical assistance. If conductors are pulled by any mechanical means, 45 a dynamometer with drop-needle hand shall be used on every mechanically assisted pull. 46 as 47 On mechanically assisted pulls, insulation shall be stripped off the individual conductor and 48 the conductor formed into a pulling eye and firmly attached to the pulling rope/tape, or a cable 49 grip shall be used. The Contractor shall determine the maximum allowable pulling tension, .. 50 taking into account the direction of the pull, type of raceway, cable geometry, weight of the 51 cable, the coefficient of friction, and side wall pressure, using the information from the cable too AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 53 of 111 Revised:8127113 wr 1 manufacturer. If there are bends in the raceway or sheaves are used for the cable pull, the 2 Contractor shall use the cable manufacture's side wall pressure limits to determine the 3 maximum pulling tension. The maximum pulling force applied directly to the conductor when 4 pulling eyes are used or when the conductor is formed into a loop, shall be limited to that 5 shown in the following table for copper conductor. When a cable grip is applied over 6 nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000-pounds 7 provided this is not in excess of the force as determined above. r 8 Conductor Pounds 8 132 6 210 4 334 3 421 2 531 1 669 1/0 845 rr 2/0 1,065 3/0 1,342 ■w 4/0 1,693 250Kcmil 2,000 500Kcmil 4,000 9 10 Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be 11 utilized. The grease and oil-type lubricants used on lead sheathed cables shall not be used 12 on nonmetallic sheathed cables. 13 14 8-20.3(9) Bonding, Grounding 15 The first sentence in the second paragraph is replaced with the following two sentences: 16 17 All conduit installed shall have an equipment ground conductor installed in addition to the 18 conductors noted in the Contract. Conduit with innerducts shall have an equipment ground 19 conductor installed in each innerduct that has an electrical conductor. 20 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 54 of 111 Revised:8/27/13 - r W it 1 8-21.AP8 2 Section 8-21, Permanent Signing io 3 January 7, 2013 4 8-21.2 Materials 5 The third sentence is revised to read: 6 7 Materials for sign mounting shall conform to Section 9-28.11. 8 9 8-21.3(9)A Fabrication of Steel Structures 10 The first sentence in the first paragraph is revised to read: 11 12 Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. 13 14 This section is supplemented with the following: 15 16 All fabrication, including repairs, adjustments or modifications of previously fabricated sign 17 structure members and connection elements, shall be performed in the shop, under an 18 Engineer approved shop drawing prepared and submitted by the Contractor for the original 19 fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, 20 adjustment or modification of any kind in the field is not permitted. If fabrication repair, 21 adjustment or modification occurs after a sign structure member or connection element has 22 been galvanized, the entire member or element shall be re-galvanized in accordance with 23 AASHTO M 111. 24 25 8-21.3(9)B Vacant 26 This section including title is revised to read: 27 28 8-21.3(9)B Erection of Steel Structures 29 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F. 30 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to 31 completion of the shaft cap portion of one foundation for one post provided the following 32 conditions are satisfied: 33 34 1. The Contractor shall submit design calculations and working drawings of the 35 temporary supports and falsework supporting the sign bridge near the location of "` 36 the incomplete foundation to the Engineer for approval in accordance with Section 37 6-01.9. The submittal shall include the method of releasing and removing the 38 temporary supports and falsework without inducing loads and stress into the sign 39 bridge. 40 41 2. The Contractor shall submit the method used to secure the anchor bolt array in 42 proper position with the sign bridge while casting the shaft cap concrete to complete 43 the foundation. 44 45 3. The Contractor shall erect the sign bridge and temporary supports and falsework, 46 complete the remaining portion of the incomplete foundation, and remove the 47 temporary supports and falsework, in accordance with the working drawing 48 submittals as approved by the Engineer. on 49 rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 55 of 111 Revised:8/27/13 err 1 8-21.3(9)F Foundations 2 The following new paragraph is inserted after the second paragraph: 3 4 Concrete placed into an excavation where water is present shall be placed using an approved 5 tremie. If water is not present, the concrete shall be placed such that the free-fall is vertical 6 down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel 7 reinforcing bar cage bracing. The Section 6-02.3(6) restriction for 5-feet maximum free-fall w► 8 shall not apply to placement of Class 4000P concrete into a shaft. 9 10 The ninth paragraph (after implementing the preceding Amendment) is replaced with the following 11 three new paragraphs: 12 13 After construction of concrete foundations for sign bridge and cantilever sign structures, the 14 Contractor shall survey the foundation locations and elevations, the anchor bolt array 15 locations and lengths of exposed threads. The Contractor shall confirm that the survey 16 conforms to the sign structure post, beam, span and foundation design geometry shown in 17 the Plans, and shall identify any deviations from the design geometry shown in the Plans. VIA 18 When deviations are identified,the Contractor shall notify the Engineer, and such notice shall 19 be accompanied by the Contractor's proposed method(s) of addressing the deviations, 20 including removal and reconstruction of the shaft cap portion of the affected concrete 61i 21 foundation as outlined in this Section, or fabrication repair, adjustment or modification, with 22 associated shop drawings, in accordance with Section 8-21.3(9)A. 23 24 If the Contractor's survey indicates that a concrete foundation has been constructed 25 incorrectly for a sign structure that has already been fabricated, the Contractor may remove 26 and reconstruct the shaft cap portion of the foundation, in accordance with Section 1-07.13, 27 provided the following conditions are satisfied: 28 29 1. The Contractor shall submit the method and equipment to be used to remove the 30 portion of the concrete foundation to be removed and reconstructed to the Engineer 31 for approval in accordance with Section 1-05.3. The submittal shall include 32 confirmation that the equipment and the method of operation is appropriate to 33 ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing 34 bars will not be damaged. 35 36 2. All steel reinforcing bars,except for steel reinforcing bars extending from the bottom 37 portion of the foundation to remain,shall be removed and disposed of in accordance 38 with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with new steel 39 reinforcing bars conforming to the size, dimensions and geometry shown in the 40 Plans. All concrete of the removed portion of the foundation shall be removed and 41 disposed of in accordance with Sections 2-02.3 and 2-03.3(7)C. 42 43 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as 44 necessary in accordance with Section 6-02.3(24)C to provide clearance for the 45 anchor bolt array. 46 47 Sign structures shall not be erected on concrete foundations until the Contractor confirms + ' 48 that the foundations and the fabricated sign structures are either compatible with each other 49 and the design geometry shown in the Plans, or have been modified in accordance with this 50 Section and as approved by the Engineer to be compatible with each other, and the 51 foundations have attained a compressive strength of 2,400-psi. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 56 of 111 Revised:8/27/13 ow rr 1 2 Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is revised 3 to read: 4 5 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the 6 shaft cap(the portion containing the anchor bolt array assemblies above the construction 7 joint at the top of the shaft) shall be Class 4000. 8 9 Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is 10 revised to read: 11 12 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 13 14 8-21.5 Payment 15 This section is supplemented with the following: 16 17 All costs in connection with surveying completed concrete foundations for sign bridges and 18 cantilever sign structures shall be included in the lump sum contract price for "Structure 19 Surveying",except that when no Bid item is included in the Proposal for"Structure Surveying" 20 then such costs shall be included in the lump sum contract price(s)for"Sign Bridge No. " 21 and "Cantilever Sign Structure No. ". 22 23 " 24 8-22.AP8 25 Section 8-22, Pavement Marking 26 January 7, 2013 27 8-22.3(3)D Line Applications 28 The last paragraph is supplemented with the following: 29 30 Grooved line pavement marking shall not be constructed on bridge decks or on bridge 31 approach slabs. 32 33 8-22.3(6) Removal of Pavement Markings 34 The following two new sentences are inserted after the first sentence: 35 36 Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is 37 allowed to a depth just above the pavement surface,then water blasting or shot blasting shall 38 be required to remove the remaining markings. 39 40 8-22.4 Measurement 41 The items"Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph. 42 43 The sixth paragraph is revised to read: 44 45 Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4- 46 inch lines will be measured as"Paint Line"or"Plastic Line"by the linear foot of line installed. 47 Crosswalk line will be measured by the square foot of marking installed. 48 49 The following two new paragraphs are inserted after the sixth paragraph: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 57 of 111 Revised:8/27/13 rrr r 1 2 Crosshatch markings used to delineate median and gore areas will be measured by the 3 completed linear foot as "Painted Crosshatch Marking"or"Plastic Crosshatch Marking". 4 5 The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" 6 will be based on the total length of each 8-inch or 12-inch wide line installed. 7 rr 8 8-22.5 Payment 9 The bid items "Painted Wide Line", per linear foot and "Plastic Wide Line", per linear foot are 10 deleted from this section. 11 12 This section is supplemented with the following two new bid items: 13 14 "Painted Crosshatch Marking", per linear foot. 15 "Plastic Crosshatch Marking", per linear foot. 16 17 The following new paragraph is inserted after the last bid item in this section: 18 19 The unit Contract price for the aforementioned Bid items shall be full payment for all costs to 20 perform the Work as described in Section 8-22. 21 22 8-25.AP8 23 Section 8-25, Glare Screen 24 April 9, 2012 25 In this section, "tension cable" and "cable"are deleted. 26 27 8-25.3(3) Posts 28 The first sentence in the first paragraph is revised to read: 29 30 Posts shall be constructed in accordance with the Standard Plans and applicable provisions 31 of Section 8-12.3(1)A. 32 33 The last paragraph is revised to read: 34 35 All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a watertight 36 top securely fastened to the post. Line posts shall have tops designed to carry the top tension 37 wire. 38 39 8-25.3(5) Tension Cables 40 This sections content including title is deleted: 41 42 8-25.3(6) Fittings, Attachments, and Hardware 43 This sections content including title is deleted. 44 45 8-29.AP8 46 Section 8-29, Wire Mesh Slope Protection ' 47 January 7, 2013 48 This section is deleted in its entirety and replaced with the following: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 58 of 111 Revised:8/27/13 r� 1 2 8-29 Wire Mesh Slope Protection ` 3 8-29.1 Description 4 This Work consists of furnishing and installing the anchors and the wire mesh slope protection in 5 accordance with these Specifications and the details shown in the Plans and in conformity with 6 the lines and dimensions shown in the Plans or established by the Engineer. 7 8 8-29.2 Materials rr 9 Materials shall meet the requirements of Section 9-16.4. 10 11 8-29.3 Construction Requirements 12 8-29.3(1) Submittals 13 The Contractor shall submit a wire mesh slope protection plan to the Project Engineer a 14 minimum of seven calendar days prior to beginning the work.The wire mesh slope protection 15 plan shall include the following: 16 17 1. Plan sheets for anchor layout and installation, and the equipment and process used 18 to confirm the capacity of the constructed anchors including the calibration data for 19 the stressing devices used to proof test the anchors, as completed by an 20 independent testing laboratory within 60 calendar days of the wire mesh slope work. 21 22 2. Working drawings for the temporary yoke or load frame to be used for anchor proof 23 testing in accordance with Section 6-01.9. 24 25 3. Plans and details for assembling wire mesh and erecting the assembled mesh on 26 the slope. 27 28 All costs for the Work required for Submittals shall be included in the unit Bid price detailed 29 in Section 8-29.5. 30 31 8-29.3(2) Anchors 32 The Contractor shall install anchors of the type shown in the Plans and in conformance with 33 the layout shown in the Wire Mesh Protection Plan as described in Section 8-29.3(1). The 34 spacing and number of the anchors and wire ropes as shown in the Plans are approximate 35 only, and upon review of the wire mesh slope protection plan, the Engineer may arrange the �" 36 spacing to better hold the wire mesh against the slope. Backfill material shall be thoroughly 37 compacted with a mechanical compactor. 38 39 The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the 40 minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall be 41 performed against a temporary yoke or load frame. No part of the temporary yoke or load 42 frame shall bear within three feet of the anchor being tested. For vertical pullout proof testing, 43 an anchor is acceptable if it sustains the specified capacity for 10 minutes with no loss of 44 load.Anchors that fail this criterion shall be replaced and retested. If more than three anchors 45 fail, the Contractor shall proof test all anchors. 46 47 8-29.3(3) Wire Rope 48 All wire rope loops shall include a thimble. No wire rope splicing will be allowed. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 59 of 111 Revised:8/27/13 1 8-29.3(4) Wire Mesh 2 The wire mesh shall be fastened to the completed wire rope assembly as shown in the Plans. 3 High tensile steel fasteners on the vertical seams shall be staggered across width of the 4 seam. Horizontal splices joining 2 rolls of mesh shall be made by overlapping the mesh r 5 approximately 3 feet and either weaving 3 rows of lacing wires through every mesh opening 6 or using 4 rows of high tensile steel fasteners placed on approximately 3-inch spacing. All 7 top and bottom laps shall be made by folding the mesh to the outside, away from the slope, +rir 8 to avoid the possibility of falling material hanging up in the folds. The bottom of the mesh 9 shall be located as shown in the Plans. The ends of all lacing wires shall be secured to the 10 mesh with a minimum of 11/2-turns. 11 12 The wire mesh shall not be tensioned in any direction,but is to remain loose so as to increase 13 its dampening effect on rolling rocks. The Contractor shall use care in the handling and 14 installing of the wire mesh and wire rope. Any mesh or wire rope damaged due to the "+f° 15 Contractor's operations shall be replaced by the Contractor at no expense to the Contracting 16 Agency. 17 18 8-29.4 Measurement 19 Measurement of anchors will be per each for the completed anchor. Anchor types will not be 20 differentiated. us 21 22 Wire mesh slope protection will be measured by the square foot of wire mesh erected on the 23 slope. There will be no deduction made for overlapping the wire mesh material as required for 24 splices or for coverage due to variations in the slope or ground conditions. 25 26 8-29.5 Payment 27 Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that 28 are included in the Proposal: 29 30 "Wire Mesh Slope Protection Anchor", per each. „rr 31 The unit Contract price per each for "Wire Mesh Slope Protection Anchor" shall be full 32 payment for all costs for the Work described in Sections 8-29.3(1) and 8-29.3(2). 33 34 "Wire Mesh Slope Protection", per square foot 35 The unit Contract price per square foot for"Wire Mesh Slope Protection"shall be full payment 36 for all costs for the Work described in Section 8-29.3(3) and 8-29.3(4). 37 38 9-02.AP9 39 Section 9-02, Bituminous Materials 40 August 5, 2013 + 41 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt". 42 43 9-02.1 Asphalt Material, General 44 In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt". 45 46 The first paragraph is revised to read: 47 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 60 of 111 Revised:8/27/13 1 Asphalt furnished under these Specifications shall not have been distilled at a temperature 2 high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall 3 show no signs of separation into lighter and heavier components. .r 4 5 9-02.1(6) Cationic Emulsified Asphalt 6 The "Cationic Emulsified Asphalt Table" is revised to read: rrr 7 Cationic Emulsified Asphalt Table rw Tests on Emulsified rrr Asphalts: Viscosity T 59 20 100 20 100 SFS @ 77QF (25°C) Viscosity T59 20 100 150 400 50 450 50 450 50 450 SFS @ rr 1229F (50°C) Storage T 59 1 1 1 1 1 1 1 stability test 1 day Demulsibili ty 35 ml 0.8% sodium dioctyl sulfosucci T 59 40 40 nate,%a Particle T 59 Pos Pos Pos Pos Pos Posb Posb charge test Sieve T 59 0.10 0.10 0.10 0.10 0.10 0.10 0.10 Test,% Cement mixing T 59 2.0 2.0 test,% Distillation: Oil distillate T59 3 1.5 3 20 12 12 by Vol. of + AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 61 of 111 Revised:8127113 +rr rrt emulsions Residue, T 59 60 65 60 65 65 57 57 06 Tests on residue from distillation tests: Penetratio lei n,779F T 49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 (25-C) Ductility, 77°F (25°C) T 51 40 40 40 40 40 40 40 5 cm/min., cm so Solubility in T44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 trichloroet hylene,% The demulsibility test shall be made within 30 days from date of shipment. If the particle charge test for CSS-1 and CSS-1 h is inconclusive,material having a maximum pH value of 6.7 will be acceptable. 1 2 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 3 The first paragraph (except for the table) is revised to read: 4 5 CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into 6 the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS-2P shall 7 meet the following requirements: 8 9 Footnote 1 below the table is revised to read: 10 11 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350°F ± 9°F and 12 maintained for 20 minutes. 13 14 9-02.1(8) Flexible Bituminous Pavement Marker Adhesive 15 The fifth row in the table is revised to read: 16 Ductility, 39.24F, 1 cm/minute, cm AASHTO T 51 5 Min. 17 18 9-02.4 Anti-Stripping Additive 19 This section is revised to read: 20 21 Anti-stripping additive shall be a product listed in the current WSDOT Qualified Products List 22 (QPL). 23 so AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 62 of 111 Revised:8/27/13 06 ift as 1 9-03.AP9 2 Section 9-03, Aggregates 3 August 5, 2013 4 9-03.1(1) General Requirements 5 The eighth paragraph is deleted. rr' 6 7 9-03.6 Aggregate for Asphalt Treated Base (ATB) 8 This section including title is deleted in its entirety and replaced with the following: 9 10 Vacant 11 12 9-03.8(4) Blending Sand 13 This sections including title is revised to read: 14 15 Vacant 16 17 9-03.13 Backfill for Sand Drains 18 This section is supplemented with the following: 19 20 That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by 21 weight of wood waste. 22 23 9-03.13(1) Sand Drainage Blanket 24 The last paragraph is revised to read: 25 26 That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by 27 weight of wood waste. 28 29 9-03.14(1) Gravel Borrow 30 Note ' is deleted, including the reference in the table. 31 32 9-03.14(2) Select Borrow 33 Note ' is deleted. 34 35 Note 2 is re-numbered Note ', including the reference in the table. 36 37 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 38 This section including title is revised to read: 39 40 Gravel Borrow for Structural Earth Wall 41 All backfill material within the reinforced zone for structural earth walls shall consist of 42 granular material, either naturally occurring or processed, and shall be free draining, free 43 from organic or otherwise deleterious material. The material shall be substantially free of 44 shale or other soft, poor durability particles, and shall not contain recycled materials, such as 45 glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The 46 backfill material shall meet the following requirements for grading and quality: 47 Geosynthetic Metallic Reinforcement Reinforcement AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 63 of 111 Revised:8/27/13 rw Sieve Size Percent Passing Percent Passing 4 99-100 2 75-100 1 '/4"i 99-100 F, 90-100 No.4 50-80 50-80 No.40 30 max. 30 max. No.200 7.0 max. 7.0 max. Sand Equivalent 50 min. 50 min. 1 2 All percentages are by weight 3 Property Test Method Geosynthetic Metallic Reinforcement Reinforcement ] Requirements Requirements Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev. Degradation Factor WSDOT Test Method T 15 min. 15 min. 113 Resistivity WSDOT Test Method T 3,000 ohm-cm, 417 min. pH WSDOT Test Method 4.5-9 5-10 113 Chlorides AASHTO T 291 1 1 100 ppm max. Sulfates AASHTO T 290 200 ppm max. 4 5 If the resistivity of the gravel borrow equals or exceeds 5,000 ohm-cm,the specified chloride 6 and sulfate limits may be waived. , 7 8 Wall backfill material satisfying these grading and property requirements shall be classified 9 as nonaggressive. 10 ' 11 9-03.21(1) General Requirements 12 The first sentence in the first paragraph is revised to read: 13 14 Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag 15 may be used as, or blended uniformly with naturally occurring materials for aggregates. 16 W 17 9-03.21(1)C Vacant 18 This section including title is revised to read: 19 20 9-03.21(1)C Recycled Glass (Glass Cullet) 21 Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement 22 that the glass cullet is limited to the maximum amounts set in Section 9-03.21(1)E for recycled 23 glass. Prior to use the Contractor shall provide certification to the Project Engineer that the " 24 recycled glass meets the physical properties and deleterious substances requirements in 25 AASHTO M-318. 26 .r 27 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled 28 Material 29 In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. 30 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 64 of 111 Revised:8/27/13 1 The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the 2 table. 3 4 In the column "Recycled Glass (Glass Cullet)"all amounts are revised to read "20"beginning with 5 the item "Ballast" and continuing down until the last item in the table. 6 +�+ 7 9-04.AP9 8 Section 9-04, Joint And Crack Sealing Materials 9 January 7, 2013 10 9-04.2 Joint Sealants 11 This section is supplemented with the following new sub-sections: 12 13 9-04.2(3) Polyurethane Sealant 14 Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 15 16 Polyurethane sealant shall be compatible with the closed cell foam backer rod. When 17 required, compatibility characteristics of sealants in contact with backer rods shall be 18 determined by Test Method ASTM C 1087. ..� 19 20 9-04.2(3)A Closed Cell Foam Backer Rod 21 Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 22 Type C. 23 24 9-04.10 Crack Sealing — Rubberized Asphalt 25 This section is deleted. 26 27 9-04.11 Butyl Rubber and Nitrile Rubber 28 This sections number is revised to read: 29 30 9-04.10 31 32 9-05.AP9 33 Section 9-05, Drainage Structures, Culverts, and Conduits 34 January 7, 2013 35 9-05.0 Acceptance by Manufacturer's Certification 36 This section including title is revised to read: 37 38 9-05.0 Acceptance and Approval of Drainage Structures, and Culverts 39 The Drainage Structure or Culvert may be selected from the Qualified Products List, or 40 submitted using a Request for Approval of Materials (RAM) in accordance with Section 1-06. r 41 42 Certain drainage materials may be accepted by the Engineer based on a modified 43 acceptance criteria when materials are selected from the Qualified Products List (QPL). The 44 modified acceptance criteria are defined in the QPL for each material. 45 46 9-05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 47 Inch) 48 This section is supplemented with the following: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 65 of 111 Revised:8/27/13 rr 1 2 Corrugated polyethylene drain pipe manufacturers shall participate in the National 3 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 4 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 5 are NTPEP compliant. 6 7 9-05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch 8 Through 60 Inch) 9 This section is supplemented with the following: 10 iwt 11 Corrugated polyethylene drain pipe manufacturers shall participate in the National 12 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 13 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 14 are NTPEP compliant. 15 16 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) 17 This section is supplemented with the following: 18 19 Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the 20 National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High rlr 21 Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website 22 displaying they are NTPEP compliant. 23 24 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-Inch Through 25 60 Inch Diameter Maximum), Couplings, and Fittings 26 This section is supplemented with the following: 27 28 Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the 29 National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High 30 Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website 31 displaying they are NTPEP compliant. 32 33 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings 34 The word "producer" is revised to read "manufacturer". 35 36 The second paragraph is revised to read: 37 38 Joints for corrugated polyethylene culvert pipe shall be made with either a bell/bell or bell and 39 spigot coupling and shall incorporate the use of a gasket conforming to the requirements of 40 ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed 41 on the coupling or on the pipe by the qualified manufacturer. 42 43 This section is supplemented with the following: „r 44 45 Corrugated polyethylene culvert pipe manufacturers shall participate in the National 46 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 47 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 48 are NTPEP compliant. 49 r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 66 of 111 Revised:8/27/13 go im 1 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings 2 The word "producer" is revised to read "manufacturer". rr 3 4 The first paragraph is revised to read: 5 6 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the as 7 requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated 8 polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. 9 Fittings shall be blow molded, rotational molded, or factory welded. 10 11 This section is supplemented with the following: 12 13 Corrugated polyethylene culvert pipe manufacturers shall participate in the National 14 Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 15 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they 16 are NTPEP compliant. ft 17 18 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and 19 Polypropylene Sanitary Sewer Pipe im 20 This sections content is deleted and replaced with the following: 21 22 All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and ,,t 23 shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All 24 gaskets shall be factory installed on the pipe in accordance with the producer's 25 recommendations. 26 27 Qualification for each producer of polypropylene storm sewer pipe requires joint system 28 conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a 29 formal quality control plan for each plant proposed for consideration. 30 31 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 32 materials delivered to the project. The certificate shall clearly identify production lots for all 33 materials represented. The Contracting Agency may conduct verification tests of pipe 34 stiffness or other properties it deems appropriate. 35 36 This section is supplemented with the following new sub-sections: 37 38 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 39 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 40 41 1. For dual wall pipe sizes up to 30 inches:ASTM F2736. . 42 43 2. For triple wall pipe sizes from 30 to 60 inches:ASTM F2764. 44 45 3. For dual wall profile pipe sizes 36 to 60 inches:AASHTO MP 21, Type S or Type 46 D. 47 48 4. Fittings shall be factory welded, injection molded or PVC. 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 67 of 111 Revised:8/27/13 1 9-05.24(2) Polypropylene Sanitary Sewer Pipe 2 Polypropylene sanitary sewer pipe shall conform to the following requirements: 3 4 1. For pipe sizes up to 30 inches:ASTM F2736. 5 6 2. For pipe sizes from 30 to 60 inches:ASTM F2764. 7 8 3. Fittings shall be factory welded, injection molded or PVC. 9 10 9-06.AP9 11 Section 9-06, Structural Steel and Related Materials 12 April 1, 2013 13 9-06.5(3) High Strength Bolts 14 In this section, "AASHTO M 291" is revised to read "ASTM A 563", "AASHTO M 164" is revised to 15 read "ASTM A 325', "AASHTO M 293" is revised to read "ASTM F 436", "AASHTO M 253" is 16 revised to read "ASTM A 490", and "AASHTO M 298" is revised to read "ASTM B 695'. 17 18 9-06.5(4) Anchor Bolts 19 In this section, "AASHTO M 291" is revised to read "ASTM A 563". 20 21 22 9-07.AP9 23 Section 9-07, Reinforcing Steel 24 August 6, 2012 25 9-07.7 Wire Mesh 26 The first sentence in the first paragraph is revised to read: 27 28 Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M 55, 29 Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel Welded Wire 30 Reinforcement, Deformed for Concrete. 31 r 32 9-10.AP9 33 Section 9-10, Piling 34 April 2, 2012 35 9-10.4 Steel Pile Tips and Shoes 36 In the first paragraph "ASTM A 148 Grade 60-90" is revised to read "ASTM A 148 Grade 90-60". 37 ' 38 9-13.AP9 39 Section 9-13, Riprap, Quarry Spalls, Slope Protection, & Rock for Erosion and 40 Scour Protection and Rock Walls 41 April 1, 2013 42 9-13.5(1) Semi-Open Concrete Masonry Units Slope Protection + 43 In this section, "ASTM C 90" is revised to read "ASTM C 1319". 44 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 68 of 111 Revised:8/27/13 1 9-14.AP9 2 Section 9-14, Erosion Control and Roadside Planting 3 August 5, 2013 4 9-14.3 Fertilizer 5 The second sentence in the first paragraph is revised to read: 6 7 It may be separate or in a mixture containing the percentage of total nitrogen, available 8 phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 9 10 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) 11 The first sentence in the third paragraph is revised to read: 12 13 All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic 14 Tackifier as specified in Section 9-14.4(7). 15 16 The third and fourth rows in Table 1 is revised to read: 17 Heavy Metals EPA 6020A Total Metals Antimony— <4 mg/kg as Arsenic— <6 mg/kg Barium— <80 mg/kg Boron— < 160 mg/kg Cadmium— <2 mg/kg VW Total Chromium— <4 mg/kg Copper— < 10 mg/kg Lead— <5 mg/kg yr, Mercury— <2 mg/kg Nickel—<2 mg/kg Selenium— < 10 mg/kg Strontium— <40 mg/kg an Zinc— <30 rn Water Holding ASTM D 7367 800 percent minimum Capacity 18 19 9-14.4(2)A Long Term Mulch 20 In the first paragraph, the phrase "within 2 hours of application" is deleted. 21 22 9-14.4(4) Wood Strand Mulch 23 The last sentence in the second paragraph is deleted. 24 .� 25 This section is supplemented with the following new paragraph: 26 27 The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the 28 product is not harmful to plant life and a test report performed in accordance with WSDOT 29 Test Method 125 demonstrating compliance to this specification prior to acceptance. 30 31 9-14.4(8) Compost 32 The second paragraph is revised to read: 33 34 Compost production and quality shall comply with WAC 173-350 and for biosolids composts, 35 WAC 173-308. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 69 of 111 Revised:8/27/13 1 2 The third paragraph is to read: 3 4 Compost products shall meet the following physical criteria: 5 6 1. Compost material shall be tested in accordance with U.S. Composting Council 7 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- 8 B, "Sample Sieving for Aggregate Size Classification". 9 10 Fine compost shall meet the following gradation: 11 Sieve Size Percent Pa sing Minimum Maximum 1" 100 5/8" 90 100 '/4" 75 100 12 rr 13 Note Maximum particle length of 4 inches. 14 15 Medium compost shall meet the following gradation: 16 Sieve Size Percent Passin Minimum Maximum 1" 100 fry 5/8" 85 100 '/4" 70 85 17 dill 18 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to 19 nitrogen ration (C:N)between 18:1 and 35:1.The carbon to nitrogen ration shall 20 be calculated using dry weight of "Organic Carbon" using TMECC 04.01 A 21 divided by the dry weight of"Total N" using TMECC 04.02D. 14 22 23 Coarse compost shall meet the following gradation: 24 f Sieve Size Percent Pa sing Minimum Maximum 2" 100 1" 90 100 Will 3/4" 70 100 '/4" 40 60 25 26 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to 27 nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall 28 be calculated using the dry weight of "Organic Carbon" using TMECC 04.01 A 29 divided by the dry weight of"Total N" using TMECC 04.02D. 30 31 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 32 Composting Council TMECC 04.11-A, 1:5 Slurry pH". 33 rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 70 of 111 Revised:8/27/13 rr 1 3. Physical contaminants,defined in WAC 173-350(plastic,concrete,ceramics, metal, 2 etc.) shall be less than 0.5 percent by weight as determined by U.S. Composting 3 Council TMECC 03.08-A"Classification of Inerts by Sieve Size". 4 5 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by 6 U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter Method 7 (LOI)" 8 9 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance 10 with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 11 12 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 13 Council TMECC 05.05-A, "Germination and Root Elongation". ' 14 15 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S. 16 Composting Council TMECC 05.08-13"Carbon Dioxide Evolution Rate". ++ 17 18 8. The compost product shall originate from organic feedstocks as defined in WAC 19 173 350 as "Wood waste", "Yard debris", "Post-consumer food waste", "Pre- 20 consumer animal-based wastes", and/or "Pre-consumer vegetative waste". The 21 Contractor shall provide a list of feedstock sources by percentage in the final 22 compost product. 23 24 9. The Engineer may also evaluate compost for maturity using U.S. Composting 25 Council TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a 26 number 6 or above on the Solvita® Compost Maturity Test. Medium and Coarse 27 compost shall score a 5 or above on the Solvita®Compost Maturity Test. 28 29 9-14.4(8)A Compost Approval 30 This section's title is revised to read: 31 32 9-14.4(8)A Compost Submittal Requirements 33 34 The first sentence in this section up until the colon is revised to read: 35 36 The Contractor shall submit the following information to the Engineer for approval: 37 38 Item No. 2 in the first paragraph is revised to read: 39 40 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 41 Jurisdictional Health Department in accordance with WAC 173-350(Minimum Functional 42 Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage 43 Under the General Permit for Biosolids Management issued to the manufacturer by the 44 Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 45 46 9-14.5 Erosion Control Devices 47 This section is supplemented with the following new sub-section: +rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 71 of 111 Revised:8/27/13 rr` 1 2 9-14.5(9) High Visibility Silt Fence 3 High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV 4 stabilized and shall meet the geotextile requirements in Section 9-33 Table 6. Support posts 5 shall be in accordance with the Standard Plans. The posts shall have sufficient strength and 6 durability to support the fence through the life of the project. 7 8 9-14.5(1) Polyacrylamide (PAM) 9 The fourth sentence is replaced with the following two new sentences: 10 11 The minimum average molecular weight shall be greater than 5-mg/mole.The charge density 12 shall be no less than 15 percent and no greater than 30 percent. 13 14 9-14.5(2) Erosion Control Blanket 15 This section including title is deleted in its entirety and replaced with the following: 16 17 9-14.5(2) Biodegradable Erosion Control Blanket 18 Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting 19 material, if present, shall biodegrade within a life span not to exceed 2 years. 20 at1 21 The Contractor shall provide independent test results from the National Transportation 22 Product Evaluation Program (NTPEP) meeting the requirements of Section 9-14.5(2)B, 9- 23 14.5(2)C and 9-14.5(2)D. 24 25 9-14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets 26 The erosion control blanket may be selected from the Qualified Products List, or 27 submitted using a Request for Approval of Materials (RAM) in accordance with Section 28 1-06. Erosion control blankets may be accepted by the Engineer based on the modified 29 acceptance criteria when materials are selected from the QPL. The modified 30 acceptance criteria are defined in the QPL for each material. 31 32 9-14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 33 (H:V) 34 35 Table 6 36 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting ASTM D 6459 C factor= 0.04 maximum for Slopes from cumulative R-Factor<231 Rainfall-Induced Soil tested shall be sandy Erosion loam as defined by the I,rj NRCS** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz./sq. yd. minimum 1 Area Light ASTM D 6567 44 % maximum Penetration r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 72 of 111 Revised:8/27/13 err Tensile Strength ASTM D 6818 10.0 x 6.0 pounds/inch minimum MD x XD* Tensile ASTM D 6818 38%x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services irr 1 2 3 9-14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 4 3:1(H:V) 5 6 Table 7 W 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements Protecting ASTM D 6459 C factor= 0.15 maximum for Slopes from cumulative R-Factor<231 Rainfall-Induced Soil tested shall be sandy Erosion loam as defined by the NRCS** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz./sq. yd. minimum Area Light ASTM D 6567 40% maximum Penetration Tensile Strength ASTM D 6818 6.5 x 2.3 pounds/inch minimum MD x XD* Tensile ASTM D 6818 38%x 33% maximum r Elongation MD x XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 8 rrr 9 10 9-14.5(2)D Biodegradable Erosion Control Blanket for Ditches 11 +r 12 Table 8 13 Properties Test Method Requirements AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 73 of 111 Revised:8127/13 Performance in ASTM D 6460 Limiting Shear (Tum;t) = 2.0 psf Protecting Soil tested shall be sandy minimum. Earthen loam as defined by the Wil Channels from NRCS** Limiting Velocity (Wim;t) = 7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion Mass per Unit ASTM D 6475 7.4 oz./sq. yd. minimum Area Light ASTM D 6567 65 % maximum Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 lbs/inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 2 3 9-14.5(3) Clear Plastic Covering 4 This section including title is revised to read: 5 Will 6 Plastic Covering 7 Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 8 9 9-14.5(4) Geotextile Encased Check Dam 10 This section including title is revised to read: 11 12 9-14.5(4) Check Dams 13 All materials used for check dams shall be non-toxic and not pose a threat to wildlife when 14 installed. 15 16 This section is supplemented with the following new sub-sections: 17 18 9-14.5(4)A Biodegradable Check Dams wi 19 Biodegradable check dams shall meet the following requirements: 20 21 Biodegradable Check Dams Materials 22 Wattle Check Dam 9-14.5(5) 23 Compost Sock Check Dam 9-14.5(6) 24 Coir Log Check Dam 9-14.5(7) 25 26 The Contractor may substitute a different biodegradable check dam as long as it complies 27 with the following and is approved by the Engineer: 28 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 74 of 111 Revised:8/27/13 .�r 1 1. Made of natural plant fiber. 2 3 2. Netting if present shall be biodegradable. 4 5 3. Straw bales shall not be used as check dams. 6 + + 7 9-14.5(4)8 Non-biodegradable Check Dams 8 Non-biodegradable check dams shall meet the following requirements: 9 10 1. Geotextile materials shall conform to section 9-33 for silt fence. 11 12 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall be 13 approved by the Engineer prior to installation. 14 15 9-14.5(5) Wattles 16 The second sentence in the first paragraph is revised to read: 17 18 Wattle shall be a minimum of 8-inches in diameter. 19 20 The first sentence in the second paragraph is revised to read: 21 22 Compost filler shall be Medium Compost and shall meet the material requirements as 23 specified in Section 9-14.4(8). 24 25 The last paragraph is revised to read: 26 27 Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. 28 Wood stakes shall be 2 by 2-inch nominal dimension and a minimum 24 inches in length. 29 .. 30 9-14.5(6) Compost Socks 31 In this section, "Coarse Compost" is revised to read "Medium Compost". 32 33 The last paragraph is revised to read: 34 35 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine 36 species. Wood stakes shall be 2 by 2-inch nominal dimension and a minimum 24 inches in 37 length. 38 39 9-14.5(8) High Visibility Fencing 40 The first paragraph is revised to read: 41 42 High visibility fence shall be UV stabilized, orange, high-density polyethylene or 43 polypropylene mesh. 44 45 9-14.6(1) Description 46 In item No. C in the fourth paragraph, "22-inch" is revised to read "2-inch". .r 47 rNn AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 75 of 111 Revised:8/27/13 a� .r 1 9-15.AP9 2 Section 9-15, Irrigation System 3 April 1, 2013 4 9-15.1(2) Polyvinyl Chloride Pipe and Fittings 5 In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785". 6 7 9-16.AP9 8 Section 9-16, Fence and Guardrail 9 August 5, 2013 + 10 9-16.1(1)A Post Material for Chain Link Fence 11 The first paragraph is revised to read: 12 13 Except as noted otherwise, post material shall conform to the requirements of AASHTO M 14 181, Type 1 (zinc-coated steel), Grade 1 or 2, and shall include all round and roll-formed 15 material (line posts, brace posts, end posts, corner posts, and pull posts). ` 16 17 The last sentence in the fourth paragraph is deleted. 18 19 9-16.1(1)C Tension Wire and Tension Cable 20 This section including title is revised to read: 21 22 9-16.1(1)C Tension Wire 23 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall 24 be Class 1. 25 26 9-16.1(1)D Fittings and Hardware 27 The second sentence in the first paragraph is deleted. 28 29 The last paragraph is deleted. 30 31 9-16.1(2) Approval 32 This section is deleted. 33 34 9-16.2(2) Approval 35 This section is deleted. 36 37 9-16.3(2) Posts and Blocks 38 The first sentence in the first paragraph is revised to read: 39 40 Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper 41 arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or galvanized 42 steel (galvanized steel posts only—no blocks). 43 44 The following reference is deleted from the third paragraph: liir 45 46 ACA 0.50 lbs. pcf 47 48 The sixth paragraph is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 76 of 111 Revised:8/27/13 ■w w 1 2 9-16.4(2) Wire Mesh 3 This section is revised to read: `rr 4 5 The galvanized wire mesh shall be a Style 1 double-twisted hexagonal mesh conforming to 6 ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is 7 required then the Style shall be a Style 3. 8 9 The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with continuous irr 10 selvedge wire as specified in ASTM A 975. 11 12 9-16.4(3) Wire Rope .r 13 This section is revised to read: 14 15 Wire rope shall be 3/a- inch-diameter, independent wire rope class (IWRC) 6x19, extra 16 improved plow steel (EIP)wire rope galvanized in accordance with ASTM A1023. Each lot of 17 wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill 18 certificate, and a test report showing the wire rope meets the minimum breaking force 19 requirements of ASTM A 1023. +■. 20 21 9-16.4(4) Hardware 22 This section is revised to read: WIN 23 24 Weldless steel rings shall be drop-forged steel and heat treated after forging; have a single 25 pull, working load limit of at least 10,000 lbs; and meet performance requirements of Federal 26 Specification RR-C-271 D Type VI. 27 28 Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet 29 performance requirements of Federal Specification FF-T-276b Type ll. �+ 30 31 Wire rope clips shall have drop-forged steel bases, be galvanized, and meet performance 32 requirements of Federal Specification FF-C-450 Type I Class 1. 33 34 9-16.4(5) Hog Rings and Tie Wire 35 This section including title is revised to read: 36 .r 37 9-16.4(5) Fasteners and Lacing Wire 38 Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9 gauge, 39 zinc-coated steel wire conforming to ASTM A 641. 40 41 9-16.4(6) Grout 42 This section including title is deleted. Mr 43 44 9-16.4(7) Anchor 45 This section including title and section number is revised to read: 46 47 9-16.4(6) Ground Anchors 48 Threaded bar ground anchors shall be deformed, continuously threaded, steel reinforcement INS 49 bars conforming to either Section 9-07.2 or Section 9-07.11. Threaded bar ground anchors NO AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 77 of 111 Revised:8/27/13 wr 1�1 1 shall be either epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3 or 2 galvanized after fabrication in accordance with ASTM A 767 Class I. 3 4 Hollow-core anchor bars shall have continuous threads/deformations and be fabricated from 5 steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the 6 guaranteed minimum tensile strength of the hollow core anchor bars. 7 8 Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after 9 fabrication in accordance with AASHTO M 111. Nuts shall conform to either AASHTO M 291 10 Grade B, hexagonal, or Section 9-07.11. Nuts shall be galvanized after fabrication in 11 accordance with AASHTO M 111 for plate washers and AASHTO M 232 for all other 12 hardware. 13 14 Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to 15 Section 9-20.3(2). 16 17 Concrete for soil anchor deadmen shall be either commercial concrete conforming to Section 18 6-02.3(2)B or Class 3000 conforming to Section 6-02. 19 20 Steel reinforcing bars for soil anchor deadmen shall conform to Section 9-07.2, and shall be 21 epoxy-coated in accordance with Sections 6-02.3(24)H and 9-07.3. 22 23 9-16.6(3) Posts 24 This section is revised to read: 25 26 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel 27 pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts 28 for Type 1 Design A and B and Type 2 shall be 2 1/2 inch inside diameter galvanized steel pipe 29 with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line 30 posts) shall be as specified for line posts. 31 32 The base material for the manufacture of steel pipes used for posts shall conform to the 33 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as 34 provided below. 35 36 Posts provided for glare screen will have an acceptance tolerance on the weight per linear 37 foot, as specified,equal to plus or minus 5 percent.This tolerance will apply to each individual ► 38 post. 39 40 All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum 41 average zinc coating is per square foot of surface area.This area is defined as the total area 42 inside and outside. A sample for computing the average of mass of coating is defined as a 43 12-inch piece cut from each end of the galvanized member. 44 45 9-16.6(5) Cable 46 This section including title is revised to read: 47 48 9-16.6(5) Vacant 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 78 of 111 Revised:8/27/13 �r 1 9-16.6(6) Cable and Tension Wire Attachments 2 This section including title is revised to read: 3 4 9-16.6(6) Tension Wire Attachments 5 All tension wire attachments shall be galvanized steel conforming to the requirements of 6 AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back- ■. 7 up nut on the eye end and be provided with an eye nut where needed or standard hex nut 8 and lock washer%-inch diameter for tension wire and of sufficient length to fasten to the type 9 of posts used. Turnbuckles shall be of the shackle end type, 1/2 inch diameter, with standard 10 take-up of 6 inches and provided with % inch diameter pins. 11 12 9-16.6(9) Fabric Bands and Stretcher Bars 13 The first paragraph is revised to read: 14 15 Fabric bands shall be %e inch by 1 inch nominal. Stretcher bars shall be %6 inch by 3/4 inch 16 nominal or 5/16 inch diameter round bar nominal.A 5/16 inch diameter round stretcher bar shall 17 be used with Type 1. Nominal shall be construed to be the area of the cross section of the 18 shape obtained by multiplying the specified width by thickness.A variation of minus 5-percent 19 from this theoretical area shall be construed as"nominal"size.All shall be galvanized to meet +r. 20 the requirements of ASTM F 626. 21 22 9-16.7 Vacant 23 This section including title is deleted in its entirety. 24 25 9-16.8 Weathering Steel Beam Guardrail 26 This section including title is deleted in its entirety. 27 28 9-18.AP9 29 Section 9-18, Precast Traffic Curb and Block Traffic Curb 30 August 6, 2012 31 This section's title is revised to read: +�• 32 33 9-18 Precast Traffic Curb 34 35 9-18.3 Block Traff ic Curb 36 This section including title is revised to read: 37 38 9-18.3 Vacant 39 40 9-20.AP9 41 Section 9-20, Concrete Patching Material, Grout, and Mortar 42 January 2, 2012 43 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 44 This section is revised to read: 45 46 Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — „ 47 Table 1, R2 Concrete or Mortar. 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 79 of 111 Revised:8/27/13 1 9-20.3(4) Grout Type 4 for Multipurpose Applications 2 In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45'. 3 4 9-23.AP9 5 Section 9-23, Concrete Curing Materials and Admixtures 6 August 5, 2013 7 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds 8 In the first paragraph, "moisture loss" is revised to read "water retention". 9 10 9-23.6(9) Type S Specific Performance Admixtures 11 The first sentence is revised to read the following two new sentences: 12 13 Type S Specific Performance admixtures are limited to ASR-mitigating, viscosity modifying, 14 shrinkage reducing, rheology-controlling, and workability-retaining admixtures. They shall 15 conform to the requirements of ASTM C 494 Type S. 16 17 9-26.AP9 18 Section 9-26, Epoxy Resins 19 August 5, 2013 20 9-26.3(1)A Traffic Bearing Applications 21 The first sentence in the first paragraph is revised to read: r 22 23 Epoxy grout/mortar/concrete for traffic bearing applications shall have a 7-day compressive 24 strength of not less than 4,000 psi when tested in accordance with ASTM C 579. 25 26 9-28.AP9 27 Section 9-28, Signing Materials and Fabrication 28 April 1, 2013 29 9-28.14(2) Steel Structures and Posts 30 "AASHTO M 291"is revised to read"ASTM A 563"and"AASHTO M 293"is revised to read"ASTM 31 F 436". 32 33 9-29.AP9 no 34 Section 9-29, Illumination, Signal, Electrical 35 August 5, 2013 36 9-29.1(4) Non-Metallic Conduit 37 This section is supplemented with the following new sub-section: 38 39 9-29.1(4)D Deflection Fittings 40 Deflection Fittings for use with rigid PVC conduit shall be as described in 9-29.1(2)A 41 42 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes r 43 The section is supplemented with the following: 44 45 The Contractor shall perform quality control inspection. The Contracting Agency intends to 46 perform Quality Assurance Inspection. By its inspection,the Contracting Agency intends only AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 80 of 111 Revised:8127/13 +rr 1 to verify the quality of that Work. This inspection shall not relieve the Contractor of any 2 responsibility for identifying and replacing defective material and workmanship. Prior to the 3 start of production of the precast concrete units, the Contractor shall advise the Engineer of 4 the production schedule. The Contractor shall give the Inspector safe and free access to the 5 Work. If the Inspector observes any nonspecification Work or unacceptable quality control 6 practices, the Inspector will advise the plant manager. If the corrective action is not 7 acceptable to the Engineer, the unit(s) will be rejected. 8 9 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 10 The third paragraph is deleted and replaced with the following new paragraphs: 11 12 The Contractor shall provide shop drawings for all components, hardware, lid, frame, 13 reinforcement, and box dimensions. The shop drawings shall be prepared by (or 14 under the supervision of) a Professional Engineer, licensed under Title 18 RCW, 15 State of Washington, in the branch of Civil or Structural, and each sheet shall 16 include the following: 17 1. Professional Engineer's original signature, date of signature, original seal, 18 registration number, and date of expiration. 19 20 2. The initials and dates of all participating design professionals 21 22 3. Clear notation of all revisions including identification of who authorized the revision, 23 who made the revision, and the date of the revision. r 24 25 4. Design calculations shall carry on the cover page, the Professional Engineer's 26 original signature, date of signature, original seal, registration number, and date of w' 27 expiration. 28 29 For each type of junction box, or whenever there is a change to the junction box design, a o 30 proof test, as defined in this Specification, shall be performed and new shop drawings 31 submitted. 32 33 9-29.2(1)A Standard Duty Junction Boxes 34 The first paragraph is supplemented with the following: 35 36 All Standard Duty Junction Boxes placed in sidewalks,walkways, and shared use paths shall 37 have slip resistant surfaces. Non-slip lids and frames shall be hot dip galvanized in 38 accordance with AASHTO M 111. 39 40 The sub-paragraph's titled "Concrete Junction Boxes" are revised to read: 41 42 Concrete Junction Boxes 43 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted 44 with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc 45 primer in accordance with Section 6-07.3, or hot-dip galvanized in accordance with AASHTO 46 M 111. 47 48 Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength 49 of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with +■r 50 welded wire fabric or fiber reinforcement.The frame shall be anchored to the box by welding 51 headed studs % by 3 inches long, as specified in Section 9-06.15, to the frame. The wire AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 81 of 111 Revised:8/27/13 r 1 fabric shall be attached to the studs and frame with standard tie practices. The box shall 2 contain ten studs located near the centerline of the frame and box wall. The studs shall be 3 placed one anchor in each corner, one at the middle of each width and two equally spaced 4 on each length of the box. 5 6 Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: 7 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Stainless Steel grade 302, 304, or 316 Washers steel in accordance with approved shop drawing Locking and Latching Mechanism Hardware In accordance with approved shop and Bolts drawings 8 vi 9 10 9-29.2(1)B Heavy Duty Junction Boxes 11 The section is revised to read: 12 13 Heavy-Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 14 46,000 pounds without permanent deformation and 60,000 pounds without failure when 15 tested in accordance with Section 9-29.2(1)C. 16 17 The Heavy-Duty Junction Box steel frame, lid support and lid shall be painted with a shop 18 applied, inorganic zinc primer in accordance with Section 6-07.3. 19 20 Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: 21 r Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 ASTM A 786 diamond plate steel, rolled Lid from plate complying with ASTM A 572, rade 50 or ASTM A 588, and having a w AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 82 of 111 Revised:8/27/13 rrw s� min. CVN toughness of 20 ft-lb at 40 degrees F. wr Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, ASTM F 593 or A 193, Type 304 or 316, or r. Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts 1 2 3 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, 4 around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of 5 the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt, and 6 other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated 7 with anti-seize compound. Bolts shall be installed snug tight. The bearing seat and lid 8 perimeter bar shall be machined to allow a minimum of 75 percent of the bearing areas to be r. 9 seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage.The bearing area 10 percentage will be measured for each side of the lid as it bears on the frame. 11 12 9-29.2(1)C Testing Requirements 13 The first paragraph is revised to read: 14 15 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. 16 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials 17 testing facility, and a test report issued documenting the results of the tests performed. 18 • 19 The second paragraph is revised to read: 20 21 For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall 22 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. 23 The test shall be conducted in the presence of a Professional Engineer, licensed under Title 24 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall 25 have the Professional Engineer's original signature, date of signature, original seal, 26 registration number, and date of expiration. One copy of the test report shall be furnished to 27 the Contracting Agency certifying that the box and cover meet or exceed the loading 28 requirements for a concrete junction box, and shall include the following information: • 29 30 1. Product identification. 31 32 2. Date of testing. 33 34 3. Description of testing apparatus and procedure. 35 36 4. All load deflection and failure data. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 83 of 111 Revised:8/27113 ■ 1 2 5. Weight of box and cover tested. 3 4 6. Upon completion of the required test(s) the box shall be loaded to failure. 5 6 7. A brief description of type and location of failure. 7 8 The third paragraph is revised to read: 9 10 For non-concrete junction boxes the independent testing laboratory shall meet the wit 11 requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test 12 shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, 13 State of Washington, in the branch of Civil or Structural, and each test sheet shall have the 14 Professional Engineer's original signature, date of signature, original seal, registration 15 number, and date of expiration. One copy of the test report shall be furnished to the 16 Contracting Agency certifying that the box and cover meet or exceed the loading 17 requirements for a non-concrete junction box, and shall include the following information: 18 19 1. Product identification. 20 21 2. Date of testing. 22 23 3. Description of testing apparatus and procedure. 24 25 4. All load deflection data. 26 27 5. Weight of box and cover tested. + 28 29 The first paragraph following the title "Testing for the Standard Duty Non-Concrete Junction 30 Boxes" is revised to read: 31 32 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77-2007 Tier 15 33 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a 34 Manufacture Certificate of Compliance for each non-concrete junction box installed. 35 36 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 37 This section is revised to read: 38 39 Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes shall be constructed as a 40 concrete box and as a concrete lid. The lid for the Heavy-Duty and Standard Duty Cable d 41 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in 42 the Standard Plans. 43 44 The Contractor shall provide shop drawings for all components, including concrete box, Cast 45 Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show 46 placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing 47 shall be prepared by or under the direct supervision of a Professional Engineer, licensed 48 under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet 49 shall carry the following: 50 ,r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 84 of 111 Revised:8/27/13 sr rrr 1 1. Professional Engineer's original signature, date of signature, original seal, 2 registration number, and date of expiration. 3 4 2. The initials and dates of all participating design professionals 5 6 3. Clear notation of all revisions including identification of who authorized the revision, r 7 who made the revision, and the date of the revision. 8 9 4. Design calculations shall carry on the cover page, the Professional Engineer's 10 original signature, date of signature, original seal, registration number, and date of 11 expiration. 12 13 For each type of box or whenever there is a change to the Cable Vault or Pull box design, a 14 proof test, as defined in this Specification, shall be performed and new shop drawings 15 submitted. 16 17 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 18 This section is revised to read: 19 20 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating 21 of 22,500 pounds and be tested in accordance with Section 9-29.2(1)C for concrete Standard 22 Duty Junction Boxes. 23 24 Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive 25 strength of 4,000 psi.The lid frame shall be anchored to the vault/box concrete lid by welding 26 headed studs % by 3 inches long, as specified in Section 9-06.15, to the frame. The wire aw 27 fabric shall be attached to the studs and frame with standard tie practices. The vault/box 28 concrete lid shall contain ten studs located near the centerline of the frame and wall. Studs 29 shall be placed one anchor in each corner, one at the middle of each width and two equally 30 spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted 31 with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc 32 primer in accordance with Section 6-07.3 or hot-dip galvanized in accordance with ASTM M 33 111. 34 35 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared- 36 use paths shall have slip-resistant surfaces. The steel frame, lid support, and lid for the 37 Standard Duty Cable Vaults and Pull Boxes shall be hot-dip galvanized. 38 39 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: wr 40 Materials Requirements Concrete Section 6-02 .r Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A36 Slip Resistant Frame ASTM A 36 Steel AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 85 of 111 Revised:8/27/13 r W Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade Support CS or SS Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, ASTM F593 or A 193, type 304 or 316, or Washers Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking In accordance with approved shop Mechanism Hardware drawings and Bolts 1 2 3 9-29.2(2)B Heavy-Duty Cable Vaults and Pull Boxes 4 This section is revised to read: 5 6 Heavy-Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum 7 compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds 8 without permanent deformation and 60,000 pounds without failure when tested in accordance 9 with Section 9-29.2(1)C for Heavy-Duty Junction Boxes. 10 11 Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: 12 rr Materials Requirements Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Nuts, Washers Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 13 14 9-29.6(2) Slip Base Hardware 15 "AASHTO M 291" is revised to read "ASTM A 563", "AASHTO M 164" is revised to read "ASTM A + + 16 325", and "AASHTO M 293" is revised to read "ASTM F 436. 17 18 9-29.6(5) Foundation Hardware 19 "AASHTO M 291" is revised to read "ASTM A 563". 20 21 9-29.10 Luminaires 22 The third paragraph is revised to read: 23 24 All luminaires shall be provided with markers for positive identification of light source type 25 and wattage in accordance with ANSI C136.15-2011. Legends shall be sealed with 1e 26 transparent film resistant to dust, weather, and ultraviolet exposure. 27 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 86 of 111 Revised:8/27/13 +rr 1 9-29.10(2) Decorative Luminaries 2 The second sentence in the third paragraph is deleted. 3 4 9-29.13 Traffic Signal Controllers 5 This section and all sub-sections including title is revised to read: 6 7 9-29.13 Control Cabinet Assemblies 8 Control cabinet assemblies shall include all necessary equipment and auxiliary equipment 9 for controlling the operation of traffic signals, programmable message signs, illumination err 10 systems, ramp meters, data stations, CCTV, and similar systems as required for the specific 11 application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the 12 NEMA TS1 and TS2 specification or the California Department of Transportation 13 "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as 14 defined in this specification. 15 16 9-29.13(1) Environmental, Performance, and Test Standards for Solid-State 17 Traffic Controller Assemblies 18 The scope of this Specification includes the controller of solid-state design installed in a 19 weatherproof controller cabinet.The controller assembly includes the cabinet, controller rr 20 unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line 21 filters, vehicle detectors, coordination equipment and interface, and preemption 22 equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1 r. 23 Environmental Standards. Normal operation will be required while the control assembly 24 is subjected to any combination of high and low environmental limits(such as low voltage 25 at high temperature with high repetition noise transients). All other control equipment 26 shall meet the environmental requirements of California Department of Transportation 27 "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009. 28 29 The Contractor shall furnish to the Contracting Agency all guarantees and warranties 30 furnished as a normal trade practice for all control equipment provided. 31 32 9-29.13(2) Manufacturing Quality 33 The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) 34 inspections based on their QC program. Their QC program shall be submitted and 35 approved by WSDOT at least annually. The fabricator of the controller shall certify that 36 the controller meets all requirements of the Standard Specifications and Special " 37 Provisions for the specific application. 38 39 The QC program shall include, but not be limited to, the following: 40 41 1. Quality Statement 42 43 2. Individual responsible for quality (organizational chart) 44 45 3. Fabrication procedures 46 47 4. Test procedures 48 49 5. Documented inspection reports 50 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 87 of 111 Revised:8/27/13 �r 1 6. Documented test reports 2 3 7. Certification package 4 5 9-29.13(2)A Traffic Signal Controller Assembly Testing 6 Each traffic signal controller assembly shall be tested as follows.The supplier shall: 7 1. Seven days prior to shipping, arrange appointment for controller cabinet 8 assembly, and testing at the WSDOT Materials Laboratory or the facility 9 designated in the Special Provisions. 10 11 2. Assembly shall be defined as but not limited to tightening all screws, nuts 12 and bolts, verifying that all wiring is clear of moving parts and properly 13 secured, installing all pluggables, connecting all cables, Verify that all 14 Contract required documents are present, proper documentation is 15 provided, and all equipment required by the Contract is installed. 16 17 3. The assembly shall be done at the designated WSDOT facility in the r 18 presence of WSDOT personnel. 19 20 4. The supplier shall demonstrate that all of the functions required by this 21 Specification and the Contract Plans and Special Provisions perform as 22 intended. Demonstration shall include but not be limited to energizing the 23 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 24 overlaps (as required by the Contract Provisions) operate in accordance 25 with Section 9-29.13. The supplier shall place the controller in minimum 26 recall with interval timing set at convenient value for testing purposes. 27 Upon a satisfactory demonstration the controller assembly will then be 28 accepted by WSDOT for testing. 29 30 5. If the assembly and acceptance for testing is not complete within 5 working 31 days of delivery, the Project Engineer may authorize the return of the 32 assembly to the supplier, with collect freight charges to the supplier. 33 34 6. The Contractor will be notified when the testing is complete, and where 35 the assembly is to be picked-up for delivery to the project. 36 37 7. The supplier has 5 working days to repair or replace any components that 38 fail during the testing process at no cost to the Contracting Agency. A 39 failure shall be defined as a component that no longer functions as 40 intended under the conditions required or does not meet the requirements 41 of the Contract Specifications and is at the sole discretion of WSDOT. 42 43 8. Any part or component of the controller assembly, including the cabinet 44 that is rejected shall not be submitted for use by WSDOT or any City or 45 County in the State of Washington. 46 47 9-29.13(3) Traffic Signal Controller 48 The traffic signal controller shall conform to the Contract requirements and the applicable 49 Specifications as listed below: All solid-state electronic traffic-actuated controllers and 50 their supplemental devices shall employ digital timing methods. 51 r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 88 of 111 Revised:8/27/13 rr 1 A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 2 or TS2 Specification. Every pin of every connecting plug shall be utilized as 3 described within the NEMA requirement, except that those pins identified as 4 "spare"or"future"shall remain unused. 5 6 B. Type 170E controllers shall conform to the TEES.The 170E controller shall be 7 provided with a program card, one blank ROM chip, and two 64K non-volatile 8 memory chips. 9 10 C. Type 170E/HC-11 controllers shall conform to the current Oregon Department 11 of Transportation Specification for model 170E/HC-11 controller. The 170E 12 controller with the HC 11 chip shall be compatible with the software specified in 13 the Contract. The controller shall be provided with one ROM chip and one 64K 14 non-volatile memory chip. 15 16 D. Vacant 17 18 E. Type 2070 controllers shall conform to the TEES. The standard 2070 controller 19 shall consist of the following: 20 2070 2070E 2070N1 2070-5 VME cage 2070-1 E CPU 2070-1 E CPU 2070-1 E CPU Card Card Card 2070-313 Front 2070-313 2070-36 Front Panel Panel Front Panel 2070-4 Power 2070-4 Power 2070-4 Power Supply Supply Supply 2070-2A Field 2070-2A Field 2070-213 Field 1/0 1/O 1/O X X 2070-8 Interface 21 22 9-29.13(4) Traffic-Signal Controller Software 23 All traffic signal controllers shall operate with software specified in the contract. 24 25 Traffic-actuated controllers shall be electronic devices which, when connected to traffic 26 detectors or other means of actuation, or both, shall operate the electrical traffic signal 27 system at one or more intersections. 28 29 If the complete traffic controller defined in the Special Provision requires NTCIP 30 compliance the following are the minimum requirements for NTCIP operation. 31 32 Communication 33 The traffic controller hardware and software shall communicate with the central 34 computer in a polled multi-drop operation. In the polled multi-drop operation, several 35 traffic controllers shall share the same communication channel, with each controller 36 assigned a unique ID number. Controller ID numbers shall conform to the NTCIP 37 requirements for address numbers. A traffic controller shall only reply to messages 38 labeled with its ID. In polled multi-drop mode, traffic controllers never initiate w. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 89 of 111 Revised:8127/13 irr 1 communication, but merely transmit their responses to messages from the central 2 computer. 3 4 A laptop computer connected to the traffic controller's local communication port shall Will 5 have the same control and diagnostic capabilities as the central computer. However, 6 local laptop control capability shall be limited to that traffic controller. 7 8 NTCIP Requirements 9 The traffic controller software shall comply with the National Transportation 10 Communications for ITS Protocol (NTCIP) documents and all related errata sheets 11 published before July 1, 1999 and as referenced herein. 12 13 The traffic controller software shall support the following standards: 14 15 1. NTCIP 1101, Simple Transportation Management Framework (STMF), 16 Conformance Level 1 (Simple Network Management Protocol (SNMP)) 17 ■ 18 2. NTCIP 2001, Class B Profile. All serial ports on the device shall support 19 communications according to these standards. 20 21 3. NTCIP 2101, SP-PMPP/RS232 Point-to-Multi-Point Protocol (PMPP) 22 23 4. NTCIP 2201, NTCIP TP-Null Transport Profile Null (TP-NULL) 24 25 The traffic controller software shall implement all mandatory objects of all mandatory 26 conformance groups as defined in NTCIP 1201, Global Object Definitions, and NTCIP 27 1202, Object Definitions for Actuated Traffic Signal Controller Units. Software shall I 28 implement the following conformance groups: 29 30 NTCIP 1202, Object Definitions for ASC 31 Conformance Group Reference Configuration 1201 2.2 Time Management Time Base Event Schedule Report 2.5 Phase 1202 2.2 Wi Rings 2.8 Detector 2.3 Unit 2.4 Preempt 2.7 Time Base 2.6 Coordination 2.5 ,Ire Channel 2.9 Overlaps 2.10 32 33 The software shall implement the following optional objects: 34 35 Objects required by these specifications shall support all values within its 36 standardized range. The standardized range is defined by a size, range, or AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 90 of 111 Revised:8/27/13 r r 1 enumerated listing indicated in the object's SYNTAX field and/or through descriptive 2 text in the object's description field. The following list indicates the modified object 3 requirements for these objects. 4 Object Object Minimum Name ID Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values dBErrorType All values Time Management globslDaylightSavings Values 2 and 3 Timebase Events Schedule maxTimeBaseScheduleEntries 16 MaxDa Plans 15 MaxDa Events 10 Report maxEventLo Con ifs 50 MventConfi Mode Values 2 thru 5 mventConfi Action Values 2 and 3 MaxEventLo Size 255 MaxEventClasses 7 PMPP maxGrou Address 2 ASC Phase maxPhases 8 pPhaseStartp Values 2 thru 6 hase0 tions All Values maxPhaseGrou s 1 Rings maxRin s 2 maxSe uences 16 Detector maxVeh icle Detectors 64 vehicle Detector0 tions All Values maxPedestrian Detector 8 Unit unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values r. unitControl All Values maxAlarmGrou s 1 Special Function maxS ecialFunctionsOut uts 8 Coordination coordCorrection Mode Values 2 thru 4 coord Maximum Mode Values 2 thru4 coordForceMode Values 2 and 3 maxPatterns 48 patternTableType Either 2,3 or 4 maxS lits 16 r s IitMode Values 2 thru 7 IocalFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt maxPreem is 4 reem tControl All Values reem tState Values 2 thru 9 Overlaps maxOverla s 4 overlapType Value 2 and 3 �r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 91 of 111 Revised:8127/13 ra,r i maxOverlapstatusGroup 1 Channels maxChannels 16 channelControlGroup Values 2 thru 4 channelFlash Value 0,2,4,6,8,10,12 and 14 channelDim Values 0 thru 15 maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 ortl Table Values 2 and 3 + 1 2 values in excess of the minimum requirement are considered to meet the specification. 3 4 Documentation 5 Software shall be supplied with all documentation on a CD. ASCII versions of the 6 following Management Information Base (MIB) files in Abstract Syntax Notation 1 7 (ASNA)format shall be provided on CD-ROM: 8 9 1. The official MIB Module referenced by the device functionality. 10 11 2. A manufacturer-specific version of the official MIB Module with the non- 12 standardized range indicated in the SYNTAX field. The filename shall match 13 the official MIB Module, with the extension "spc". 14 15 3. A MIB Module of all manufacturer-specific objects supported by the device with 16 accurate and meaningful DESCRIPTION fields and the supported ranges 17 indicated in the SYNTAX field. 18 19 9-29.13(5) Flashing Operations 20 All traffic signals shall be equipped for flashing operation of signal displays. Controllers 21 and cabinets shall be programmed for flashing red displays for all approaches. During 22 flashing operation, all pedestrian circuits shall be de-energized. 23 24 Actuated traffic signal control mechanisms shall be capable of entry into flash operation 25 and return to stop-and -go operation as follows: 26 27 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal 28 strip input, the controller shall provide both sequenced entry into flash and 29 sequenced return to normal operation consistent with the requirements of the 30 latest edition of the Manual on Uniform Traffic Control Devices. 31 32 2. Police Panel Switch.When the flash-automatic switch located behind the police 33 panel door is turned to the flash position, the signals shall immediately revert 34 to flash; and, the controller shall have a stop time input applied. When the 35 switch is placed on automatic,the controller shall immediately time an 6 second 36 all red period then resume stop-and-go operations at the beginning of major 37 street green. 38 39 3. Controller Cabinet Switches. When the flash-automatic switch located inside 40 the controller cabinet is placed in the flash position, the signals shall AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 92 of 111 Revised:8/27/13 r 1 immediately revert to flash; however, the controller shall not have a stop time 2 input applied. When the flash-automatic switch is placed in the automatic 3 position, the controller shall immediately time a 6 second all red period, then 4 resume stop-and-go operation at the beginning of the major green. 5 6 4. Power Interruption. On "NEMA" controllers any power interruption longer than 7 475 plus or minus 25 milliseconds,signals shall re-energize consistent with No. 8 2 above to ensure an 6-second flash period prior to the start of major street 9 green.A power interruption of less than 475 plus or minus 25 milliseconds shall 10 not cause resequencing of the controller and the signal displays shall re- 11 energize without change.Type 170 controllers shall re-energize consistent with 12 No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds.The 13 6-second flash period will not be required. Any power interruption to a 2070 14 type controller shall result in a 6 second flash period once power is restored. 15 16 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall 17 immediately cause the signal to revert to flash and the controller to stop time. 18 After the conflict monitor has been reset, the controller shall immediately take 19 command of the signal displays at the beginning of major street green. 20 21 9-29.13(6) Emergency Preemption 22 Immediately after a valid call has been received, the preemption equipment shall cause 23 the controller to terminate the appropriate phases as necessary with the required 24 clearance intervals and enter any programed subsequent preemption sequence. 25 Preemption sequences shall be as noted in the Contract. 26 27 9-29.13(7) Wiring Diagrams 28 Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be 29 submitted when the assemblies are delivered. The diagram shall show in detail all 30 circuits and parts. The parts shall be identified by name or number in a manner readily 31 interpreted. Two hard copies of the cabinet wiring diagram and component wiring 32 diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and 33 component drawings.The schematic drawing shall consist of a single sheet, detailing all 34 circuits and parts, not to exceed 52-inches by 72-inches. The cabinet wiring diagram 35 shall indicate and identify all wire terminations, all plug connectors, and the locations of 36 all equipment in the cabinet. Included in the diagram shall be an intersection sketch ++■ 37 identifying all heads, detectors, and push buttons and a phase diagram. 38 39 9-29.13(8) Generator Transfer Switch 40 When specified in the contract, A generator transfer switch shall be included. . The 41 Generator Transfer Switch shall be capable of switching power from a utility power 42 source to an external generator power source. 43 44 The Transfer Switch enclosure shall be of identical materials and dimensions and 45 installation methods as the Police Panel type enclosure specified in the first paragraph 46 of Special Provision 9-29.13(10)D except that the enclosure door shall include a spring 47 loaded construction core lock capable of accepting a Best 6-pin CX series core. The 48 core lock shall be installed with a green construction core. Upon contract completion, 49 two master keys for the construction core shall be delivered to the Engineer. 50 51 The enclosure shall include the following Transfer Switch equipment: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 83 of 111 Revised:8/27113 1 2 1. One Nema L5-30P Flanged Inlet generator connector 3 4 2. One Utility power indicator light 5 6 3. One generator indicator light 7 8 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One circuit 9 breaker shall be labeled "Generator" and the other circuit breaker shall be 10 labeled "Utility". Both labels shall be engraved phenolic name plates. 11 12 5. A mechanical lock out feature that prevents the Utility circuit breaker and the 13 Generator circuit breaker from being in the ON position at the same time. The 14 circuit breakers shall be capable of being independently switched. 15 16 6. The conductors from the Generator Transfer Switch enclosure to the cabinet 17 circuit breaker shall be enclosed in nylon mesh sleeve. r 18 19 7. The enclosure door shall be labeled with the letters "GTS". 20 21 9-29.13(9) Vacant 22 23 9-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 24 25 9-29.13(10)A Auxiliary Equipment for NEMA Controllers 26 The following auxiliary equipment shall be furnished and installed in each cabinet 27 for N EMA traff ic-actuated controllers: 28 29 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut 30 in the flasher and isolate the controller from light circuits. See Section 9- 31 29.13(5) for operational requirements. 32 33 2. Modular solid state relay load switches of sufficient number to provide for 34 each vehicle phase (including future phases if shown in the plans), each 35 pedestrian phase and preemption sequence indicated in the Contract. 36 Type P & R cabinets shall include a fully wired 16-position back panel. 37 Solid-state load switches shall conform to NEMA standards except only 38 optically isolated load switches will be allowed. Load switches shall include 39 indicator lights on the input and output circuits.The controller cabinet shall 40 have all cabinet wiring installed for eight vehicle phases, four pedestrian 41 phases, four emergency pre-empts, four overlaps (OL A, B, C, D). 42 43 3. A power panel with: 44 45 a. A control-display breaker sized to provide 125 percent overload 46 protection for all control equipment and signal displays, 20 ampere 47 minimum. 48 49 b. A 15 ampere accessory breaker wired parallel to the control display 50 breaker. The breaker will carry accessory loads, including vent fan, will 51 cabinet light, plug receptacle, etc. Will AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 94 of 111 Revised:8/27/13 r1 rrri 1 2 c. A busbar isolated from ground and unfused for the neutral side of 3 power supply. 4 5 d. A radio interference suppresser installed at the input power point. 6 Interference suppressers shall be of a design which will minimize 7 interference in both broadcast and aircraft frequencies, and shall 8 provide a minimum attenuation of 50 decibels over a frequency range 9 of 200 kilohertz to 75 megahertz when used in connection with normal r, 10 installations. The interference filters furnished shall be hermetically 11 sealed in a substantial case filled with a suitable insulating compound. 12 Terminals shall be nickel plated, 10-24 brass studs of sufficient 13 external length to provide space to connect two 8 AWG wires, and 14 shall be so mounted that they cannot be turned in the case. 15 16 Ungrounded terminals shall be insulated from each other and shall 17 maintain a surface leakage distance of not less than '/.-inch between 18 any exposed current conductor and any other metallic parts with an 19 insulation factor of 100-200 megohms dependent on external circuit 20 conditions. 21 22 Suppressers shall be designed for operations on 50 amperes, 125 23 volts, 60 cycles, single wire circuits, and shall meet standards of the 24 Underwriters' Laboratories and the Radio Manufacturers Association. 25 26 e. A Surge Protection Device connected to the controller power circuit 27 for protection against voltage abnormalities of 1 cycle or less duration. 28 The Surge Protection Device shall be a solid state high energy circuit 29 containing no spark gap, gas tube, or crow bar component. The 30 device shall provide transient protection between neutral and ground, 31 line and ground, as well as line and neutral. If the protection circuits 32 fail, they shall fail to an open circuit condition. The minimum 33 interrupting capacity shall be 10,000 Amps. The Voltage Protection ` 34 Rating shall be 600 volts or less when subjected to an impulse of 35 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond 36 waveform as described in UL 1449. In addition, the device shall +�► 37 dissipate a 13,000 Amp or greater repeated single peak 8/20 38 microsecond current impulse, and withstand, without failure or 39 permanent damage, one full cycle at 264 volts RMS.The device shall 40 contain circuitry to prevent self-induced regenerative ringing. There 41 shall be a failure warning indictor which shall illuminate a red light or 42 extinguish a green light when the device has failed and is no longer 43 operable. �. 44 45 f. Cabinet ground busbar independent (150K ohms minimum) of 46 neutral. ++ 47 48 4. A police panel located behind the police panel door with a flash automatic 49 switch and a control-display power line on-off switch. See Section 9- ,,, 50 29.13(5) for operational requirements. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 95 of 111 Revised:8/27/13 rte 1 5. An auxiliary control panel located inside the controller cabinet with a flash- 2 automatic switch and a controller on-off switch. See Section 9-29.13(5)for 3 operational requirements. A three wire 15 ampere plug receptacle with 4 grounding contact and 15 ampere ground fault interrupter shall also be 5 provided on the panel. 6 7 6. A conflict monitor conforming to NEMA standards. See Section 9-29.13(5) am 8 for operational requirements. The unit shall monitor conflicting signal 9 indications at the field connection terminals. The unit shall be wired in a 10 manner such that the signal will revert to flash if the conflict monitor is 11 removed from service. 12 13 Supplemental loads not to exceed 10 watts per monitored circuit or other 14 means, shall be provided to prevent conflict monitor actuation caused by 15 dimming or lamp burn-out. Supplemental loads shall be installed on the 16 control side of the field terminals. Conflict monitors shall include a 17 minimum of one indicator light for each phase used. The monitoring r 18 capacity of the unit shall be compatible with the controller frame size. 19 Conflict monitors shall include a program card. 20 21 7. A "Detector Panel", as specified in Standard Specification Section 9- 22 29.13(10)B, shall be installed. The panel shall be mounted on the inside 23 of the front cabinet door. The detector panel shall be constructed as a 24 single unit. Detector switches with separate operate,test, and off positions 25 shall be provided for each field detector input circuit. A high intensity light 26 emitting diode (LED) shall be provided for each switch. The lamp shall 27 energize upon vehicle, pedestrian or test switch actuation.The test switch 28 shall provide a spring loaded momentary contact that will place a call into 29 the controller. When in the OFF position, respective detector circuits will 30 be disconnected. In the operate position, each respective detector circuit 31 shall operate normally. Switches shall be provided on the panel with labels 32 and functions as follows: 33 34 a. Display On — Detector indicator lights shall operate consistent no 35 with their respective switches. 36 37 b. Display Off—detector indicator lights shall be de-energized. 38 39 A means of disconnecting all wiring entering the panel shall be provided. 40 The disconnect shall include a means to jumper detection calls when the 41 display panel is disconnected. All switches on the panel shall be marked 42 with its associated Plan detector number.All markers shall be permanent. 43 44 8. Insulated terminal blocks of sufficient number to provide a termination for 45 all field wiring. A minimum of 12 spare terminals shall be provided. Field 46 wire connection terminal blocks shall be 600 volt, heavy duty, barrier type, 47 except loop detector lead-ins, which may be 300 volt. The 600 volt type 48 terminal strips shall be provided with a field-side and a control-side 49 connector separated by a marker strip. The 300 volt type shall have a 50 marker strip, installed on the right side of vertical terminal strips or below 51 horizontal terminal strips. The marker strip shall bear the circuit number .rr AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 96 of 111 Revised:8/27/13 1A 1 indicated in the plans and shall be engraved. Each connector shall be a 2 screw type with No. 8 post capable of accepting no less than three 12 3 AWG wires fitted with spade tips. r. 4 rrr 5 9. A vent fan with adjustable thermostat.The minimum CFM rating of the fan 6 shall exceed three times the cabinet volume. 7 am 8 10. VACANT 9 10 11. All wiring within the cabinet, exclusive of wiring installed by the signal 11 controller manufacturer, shall have insulation conforming to the 12 requirements of Section 9-29.3. Cabinet wiring shall be trimmed to 13 eliminate all slack and shall be laced or bound together with nylon wraps �. 14 or equivalent.All terminals, shall be numbered and permanently identified 15 with PVC or polyolefin wire marking sleeve consistent with the cabinet 16 wiring diagram provided by the signal controller manufacturer and the 17 Contract.The cabinet will be completely wired so that the only requirement 18 to make a field location completely operational is to attach field power and 19 ground wiring. Internal cabinet wiring shall not utilize the field side 20 connections of the terminal strip intended for termination of field wires. 21 22 12. Cabinet wiring diagram and component wiring diagrams meeting the r 23 requirements of 9-29.13(7) shall be furnished with each cabinet. Each Ilia 24 cabinet shall be equipped with a, shelf mounted roll out drawer mounted 25 directly below the controller to house one or more cabinet wiring diagrams. 26 The cabinet wiring diagram shall indicate and identify all wire terminations, 27 all plug connectors, and the locations of all equipment in the cabinet. so 28 Included in the diagram shall be an intersection sketch identifying all 29 heads, detectors, and push buttons; and a phase diagram. err 30 ON 31 13. Each vehicle detector amplifier, video detection output channel pedestrian 32 call isolation unit, phase selector, discriminator, and load switch shall be 33 identified with semi-permanent stick-on type label. The following 34 information shall be included: 35 36 a. Vehicle Detector Amplifier Channel 37 .® 38 1. Loop number 39 40 2. Assigned phase(s) 41 42 b. Ped Call Isolation Unit r 43 44 1. Push button number 45 46 2. Assigned phase(s) 47 +rr 48 c. Load Switches 49 arr 50 1. Signal head number 51 rr �r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 97 of 111 Revised:8/27/13 aw 1 2. Assigned phase(s) 2 3 d. Phase Selectors 4 5 1. Circuit Letter 6 7 2. Phase(s) called 8 9 The label shall be placed on the face of the unit. It shall not block any switch, light, 10 or operational words on the unit. The lettering on this label shall be neat, legible, „ 11 and easily read from a distance of approximately 6-feet. 12 13 9-29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies kI 14 The following requirements apply to required auxiliary equipment furnished with 15 Type 170E, 170E-HC-11 and 2070 controllers: 16 IN 17 A. Flashers,flash transfer relays, conflict monitor,AC isolators, DC isolators, 18 discriminator modules, program modules, modem modules, breakers, 19 buses, police panel switches, receptacle requirement, vent fan and 20 auxiliary control panel switches shall conform to the requirements noted in 11➢ 21 the TEES. 22 23 B. Flashing operation shall conform to Section 9-29.13(5), except the 6- 24 second flash period described in Item 2 of that section will not be required. 25 Emergency preemption shall conform to Section 9-29.13(6). 26 27 C. Input and output terminals shall be installed with a marking strip with field 28 wire numbers noted in the Contract embossed on the strip.All cabinet and 29 field conductor shall have a PVC or polyolefin wire marking sleeve 30 installed, matching the input and output terminals above. Marking on 31 sleeves shall be embossed or type written. 32 33 D. The input panel terminal blocks TB 2 through TB 9 and associated cable 34 to the input files as described in the TEES shall be provided in all control 35 assemblies. 36 ik 37 E. Supplemental load resistor, not less than 2000 ohms and not greater than 38 5000 ohms not to exceed 10 watts per monitored circuit, shall be provided 39 to prevent conflict monitor actuation caused by dimming or lamp burn-out. 40 rrr 41 An individual supplemental load resistor shall be installed within the output 42 file, and shall be installed on each of the following terminal circuits: 43 FT1-105 SP 4P-Y) FT1-111 SP 8P-Y) FT2-114 SP 2P-Y) FT2-120 SP 6P-Y) FT2-117 SP 3-Y FT2-118 SP 3-G FT2-123 SP 7-Y FT2-124 SP 7-G 44 FT3-126 SP 1-Y FT3-127 SP 1-G FT3-132 SP 5-Y FT3-133 SP 5-G 45 F. Load switches of sufficient quantity to fully populate the output files shall 46 conform to TEES and shall have indicator lights on input and output 47 circuits. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 98 of 111 Revised:8/27/13 IN rr 1 2 G. A detection panel, which shall be constructed as a single unit. Detector 3 switches with separate operate, test, and off positions shall be provided 4 for each field detector input circuit. A high intensity light emitting diode 5 (LED) shall be provided for each switch. The lamp shall energize upon 6 vehicle, pedestrian or test switch actuation. The test switch shall provide 7 a spring loaded momentary contact that will place a call into the controller. ■r 8 When in the OFF position, respective detector circuits will be 9 disconnected. In the operate position,each respective detector circuit shall 10 operate normally. Switches shall be provided on the panel with labels and 11 functions as follows: 12 13 a. Display On — Detector indicator lights shall operate consistent 14 with their respective switches. 15 16 b. Display Off—detector indicator lights shall be de-energized. 17r 18 A means of disconnecting all wiring entering the panel shall be provided. 19 The disconnect shall include a means to jumper detection calls when the 20 display panel is disconnected. All switches on the panel shall be marked 21 with its associated Plan detector number.All markers shall be permanent. 22 23 H. A "Detector Termination and Interface Panel' shall be provided. When 24 viewing the cabinet from the back, the panel shall be located on the upper 25 left hand side of the cabinet. The panel shall be electrically located 26 between the "detection Panel' and the C-1 connector. The panel shall 27 utilize insulated terminal blocks and each connector shall be a screw type 28 with post. 29 30 I. Each switchpack socket shall have pin 11 common to Nutral. 31 32 J. The AC input Service Panel Assembly (SPA), line voltage filter, transient 33 surge protection and all neutral bus bars and equipment ground bus bars 34 shall be on the right side of the cabinet, mounted no more that 18 inches 35 from the bottom of the cabinet when viewed from the rear, and meet the 36 requirements described in TEES. 37 38 K. The PED yellow terminals on the CMU edge connector shall be extended 39 with a 2 foot wire, coiled, heat shrink tipped and labeled for the correct ■. 40 corresponding terminal as CH-13Y/CMU-8, CH-14Y/CMU-11, CH- 41 15Y/CMU-K, CH-16Y/CMU-N. 42 43 L. An "Absence Of Red Programming Assembly" shall be provided. There 44 shall be provided on the back panel of the output file, 17 accessible jumper 45 plug attachment areas, made up of three male pins per position (one, for 46 each conflict monitor channel and one for red enable function). Each 47 jumper plug shall be a two position connector, It shall be possible, by 48 inserting and positioning one of the 16 connectors on the right two pins on 49 the monitor board, to apply 120 VAC into a corresponding channel of the 50 conflict monitor red channels. The connection between the red monitor r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 99 of 111 Revised:8/27/13 ■w 1 board and the conflict monitor shall be accomplished via a 20 pin ribbon 2 cable and the industry standard P-20 connector that attaches on the front 3 panel of the monitor. It shall be possible, by inserting and positioning one 4 of the 16 jumper plugs on the two left pins on the monitor board, to enable 5 the corresponding channel to monitor for red fault by the conflict monitor. 6 There shall be installed on the red monitor board a red fail monitor disable 7 function that controls the 120 VAC red enable signal into the conflict a�1 8 monitor. During stop-and—go operation, 120VAC is sent via pin #20 on the 9 P20 connector to enable red failure monitoring on the conflict monitor by 10 having the connector moved to the side labeled "Red Enable". If this is 11 disengaged by moving the connector to the side labeled"Red Relay",then 12 120VAC is removed from pin #20, and the conflict monitor will no longer 13 monitor for red fail faults. The red enable function will also be wired such 14 that if the traffic signal is in cabinet flash, then there will be no voltage on 15 pin #20, and the conflict monitor will not monitor for red fail faults. 16 Ilk 17 M. Each cabinet shall be provided with at least 20 empty neutral connections .rr 18 to accommodate field wiring. The neutral bus bars shall be of the style in 19 which a lug is not needed to be applied to the neutral field wire(s). All of 20 the neutral bars shall be secured in accordance with the TEES.All neutral 21 bars shall be at the same electrical potential. 22 23 N. The main breaker on the SPA shall be provided with a cover to prevent 24 accidental tripping.The cover shall be removable and replaceable without 25 the use of tools. VACANT 26 27 O. Equipment Branch Breaker—The duplex receptacle on the rear of either rr 28 PDA #2L or 3L shall be wired in parallel with the ground fault current 29 interrupt receptacle on the front of the power supply. The ground fault 30 current interrupt receptacle being in the "Test" mode shall not remove 31 power to the rear receptacle. 32 33 9-29.13(10)C NEMA Controller Cabinets 34 Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming ' 35 to the following requirements: 36 it 37 1. Construction shall be of 0.073-inch minimum thickness series 300 38 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy 39 aluminum. The stainless steel shall be annealed or one-quarter-hardness 40 complying with ASTM A666 stainless steel sheet. Cabinets may be 41 finished inside with an approved finish coat of exterior white enamel. If no 42 other coating is specified in the Contract Provisions the exterior of all 43 cabinets shall be bare metal.All controller cabinets shall be furnished with 44 front and rear doors. 45 46 2. The cabinet shall contain shelving, brackets, racks, etc., to support the is 47 controller and auxiliary equipment. All equipment shall set squarely on Sri 48 shelves or be mounted in racks and shall be removable without turning, 49 tilting, or rotating or relocating one device to remove another.A 24 slot rack 50 or racks shall be installed. The rack(s) shall be wired for 2 channel loop 51 detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & Will AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 100 of 111 Revised:8/27/13 1 5 phase 2 loop detectors. Slots 6 &7 phase 3 loop detectors. Slots 8, 9, & 2 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop detectors. Slots 13, 3 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. 4 Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop 5 detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel 6 discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, ++ 7 channels B, D. Slot 24 wired for a 4 channel discriminator, wired for m. 8 channel A, B, C, and D. All loop detector slots shall be wired for 9 presence/pulse detection/extension. If an external power supply is 10 required in order for the entire racks(s) to be powered it shall be installed. 11 All rack(s) slots shall be labeled with engraved identification strips. 12 13 3. Additional detection utilizing the "D" connector shall be installed in 14 accordance with the Contract. The cabinet shall be of adequate size to 15 properly house the controller and all required appurtenances and auxiliary 16 equipment in an upright position with a clearance of at least 3-inches from 17 the vent fan and filter to allow for proper air flow. In no case shall more 18 than 70 percent of the cabinet volume be used. There shall be at least a 19 2-inch clearance between shelf mounted equipment and the cabinet wall 20 or equipment mounted on the cabinet wall. 21 22 4. The cabinet shall have an air intake vent on the lower half of the front door, 23 with a 12-inch by 16-inch by 1-inch removable throw away filter, secured 24 in place with a spring-loaded framework. 25 26 5. The cabinet door(s) shall be provided with: 27 28 a. Cabinet doors shall each have a three point latch system. Locks shall 29 be spring loaded construction locks capable of accepting a Best 6 pin 30 core. A 6 pin construction core of type (blue, green, or Red) specified 31 in the contract shall be installed in each core lock. One core removal 32 key and two standard keys shall be included with each cabinet and 33 delivered to the Engineer. 34 35 b. A police panel assembly shall be installed in the front door and shall 36 have a stainless steel hinge pin and a police panel lock. Two police 37 keys With shafts a minimum of 13/4-inches long shall be provided with r 38 each cabinet. 39 40 c. All doors and police panel door shall have one piece, closed cell, 41 neoprene gaskets. 42 43 d. A two position doorstop assembly. 44 45 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for 46 cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Y. 47 Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 shatterproof 48 tubular bulbs. LED light strips shall be approximately 12 inches long, and 49 have a minimum output of 320 lumens. Lighting shall be ceiling mounted 50 and oriented parallel to the door face. Lighting shall not interfere with the 51 proper operation of any other ceiling mounted equipment. All lighting AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 101 of 111 Revised:8/27/13 imp 1 fixtures shall energize whenever any door is opened. Each door switch 2 shall be labeled "Light". 3 4 9-29.13(10)D Cabinets for Type 170E and 2070 controllers 5 Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless 6 specified otherwise in the contract. Type 332L cabinets shall be constructed in IN 7 accordance with TEES with the following modifications: 8 9 1. Each door shall be furnished with the equipment listed in Standard 10 Specifications 9-29.13(10)C item 5 above. 11 12 2. The cabinet shall be furnished with auxiliary equipment described in 13 Standard Specification 9-29.13(10)B. 14 15 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in 16 accordance with Section 9-29.13(10)C, Item 1 above. Painted steel, At 17 painted or anodized aluminum is not allowed. 18 19 4. A disposable paper filter element with dimensions of 12"x 6"x 1" shall be 20 provided in lieu of a metal filter. The filter shall be secured in the filter 21 holder with a louvered aluminum cover. The maximum depth of the cover 22 shall not be more than 0.5" inch to provide the filter to be flush against the 23 door. No incoming air shall bypass the filter element. 24 25 5. Field wire terminals shall be labeled in accordance with the Field Wiring 26 Chart. 27 28 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for 29 cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W,type 30 T5 tubular bulbs. Tubular bulbs shall be contained within a shatterproof 31 lamp cover. Led strips shall be approximately 12 inches long, and have a 32 minimum output of 320 lumens. There shall be one fixture for each rack 33 within the cabinet. Lighting shall be ceiling mounted and oriented 34 perpendicular to the door face. Rack mounted lights are not allowed. 35 Lighting shall be positioned such that the fixture is centered between the 36 front and rear of the cabinet. Lighting shall not interfere with the proper Ilk 37 operation of any other ceiling mounted equipment. Each lighting fixture 38 shall energize automatically when either door to that respective rack is 39 opened. Each door switch shall be labeled "Light". ka 40 41 7. One drawer shelf, as shown in the TEES 42 43 8. 332D Controller Cabinet to 44 45 a. The 332D Controller cabinet shall have the appearance of two Type 46 332 controller cabinets joined at opposing sides. The outside 47 Dimensions of the cabinet shall be 67' High X 48 1/2"Wide X 30 1/4 + 48 Deep. 49 NiW AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 102 of 111 Revised:8/27/13 air wr rrr 1 b. The right side of the cabinet, as viewed from the front, shall be 2 considered the Signal Control side.The left side of the cabinet, when 3 viewed from the front, shall be considered the ITS/COMM side. rw 4 aa< 5 c. One police access panel shall be installed on the right side of the 6 cabinet, as viewed from the front. 7 ow 8 d. Two cabinet lights shall be provided one on each side and as 9 described in section 9-29.13(10)D.6 10 11 e. Vacant 12 13 f. The Traffic Signal Control side of the cabinet shall contain the Traffic " 14 Signal Controller assembly and shall be furnished with equipment as 15 described in the contract specifications. The Traffic Signal Control 16 side of the cabinet shall also meet all the additional equipment 17 requirements of the Type 332 Signal Controller cabinet as indicated 18 in the contract specifications. 19 20 g. The ITS/COMM side of the cabinet shall contain ITS and 21 Communication equipment and shall be furnished with the following: 22 23 1. One controller shelf unit, mounted 36 inches from the bottom of 24 the cabinet opening to the front of the cabinet and attaching to 25 the front rails of the EIA rack, shall be provided. The shelf shall 26 be fabricated from aluminum and shall contain a rollout flip-top 27 drawer for storage of wiring diagrams and manuals. 28 29 2. One aluminum sheet metal panel, 1/8"x 15"x 54", shall be 30 installed to the rear of the cabinet on the right hand (when facing 31 the front) side railing. 32 33 3. Additional ITS and Communication equipment as described in �r 34 the Contract Plans and the ITS section of the Contract Special 35 Provisions. 36 OW 37 9-29.13(11) Traffic Data Accumulator and Ramp Meters r 38 All cabinets designated for use as a traffic data or ramp meter shall be Type 334L cabinets 39 furnished to meet the TEES with the modifications listed in Section 9-29.13(10)D and include so 40 the following accessories: 41 42 1. Each cabinet shall be equipped with a fully operable controller equipped as 43 specified in the Contract Provisions. r 44 45 2. Two input files, shall be provided. 46 47 3. The PDA#3L shall contain three Model 200 Load Switches. 48 A second transfer relay, Model 430, shall be mounted on the rear of the PDA#3L 49 and wired as shown in the Plans. rr 50 „ aw AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 103 of 111 Revised:8/27/13 No M 01 1 4. Police Panel shall contain only one DPDT toggle switch.The switch shall be labeled 2 POLICE CONTROL, ON-OFF. 3 4 5. Display Panel 5 " 6 A. General ib 7 Each cabinet shall be furnished with a display panel. The panel shall be 8 mounted, showing and providing detection for inputs and specified controller 9 outputs, at the top of the front rack above the controller unit. The display panel Ilk 10 shall be fabricated from brushed aluminum and constructed according to the 11 detail in the Plans. 12 13 B. Text 14 All text on the detector panel shall be black in color and silk screened directly ` 15 to the panel except the Phenolic detector and cabinet nameplates. 16 as 17 A nameplate for each loop shall be engraved with a '/4-inch nominal text 18 according to the ITS Field Wiring Charts.The nameplates shall be permanently 19 affixed to the detector panel. 20 21 C. LEDs 22 The LEDs for the display panel shall meet the following Specifications: 23 24 Case size T 1-3/4 25 Viewing angle 50°minimum 26 Brightness 8 Milli candelas 27 28 LEDs with RED,YELLOW or GREEN as part of their labels shall be red, yellow 29 or green in color.All other LEDs shall be red.All LEDs shall have tinted diffused to 30 lenses. rr 31 32 D. Detector panel Control Switch 33 Each display panel shall be equipped with one detector display control switch 34 on the panel with labels and functions as follows: 35 36 ON 37 Detector panel LEDs shall operate consistent with their separate switches. "e 38 39 OFF 40 All detector indicator LEDs shall be de-energized. Detector calls shall 41 continue to reach the controller. 42 43 TEST 44 All detector indicator LEDs shall illuminate and no calls shall be placed to 45 the controller. 46 47 E. Advance Warning Sign Control Switch 48 Each display panel shall be equipped with one advance warning sign control 49 switch on the panel with labels and functions as follows: 50 rl AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 104 of 111 Revised:8/27/13 1 AUTOMATIC 2 Sign Relay shall energize upon ground true call from controller. 3 4 SIGN OFF 5 Sign Relay shall de-energize. 6 7 SIGN ON 8 Sign Relay shall energize. 9 10 F. Sign Relay 11 The sign relay shall be plugged into a socket installed on the rear of the display 12 panel. The relay shall be wired as shown in the Plans. The relay coil shall draw 13 (or sink) 50 milliamperes ± 10% from the 170E/HC11 controller and have a 14 DPDT contact rating not less than 10 amperes.A 1 N4004 diode shall be placed 15 across the relay coil to suppress voltage spikes. The anode terminal shall be 16 connected to terminal #7 of the relay as labeled in the Plans. The relay shall ow 17 energize when the METERING indicator LED is lit. +. 18 19 G. Detector Input Indicators 20 One LED and one spring-loaded two-position SPST toggle switch shall be rr 21 provided for each of the 40 detection inputs. These LEDs and switches shall 22 function as follows: 23 24 TEST 25 When the switch is in the test position, a call shall be placed to the 26 controller and energize the associated LED.The switch shall automatically 27 return to the run position when it is released. 28 29 RUN •■ 30 In the run position the LEDs shall illuminate for the duration of each call to r 31 the controller. 32 33 H. Controller Output Indicators 34 The display panel shall contain a series of output indicator LEDs mounted 35 below the detection indicators.The layout shall be according to the detail in the 36 Plans. These LEDs shall illuminate upon a ground true output from the 37 controller via the C5 connector. ' 38 39 The output indicator LEDs shall have resistors in series to drop the voltage from 40 24 volts DC to their rated voltage and limit current below their rated current. .r► 41 The anode connection of each LED to +24 VDC shall be wired through the 42 resistor. 43 44 I. Connectors 45 Connection to the display panel shall be made by three connectors, one pin 46 (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 47 connectors shall be 50-pin cannon D series, or equivalent 50 pin connectors 48 and shall be compatible such that the two connectors can be connected directly 49 to one another to bypass the input detection. Wiring for the P1, P2 and C5 50 connectors shall be as shown in the Plans. atr w. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 105 of 111 Revised:8/27/13 rrr is 1 . 2 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6 3 according to the pin assignments shown in the Plans. 4 5 6. Model 204 Flasher Unit 6 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 7 flasher unit mounted on the right rear side panel.The flasher shall be powered from 8 T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. 9 10 7. Fiber Optic Patch Panel 11 The Contractor shall provide and install a rack-mounted fiber optic patch panel as 12 identified in the Plans. 13 14 Cabinet Wiring ` 15 Terminal blocks T131 through T69 shall be installed on the Input Panel. Layout and 16 position assignment of the terminal blocks shall be as noted in the Plans. 17 18 Terminals for field wiring in traffic data and/or ramp metering controller cabinet shall be 19 labeled, numbered and connected in accordance with the following: 20 Terminal Block Pos. Terminal and Wire Numbers Connection Identification TBS 501-502 AC Power, Neutral T1-2 641 Sign on T1-4 643 Sign off T1-5 644 Flasher Output NC T1-6 645 Flasher Output NO T4-1 631 Lane 3 - Red T4-2 632 Lane 3—Yellow T4-3 633 Lane 3—Green r T4-4 621 Lane 2 - Red T4-5 622 Lane 2 - Yellow T4-6 623 Lane 2 —Green T4-7 611 Lane 1 — Red T4-8 612 Lane 1 —Yellow T4-9 613 Lane 1 —Green 21 22 23 Loop lead-in cables shall be labeled and connected to cabinet terminals according to 24 the ITS Field Wiring Chart.This chart will be provided by the Engineer within 20 days of wrh 25 the Contractor's request. 26 t AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 106 of 111 Revised:8/27113 as a 1 9-29.13(12) ITS cabinet: 2 Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the Contract. 3 Type 334L Cabinets shall be constructed in accordance with the TEES, with the following 4 modifications: 5 6 1. The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, 7 Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional .rr 8 equipment may be specified as part of the cabinet function-specific standards. 9 10 2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized 11 aluminum is not allowed. 12 13 3. The door air filter shall be a disposable paper filter element of at least 180 square 14 inches. 15 16 4. Locks shall be spring loaded construction core locks capable of accepting a Best 6- 17 pin core. A 6-pin construction core of the type (Blue, Green, or Red) specified in • 18 the Contract shall be installed in each core lock. One core removal key and two 19 standard keys (properly marked) shall be included with each cabinet and delivered 20 to the Engineer upon Contract completion. 21 22 5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, 23 which shall be thermostat controlled. The heater strip shall be fed by wire with a 24 temperature rating of 400 IF or higher, and shall be shielded to prevent contact with 25 wiring, equipment, or personnel. If the heater thermostat is separate from the fan 26 thermostat, the heater thermostat must meet the same requirements a++++s the +■+ 27 fan thermostat as defined in TEES. 28 29 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet aw 30 lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent 31 fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a 32 shatterproof lamp cover. LED light strips shall be approximately 12 inches long, 33 and have a minimum output of 320 lumens. There shall be two fixtures for each to 34 rack within the cabinet Lighting shall be ceiling mounted and oriented parallel to the AIL 35 door face—rack mounted lighting is not permitted. Lighting shall not interfere with 36 the proper operation of any other ceiling mounted equipment. All lighting fixtures + 37 above a rack shall energize whenever either door to that respective rack is opened. AN 38 Each door switch shall be labeled "Light". 39 40 7. Each cabinet shall be equipped with a power distribution assembly (PDA) mounted „N 41 in a standard EIA 19-inch(ANSI/EIA RS-310-C)rack utilizing no more than five Rack 42 Mounting Units (RMU) (8.75 inches). The PDA shall include the following 43 equipment: 44 45 a. One duplex NEMA 5-15R GFCI receptacle on the front of the PDA. 46 +w 47 b. Four duplex NEMA 5-15R receptacles on the rear of the PDA. These .� 48 receptacles shall remain energized on a trip or failure of the GFCI 49 receptacle. 50 ar` 51 c. Four 1 P-15A, 120VAC Equipment/Field Circuit Breakers. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 107 of 111 Revised:8/27/13 rrs �r 1 2 d. Line filter meeting the requirements of 9-29.13(10)A.d. 3 4 PDA components shall be mounted in or on the PDA such that they are readily 5 accessible, provide dead front safety, and all hazardous voltage points are 6 protected to prevent inadvertent contact. r 7 8 8. Service Panel#1 shall include a service terminal block labeled"TBS", a Tesco TES- 9 10B or equivalent surge suppressor connected to provide power in line surge 10 suppression, and a 1P-30A Main Breaker. The Service Panel Assembly (SPA) 11 shown in the TEES shall not be included. 12 13 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type 14 specified in the Contract. 15 16 Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, an ti 17 electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 18 19 9-29.16(1)A1 Conventional Optical System 20 This section's title is revised to read: 21 22 9-29.16(1)A1 Non-LED Optical System 23 24 9-29.16(1)D1 Electrical - Conventional 25 This section's title is revised to read: 26 27 9-29.16(1)D1 Electrical— Non-LED ft 28 29 9-29.20 Pedestrian Signals 30 This section is revised to read: r 31 32 Pedestrian signals shall be Light Emitting Diods (LED) type. 33 34 The LED pedestrian signal module shall be operationally compatible with controllers and 35 conflict monitors.The LED lamp unit shall contain a disconnect that will show an open switch 36 to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. 6 37 38 The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a 39 Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1-06.3, 40 with each type of signal head.The certificate shall state that the lot of pedestrian signal heads ■Ir 41 meet the following requirements: 42 43 1. All pedestrian signal heads shall be a Walk/Don't Walk module with a countdown 44 display. 45 46 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 011 B, 47 VTCSH2 or current ITE Specification and shall have an incandescent appearance. 48 The Contractor shall provide test results from a Nationally Recognized Testing 49 Laboratory documenting that the LED display conforms to the current ITE and the 50 following requirements: 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 108 of 111 Revised:8/27/13 yrr rr rr rr 1 a. All pedestrian signals supplied to any one project shall be from the same 2 manufacturer and type but need not be from the same manufacturer as the 3 vehicle heads. �.` 4 wr` 5 b. Each pedestrian signal face shall be a single unit housing with the signal 6 indication size, a nominal 16 inch x 18 inch with side by side symbol messages +�+ 7 with countdown display. 8 9 c Housings shall be green polycarbonate or die-cast aluminum and the aluminum 10 housings shall be painted with two coats of factory applied traffic signal green 11 enamel (Federal Standard 595-14056). All hinges and latches and interior 12 hardware shall be stainless steel. 13 14 3. Optical units for traffic signal displays shall conform to the following: 15 16 a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be the 17 countdown display type showing the time remaining in the pedestrian change 18 interval. When the pedestrian change interval is reduced due to a 19 programming change, the display may continue to show the previous ,,w 20 pedestrian change interval for one signal cycle. During the following pedestrian 21 change interval the countdown shall show the revised time, or shall be blank. 22 In the event of an emergency vehicle preemption, during the following two 23 cycles, the display shall show the programmed pedestrian change interval or No 24 be blank. In the event the controller is put in stop time during the pedestrian 25 change interval, during the following two cycles the display shall show the 26 programmed clearance or be blank. In the event there is railroad preempt to 27 during the pedestrian change interval, during the following two cycles the 28 display shall show the programmed clearance or be blank. Light emitting diode 29 (LED) light sources having the incandescent appearance are required for ,,r 30 Portland Orange Raised Hand and the Lunar White Walking Person. 31 32 4. LED displays shall conform to the following: 33 "w 34 a. Wattage (Maximum): Portland Orange Raised Hand, 15 watts: Lunar White 35 Walking Person, 15 watts. 36 r. 37 b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. 38 39 c. Temperature:Temperature range shall be -35° F to +165° F. r,e 40 ..r 41 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors shall 42 have 21 members at 45 degrees and 20 horizontal members. 43 44 9-29.20(1) LED Pedestrian Displays 45 This section is deleted. 46 47 9-29.20(2) Neon Grid Type 48 This section is deleted. 49 ow wr .r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 109 of 111 Revised:8127/13 r.r No 1 9-29.24 Service Cabinets 2 In the first paragraph, the lettered items A-J are re-lettered to read B-K respectfully. 3 4 The first paragraph is supplemented with the following new lettered item: 5 6 A. Display an arc flash warning label that meets the requirements of ANSI Z535. 7 8 9-29.25 Amplifier, Transformer, and Terminal Cabinets 9 In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read"Transformer 3.1 to 12.5 KVA" 10 and the height column value of 40" is revised to read "48". 11 12 The first and second sentences in the first paragraph are revised to read: 13 14 Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: 15 16 Item number 5 is revised to read: 17 18 5. All cabinets shall provide a gasketed door flange .. 19 20 Item number 7 is revised to read: 21 22 7. Insulated terminal blocks shall be 600 volt, heavy-duty, barrier type.The terminal blocks 23 shall be provided with a field-side and a control-side connector separated by a marker 24 strip. One spare 12-position insulated terminal block shall be installed in each terminal 25 cabinet and amplifier cabinet. 26 27 Item number 8 is revised to read: 28 29 8. Each non-pad mounted Terminal,Amplifier and Transformer cabinet shall have 1/4 inch ft 30 drain holes in back corners. Each pad mounted Terminal, Amplifier and Transformer 31 cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as 32 detailed in the Standard Plans. 33 34 Item number 10 is revised to read: 35 36 10. Transformer cabinets shall have two separate compartments, one for the transformer 37 and one for the power distribution circuit breakers. Each compartment shall be enclosed 38 with a dead front. Each breaker shall be labeled with the device name by means of a 39 screwed or riveted engraved name plate. 40 41 9-34.AP9 42 Section 9-34, Pavement Marking Material 43 August 5, 2013 44 9-34.2 Paint 45 The second paragraph is revised to read: 46 47 Blue and black paint shall comply with the requirements for yellow paint in Section 9-34.2(4) 48 and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the 49 requirements for titanium dioxide, directional reflectance, and contrast ration. + AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 110 of 111 Revised:8/27/13 irr nr wr 1 2 9-34.3(4) Type D— Liquid Cold Applied Methyl Metharcrylate 3 The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied Methyl 4 Methacrylate" are revised to read: 5 98:2 Formulations Type D—Liquid Cold Applied Methyl Methacrylate Wr Property I D-1 D-2 D-3 D-4 D-5 D-6 Test Method I Min. I Max. Min. I Max. Min. I Max. Min. I Max. Min. I Max. Min. I Max. 6 o. 7 ryw 8 9-36.AP9 9 Section 9-36, Shaft-Related Materials go 10 August 5, 2013 11 9-36.1(1) Permanent Casing aw 12 This section is revised to read: .r 13 14 Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252 15 Grades 2 or 3,ASTM A 572, or ASTM A 588. ON 16 r No r ws +� r %W rr wr r .r AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Page 111 of 111 Revised:8/27/13 III Intentionally Left Blank aw to in r 11 err SPECIAL PRO VI SONS aw go a no g wo ow vw err Intentionally Left Blank wi 820 BUILDING DEMOLITION Special Provisions INTRODUCTION TO THE SPECIAL PROVISIONS . (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which ow are made a part of the Contract Documents, shall govern all of the Work. , ! These Special Provisions are made up of both General Special Provisions (GSPs)from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: aw • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, . current edition Contractor shall obtain copies of these publications, at Contractor's own expense. r 1-01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: 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. SPECIAL PROVISIONS Page 1 of 27 rr aw 820 BUILDING DEMOLITION Special Provisions #rr 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, any remaining traffic disruptions will be rare and brief, and o only minor incidental work, replacement of temporary substitute facilities, plant "I establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. 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. , All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. jrr Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. 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. io Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. SPECIAL PROVISIONS Page 2 of 27 +rr 820 BUILDING DEMOLITION Special Provisions Alternate SW One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same go work. „ Business Day aw A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. r. go Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed ow The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traff ic ` Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) �w r Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. o' SPECIAL PROVISIONS Page 3 of 27 +r rr 820 BUILDING DEMOLITION Special Provisions r 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. 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 Basis of Distribution Sets + Reduced plans (11" x 17") 1 Furnished automatically upon award. so Contract Provisions 2 Furnished automatically upon award. No Large plans (e.g., 22" x 34") 2 Furnished only upon request. r Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list 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 prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. 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 Form unless otherwise specified. SPECIAL PROVISIONS Page 4 of 27 IN so 820 BUILDING DEMOLITION Special Provisions to 1-02.7 Bid Deposit so (March 8, 2013 APWA GSP) as Supplement this section with the following: r Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 40 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 the said +��► signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: �. Each proposal shall be submitted in a sealed envelope, with the Project Name .r and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper + handling and delivery. The Contracting Agency will not open or consider any Bid Proposal that is 9W received after the time specified in the Call for Bids for receipt of Bid Proposals, or wrr received in a location other than that specified in the Call for Bids. aw 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) w Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; Not b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; go SPECIAL PROVISIONS Page 5 of 27 nr go I 820 BUILDING DEMOLITION Special Provisions C. The completed 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 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1- w 02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special at Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders p (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: wli A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other r Bidders as well, and to request further documentation as needed to assess bidder Sri responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder r responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1)and is therefore not a responsible wr Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal �r rt SPECIAL PROVISIONS Page 6 of 27 a No 820 BUILDING DEMOLITION Special Provisions wo the determination within two (2) business days of the Contracting Agency's rrr determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination aff irms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. tw 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) ,m Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 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 and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance 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 or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT 1-03.3 Execution of Contract ' (October 1, 2005 APWA GSP) " Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day " following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, 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. SPECIAL PROVISIONS Page 7 of 27 err .r 820 BUILDING DEMOLITION Special Provisions Until the Contracting Agency executes a contract, no proposal shall bind the uri 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 the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: so 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: it 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 (or the subcontractors or lower tier subcontractors of the " Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by apower 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 it bond must be signed by the president or vice-president, unless accompanied by 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). SPECIAL PROVISIONS Page 8 of 27 820 BUILDING DEMOLITION Special Provisions ... 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) ■& 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. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and , 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. ,,,, CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes Revise this section to read: dw The Contractor shall be responsible for all project surveying. If additional principal lines and grades are deemed necessary for completion of the work, the Contractor shall be responsible for securing this data. Im 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) .w Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the .� work required by the Contract Documents, the Engineer 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. 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. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor aw SPECIAL PROVISIONS Page 9 of 27 �. err ItWt «x 820 BUILDING DEMOLITION Special Provisions 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. d6 r r 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 ift 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. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date 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 Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of 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 complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this "III 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 therefor. 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 R 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 final inspection. SPECIAL PROVISIONS Page 10 of 27 820 BUILDING DEMOLITION Special Provisions 1-05.11(2) Final Inspection and Physical Completion Date r. 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 without 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 1-05.7. The Contractor will not be allowed an extension of contract time because of a �r 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 acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing aw 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 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. SPECIAL PROVISIONS Page 11 of 27 ar aw 820 BUILDING DEMOLITION Special Provisions 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. Add the following new section: 1-05.12(1) One-Year Guarantee Period (March 8, 2013 APWA GSP, The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting rl Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the inn cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor "e (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices ' (March 25, 2009 APWA GSP) At Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of SPECIAL PROVISIONS Page 12 of 27 am a 820 BUILDING DEMOLITION Special Provisions protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. r Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) 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. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005AWPA GSP) 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. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) The Contractor shall maintain one set of full size plans for Record Drawings, updated "" with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. aw r This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract aw SPECIAL PROVISIONS Page 13 of 27 wr ow 820 BUILDING DEMOLITION Special Provisions Drawings to produce a complete set of Record Drawings for the Contracting Agency rir without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. All • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: at Vertical Horizontal As-built sanitary & storm invert and grate ± 0.01 foot ± 0.01 foot elevations As-built monumentation ± 0.001 foot ± 0.001 foot Jilt As-built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, ' conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number,the request for information (RFI) number, or the approved shop drawing number. • Date all entries. SPECIAL PROVISIONS Page 14 of 27 820 BUILDING DEMOLITION Special Provisions a Clearly identify all items in the entry with notes similar to those in the Contract „ Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. aw All work to provide Record Drawings will be considered incidental and all costs associated with this Work shall be included in other pay items. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ,,• 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: 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 care, 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 `m doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and aw 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. .w SPECIAL PROVISIONS Page 15 of 27 aw 9W I 820 BUILDING DEMOLITION Special Provisions 1-07.2 State Taxes ,rr Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 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(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) 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 60.28.051). The Contracting Agency may dt 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. 1-07.2(1) 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 a 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(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply 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 tir SPECIAL PROVISIONS Page 16 of 27 820 BUILDING DEMOLITION Special Provisions 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 w. virtue of installation. ,,, For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail 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 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(3) Services 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). 1-07.18 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 �r 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 r 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 coverage(s) required on the Contract prior to the date work commences. SPECIAL PROVISIONS Page 17 of 27 rrr �r 820 BUILDING DEMOLITION Special Provisions 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. to 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. lib 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. r�r 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 Alt Milli SPECIAL PROVISIONS Page 18 of 27 w. 820 BUILDING DEMOLITION Special Provisions Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Broad Form Property Damage „ Independent Contractors Personal/Advertising Injury Stop Gap Liability B. Automobile Liability including all Owned Vehicles Non-Owned Vehicles Hired Vehicles 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 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 ti connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the ow SPECIAL PROVISIONS Page 19 of 27 err ,� iwr 820 BUILDING DEMOLITION Special Provisions Contracting Agency, offset against funds due the Contractor from the Contracting Agency. ■i 1-07.18(3) Limits LIMITS REQUIRED - Providing coverage in these stated amounts shall not be construed to relieve the „W Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: o Commercial General Liabilitv 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 CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability a" Each Occurrence Limit $1,000,000 all' General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 a" 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. stir rrt 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 SPECIAL PROVISIONS Page 20 of 27 �1 f 820 BUILDING DEMOLITION Special Provisions (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1- 07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: 1-07.18(5)G Pollution Liability to (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims sr involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, to defense, or settlement of claims arising out of: ` Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $ 500,000 each loss and annual aggregate 1-07.24 Rights of Way (October 1, 2005 APWA GSP) 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 in the Plans. 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 work. Exceptions to this are noted in the Bid Documents or will be 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 may be 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 in the Plans. 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 has been SPECIAL PROVISIONS Page 21 of 27 rr p 820 BUILDING DEMOLITION Special Provisions received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or 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 Contractor. 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 to 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 6 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 to Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) 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 purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; i 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and +fir i SPECIAL PROVISIONS Page 22 of 27 arr 820 BUILDING DEMOLITION Special Provisions .. 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (March 8, 2013 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period of a working day with a maximum 1-hour lunch break and a 5-day work week, within the following limits: Monday— Friday, between 7:00 a.m. and 8:00 p.m. Saturday, between 9:00 a.m. and 8:00 p.m. Sunday— No Work Allowed. 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. •m Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 w p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should W, such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon ow normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: .. • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the SPECIAL PROVISIONS Page 23 of 27 a 820 BUILDING DEMOLITION Special Provisions Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar we days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work 46 (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in SPECIAL PROVISIONS Page 24 of 27 fib tirr 820 BUILDING DEMOLITION Special Provisions accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: air Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: aw The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the on Completion Date can be established: 1. The physical work on the project must be complete; and as 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project at Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents im c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. am SPECIAL PROVISIONS Page 25 of 27 ar 820 BUILDING DEMOLITION Special Provisions d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid"for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) + Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial r, Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, r liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum , item is less than $20,000. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) 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 nonbinding 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 (October 1, 2005 APWA GSP) 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 »I SPECIAL PROVISIONS Page 26 of 27 f r 820 BUILDING DEMOLITION Special Provisions + basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. aw w. w. SPECIAL PROVISIONS Page 27 of 27 am ■11 Intentionally Left Blank r r rrs CSl SPECIFICA TIONS 010110 SUMMARY OF HAZARDOUS MATERIALS 011000 SUMMARY 011400 CONSTRUCTION OPERATIONS PLAN 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT r,. 013200 CONSTRUCTION PROGRESS ■r 013300 SUBMITTAL PROCEDURES 014000 QUALITY REQUIREMENTS .r 015000 TEMPORARY FACILITIES AND CONTROLS 016000 PRODUCT REQUIREMENTS 017300 EXECUTION 017329 CUTTING AND PATCHING 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017700 CLOSEOUT PROCEDURES 017839 PROJECT RECORD DOCUMENTS 024116 STRUCTURAL DEMOLITION 054000 COLD-FORMED METAL FRAMING 055000 METAL FABRICATIONS 076200 SHEET METAL FLASHING AND TRIM ,,. 079200 JOINT SEALANTS 081113 HOLLOW METAL DOORS AND FRAMES 092900 GYPSUM BOARD 099100 PAINTING 130280 ASBESTOS ABATEMENT PROCEDURES 130281 LEAD AND HEAVY METAL RELATED ACTIVITIES 130282 PCB AND MERCURY RELATED WORK 312000 EARTH MOVING 312500 SEDIMENT AND EROSION CONTROL wr err► �r trr trr SECTION 010110 SUMMARY OF HAZARDOUS MATERIALS WORK PART 1 - GENERAL 1.1 DESCRIPTION A. Hazardous Materials or materials needing special handling or disposal, that may be potentially impacted by the project or that could be encountered during construction, have been identified below. The purpose of this section is to identify all of these materials in one section, and refer the reader to subsequent sections as necessary. These materials include asbestos, lead-containing paints and settled dust, PCB containing light ballasts and caulking, mercury containing fluorescent light tubes and mortar, silica-containing construction materials and fugitive dusts. 1.2 RELATED WORK A. Work performed under this specification section is governed by related specification sections, including, but not limited to, the following: 1. Division 0: Bidding Requirements, Contract Requirements and Conditions of the Contract; 2. Division 1: General Requirements; 3. Division 13: Special Construction: Sections 13 0280, "Asbestos �t. Abatement," and 13 0281 "Lead and Heavy Metal Related Activities." 1.3 DEFINITIONS A. Hazardous Materials Consultant: WHPacific, Inc. 425-951-4800. 12100 NE 1951h St, Suite 300, Bothell, WA 98011. �I. 1.4 WORK COVERED BY CONTRACT DOCUMENTS "" A. The work of this contract includes but is not limited to General Construction, including, Demolition and Hazardous Materials work at the following Renton Municipal Airport Facility: 1. 820 Building, 820 Perimeter Road, Renton, Washington As part of the work included in this contract, the Contractor shall provide all necessary supplies, tools, equipment, transportation, utilities, services, oversight and labor as appropriate and necessary for the removal and disposal of hazardous materials identified within the building, including asbestos-containing materials (ACM); PCB containing light ballasts and exterior wall sealant; fluorescent light tubes, lead-based paint covered surfaces and other lead- containing building materials and heavy metal containing materials . All work must be performed in strict conformance with the Contract Documents and all WHPacific,Inc. PACdy of Rentonl03797810esignlSpec i%cationsll00%Specificationsl Technical Specifications\010110-Summary of Hazardous Materials.docx Renton Municipal Ailport(RNT) 010110 November 2013 820 Building Demolition 1 Section 01 0110 Summary of Hazardous Materials Work (Cont.) r► applicable regulations. 1.5 ASBESTOS-CONTAINING MATERIALS A. The portions of the building included in the scope of work have been surveyed with the objective of identifying the presence of asbestos-containing materials (ACM). ACM are present in portions of the building as indicated in the "Good Faith" Inspection Summary attached to this section. B. The Owner has surveyed the areas of renovation at the building. The following materials were either tested and conclusively determined to contain asbestos or are assumed to be asbestos-containing: 1. Roofing material; 2. Pipe fittings on fiberglass pipe runs; 3. 9"x9"floor tile and associated mastic; 4. 12"x12" floor the and mastic; 5. Sheet vinyl and backing; 6. Black felt paper and associated mastic; 7. Sealant and 8. Gaskets. C. The Contractor shall refer to "Good Faith" inspection summary attached to this section. The Contractor shall ensure that a copy of this document is retained at the project site, and also made available to all Subcontractors upon request. " D. The Contractor is cautioned that, should interpretations be made, opinions be formed, and conclusions be drawn as a result of examining the "Good Faith" inspection summary, those interpretations, opinions, and conclusions will be made, formed, and drawn solely by the Contractor. E. The Contractor shall be aware that additional suspect-ACM may exist in areas which were inaccessible at the time of initial survey and in areas of the building not included in the Work. Because of the potential for additional areas and types of ACM to be associated with the building: 1. The Contractor shall proceed with caution during all phases of the Work. 2. Any suspect-ACM not specifically identified in the "Good Faith" inspection summary which is encountered through the course of the Work must be immediately identified to the Hazardous Materials Consultant. 3. All building materials suspected of containing asbestos shall be assumed to contain asbestos unless or until tested and determined to be non- asbestos containing. F. The Contractor is advised that, should any ACM, not included in the "Good Faith" inspection letter, be encountered, the Owner may elect to include the abatement of such materials in the Work at a mutually agreed upon price. Work impacting WHPacitic,Inc. P.10ty of RentonIO37978IDesiqnlSpecificationsI 100%SpecifirationsITerhnicWSpecifications\010i 10-Summary of Hazardous Matedals.docx Renton Municipal Airport(RNT) 010110 November 2013 820 Building Demolition 2 i� Section 010110 Summary of Hazardous Materials Work (Cont.) such materials is not to occur prior to the Contractor receiving explicit written authorization from the Owner, and any Work performed without such approval is performed at the Contractor's own risk and expense. G. The disturbance or impact of ACM may cause asbestos fibers to be released into the building's atmosphere, thereby creating a potential health hazard to building occupants. Contractor is to apprise all workers, supervisory personnel, subcontractors and consultants who will be at the jobsite of the seriousness of this potential hazard and of proper Work procedures that must be followed, should it occur. H. Where in the performance of the Work, workers, supervisory personnel, subcontractors, or consultants may encounter, disturb, or otherwise function in the immediate vicinity of any identified ACM, Contractor shall take appropriate continuous measures, as necessary, to protect all building occupants from the potential hazard of exposure to airborne asbestos. Such measures shall include the procedures and methods described herein, and compliance with all applicable local, state and federal regulations. A site specific Health and Safety Plan must be provided to the Hazardous Materials Consultant prior to initiation of the Work. Copies of this document must be maintained on-site during all site operations and i. be made available to site workers, subcontractors and regulatory officials upon request. p,. I. Contractor is to provide health and safety related submittals for all workers who impact asbestos containing materials or work in areas where ACM may be impacted. All workers with the potential for exposure to airborne asbestos fibers must be appropriately trained and qualified to conduct that work. Documentation that all applicable personnel have received at a minimum Class IV training as required by WAC 296-62 as well as additional training appropriate to the work tasks conducted and potential for exposure. Minimum training requirements are specified by WAC 296-62-07722. Procedures for submittal of required documentation is specified in Section 13 0280. J. Removal of materials containing <1% asbestos is not required as part of the scope of work; however, the Federal Occupational Safety & Health Administration (OSHA) and Washington State Department of Labor and Industries (L&I) regulate these materials for worker protection purposes. The following requirements will be required for each Contractor whose work will impact materials containing <1% asbestos: 1. Conduct a Negative Exposure Assessment (NEA) as described in WAC 296-62-07709 for each specific task performed that will impact the material. 2. Provide all employees who are likely to impact these materials with asbestos awareness training as described in WAC 296-62-07722(6). 3. Utilize wet methods during demolition operations impacting these materials. 4. At no time shall the Contractor conduct work that impacts these materials WI-IPacific,Inc. PACity of Renton103 79781DesignlSpecificationsll00%Speciticationsirechnical Specifications\010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 November 2013 820 Building Demolition 3 Section 01 0110 Summary of Hazardous Materials Work (Cont.) utilizing the following methods: a. High-speed abrasive disc saws that are not equipped with point or cut ventilator or enclosures with HEPA filtered exhaust air. b. Compressed air. C. Dry sweeping, shoveling or other dry cleanup of dust and debris containing ACM. d. Employee rotation as a means of reducing employee exposure to asbestos. 1.6 Supervision of Asbestos-related work: During all asbestos-related work, a representative of the General Contractor shall be present on-site to provide supervision of any Sub-contractors.As necessary, for example to repair or address unintended damage to asbestos-containing materials, the Contractor shall mobilize the asbestos abatement Subcontractor at any time to perform emergency clean-up, repair or abatement services. The asbestos-abatement Subcontractor shall be available at all times to respond to the project site to perform such duties at no cost to the Owner. 1. The Contractor shall immediately notify the emergency contact of the Owner and asbestos- abatement Subcontractor upon discovery of unplanned damage to asbestos-containing materials. A list of emergency Owner contacts will be provided. 2. The Contractor shall maintain emergency contact information on-site and ensure that voice communication with the asbestos-abatement Subcontractor is available to on-site representatives and the Contractor's Project Manager on a 24-hour basis. L. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, documents and insurance (specifically covering the handling and transportation of Asbestos-Containing Materials) that is specified, shown, or reasonably implied for activities listed in this Section and in accordance with Specification Section 13 0280 and the HA series drawings. ,y WHPacific,Inc. P:ICity of Renton1037976IDesignlSpeci/ications1100%SpecificationslTechnical Specifications\010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 November 2013 820 Building Demolition 4 No Section 010110 Summary of Hazardous Materials Work (Cont.) M. The listing of the quantities/area and types of ACM specified in the "Good Faith" inspection summary is estimated for bidding purposes. Therefore, no net change will result if the actual individual quantities are within plus or minus 10 percent of their respective estimates. If the individual quantities are less than 90 percent, a deduction to the Contract in the 4W form of a Change Order will be expected, with approval from the Regulated Materials Consultant and Owner. If the individual quantities are greater than 110 percent, an increase to the Contract in the form of a ,■„ Change Order may be issued with approval from the Regulated Materials Consultant and Owner. In the cases of changes, the item shall be performed on a time and materials basis. 1.6LEAD-RELATED ACTIVITIES A. The Owner has conducted an assessment of the structures identified in Article 1.04 of this Section for the presence of lead-containing painted surfaces and lead- containing components. Findings of this assessment, *� including a summary of related analytical data are included in the attached "Good Faith" inspection summary. Detectable levels of lead were identified in painted surfaces within the work area, consequently, all painted surfaces shall be treated as lead containing. Other materials, including CMU block, pipes and soldering on copper lines, galvanized ductwork, sheet metal and mechanical equipment, pipe coverings and some supple and return grills have not been tested but are assumed to contain lead. B. The Contractor shall comply with all applicable regulations, laws and ordinances concerning the impact, removal, handling, storage, disposal, monitoring and protection against exposure or environmental pollution W& related to lead. Impacts to lead-containing painted surfaces that may be required by the Work include, but are not limited to: manual demolition, mechanical demolition, cutting, sawing, drilling, welding or torch-cutting. Confirm required impacts with other applicable specification sections and drawings. C. Work impacting lead-containing painted surfaces within this contract is the responsibility of the Contractor, and all affected Sub-Contractors, and shall be performed in accordance with all applicable local, state and federal regulations and the requirements outlined specification Section 13 0281, Heavy Metal-Related Activities. D. Based on paint chip testing data collected for the assessment of the building which is the subject of the Work (820 Building) and prior projects involving circumstances and waste streams similar to what is WHPacific,Inc. P.10ty of Renton10379781DesignlSpecificationsl100%Sped/icalbnslTechnical Specifications\010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 October 2013 820 Building Demolition 5 wr r Section 01 0110 Summary of Hazardous Materials Work (Cont.) anticipated in conjunction with the demolition of this building, it is considered likely that the lead-containing wastes generated for disposal will not require disposal as a Dangerous waste (WAC 173-303) or a Hazardous Waste as defined by RCRA 40 CFR Part 261. However, to make this determination and in order to dispose of the affected materials appropriately, the Contractor shall test representative waste materials to determine if those materials are regulated under RCRA, 40 CFR Part 261 and WAC 296-155-176. Contractors shall use the Toxicity Characteristic Leaching Procedure (TCLP) to determine if a lead contaminated material is Hazardous or Dangerous waste. The Owner may also taker independent or split samples of representative waste materials for analysis and confirmation of waste determinations. E. The Contractor is responsible for the disposal of all dust, debris, disposable protective equipment, cleaning rags, wash water, and any other materials contaminated with dust from activities impacting lead- containing painted coatings such as surface preparation, sanding, scraping, etc. even if the areas impacted do not result in the generation of Hazardous or Dangerous waste. F. In addition to painted surfaces throughout the building, based on a review of historical drawings and specifications, the following materials are presumed to contain lead: 1. lead pipes, lead soldering on copper lines; 2. galvanized ductwork iron tin; 3. sheet metal and mechanical equipment; 4. supply and return grilles. G. The Contractor shall comply with all applicable regulations, laws and ordinances concerning the impact, removal, handling, storage, disposal, monitoring and protection against exposure or environmental pollution related to lead. Impacts to lead containing materials or paint that may be required by the Work include: manual demolition, mechanical demolition, cutting, sawing, drilling, sanding, scraping, welding or torch-cutting. Additional activities associated with this project may result in unanticipated exposures to lead; the Contractor shall confirm required impacts with other applicable specification sections and drawings. H. Work impacting lead containing materials or paints within this contract is the responsibility of the Contractor, and all affected Sub-Contractors, and shall be performed in accordance with all applicable local, state and federal regulations and the requirements outlined specification Section 13 0281, Lead and Heavy Metals-Related Activities. 1.7SILICA AND FUGITIVE DUST WHPacific,Inc. P:ICityolRenton10379781DesignlSpecilicationsll00%Specificat lonslTechnicalSpecifications\010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 October 2013 820 Building Demolition 6 WA Section 01 0110 Summary of Hazardous Materials Work (Cont.) as to A. All Construction work will potentially generate fugitive dust. It is the responsibility of the Contractor to control the release of all fugitive dust levels and to comply with all applicable regulations including those issued by the State of Washington Department of Labor and Industries (WISHA), Puget Sound Clean Air Agency (PSCAA) and any other applicable federal, state, and local government regulations. Whenever there is a conflict or overlap of the above references, the most stringent provisions are applicable. wr B. In all cases where potential silica dust exposures may occur, the Contractor shall use any and all feasible engineering and work practice controls to monitor, reduce and maintain employee exposure levels to or below the applicable Washington State Permissible Exposure Level. It shall be assumed that the workers generating the silica dust are exposed above the Permissible Exposure Level until the Contractor air monitoring demonstrates levels below the Permissible Exposure Level. C. If visible fugitive dust emissions or respireable crystalline silica dust concentrations exceed 0.05 mg/m3 beyond the perimeter of the work area, the Hazardous Materials Consultant or authorized representative +�. is authorized to stop work. The Contractor shall perform all necessary corrective actions to eliminate visible dust and reduce respirable crystalline silica concentrations to less than 0.05 mg/m3 before resuming work. The Hazardous Materials Consultant (or representative) may visually monitor for fugitive dust and collect air samples for silica at any time. D. Construction site work that requires control of silica includes but is not limited to activities impacting concrete, brick, mortar, glass, gypsum wallboard, asphalt filler, plaster, ceramic tile, roofing granules, caulking (clay), fireproofing, and construction dust building materials associated with this project. r E. Work activities shall include the following, as applicable: 1. Site security to ensure that unauthorized access is not granted to the construction work area at any time. The Contractor shall maintain all access and egress routes at all times. 2. The Contractor shall provide worker training, respiratory protection, and medical examinations, as necessary, to meet applicable silica regulations and regulatory guidance regarding silica exposures. 3. Provision of good work practices to prevent the release of fugitive and silica dust outside the immediate work area. 4. Provisions for worker and equipment decontamination. Worker ar decontamination and cleaning of equipment areas shall occur at WHPacific,Inc. P:ICity of Renton10379781DesignlSpeci/ications1100%Specificationsl Technical Specifications 1010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 October 2013 820 Building Demolition 7 wr Section 010110 Summary of Hazardous Materials Work (Cont.) least daily or more frequently as necessary to prevent dust emissions. 5. Protection of security, life safety, and energy management systems, including associated wiring, which shall remain „ operational throughout the work activities. 1.8WORK INCLUDED - POLYCHLORINATED BIPHENYLS (PCBs) rrr A. Light Ballasts: 1. Representative fluorescent light fixture ballasts located throughout the 820 Building were inspected as part of the regulated materials survey. This survey revealed some ballasts which were identified as containing PCBs and others which contained no markings pertaining to PCB content. Unmarked ballasts shall be assumed to contain PCBs. The Contractor shall to the extent possible prevent damage to any unlabeled ballasts or PCB containing ballasts and immediately report any leaking ballasts to the Owner's Representative. tri 2. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, and insurance (specifically covering the handling, transportation and disposal of PCB-Containing Materials) that is specified, shown, or reasonably anticipated for the removal and handling of PCB- containing light ballasts to be disposed as part of the Work. 3. The Contractor shall perform removal, packaging, and disposal of all PCB- containing light ballasts associated with lighting fixtures requiring removal per the drawings and shall include in the investigation of lighting fixtures throughout the entire project area for PCB ballasts. 4. See Section 13 0282 for handling and disposal requirements for PCB- containing ballasts. B. PCB-containing caulking 1. Representative bulk samples of the exterior wall sealant were collected and found to contain PCBs. 2. Contractor shall furnish all labor, training, materials, equipment, services, notices, permits, and insurance (specifically covering the handling, transportation and disposal of PCB-Containing Materials) that is specified, shown, or reasonably anticipated for the removal and handling of PCB- containing exterior wall sealant to be disposed as part of the Work. 3. See Section 13 0282 for handling and disposal requirements for PCB- containing exterior wall sealant. 1.9WORK INCLUDED - MERCURY (Hg) r A. Fluorescent Light Tubes: 1. Contractor shall furnish all labor, training, materials, equipment, services, WHPacific,Inc. P.10ty of Renton10379781DesignlSpecArcations1100%SpecificalionslTechnical Specifications\01 0 110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 October 2013 820 Building Demolition 8 �r Section 010110 Summary of Hazardous Materials Work (Cont.) documentation and insurance that is specified, shown, or reasonably anticipated for the removal and handling of fluorescent light tubes and CMU mortar to be disposed and/or recycled as part of the Work. All fluorescent �. light tubes shall be handled and disposed of or recycled in accordance with all local, state and federal regulations. 2. The Contractor shall investigate light fixtures throughout the entire project work area for mercury containing fluorescent light tubes and perform removal, packaging and disposal/recycling of all mercury containing fluorescent light tubes associated with lighting fixtures requiring removal per the drawings. 3. Work related to mercury-containing fluorescent light tubes within this contract is the responsibility of the Contractor and shall be performed in accordance with the requirements contained in specification Section 02 082 and all applicable federal, state and local regulations. B. Cement Masonry Unit Wall 1. The regulated materials survey conducted for the evaluation of the 820 Building concluded the CMU walls throughout the building are potential sources of mercury. Based on this conclusion, all impact work, handling and disposal of CMU materials should be conducted under the assumption that these materials are mercury-containing unless those materials are further assessed and determined to be otherwise. This work must be conducted in accordance with all applicable federal, state and t local regulations. PART 2— PRODUCTS (Not Used) PART 3— EXECUTION (Not Used) END OF SECTION 01 0110 • r at. WHPacific,Inc. PJGity of Renton103797810esignlSpecifications1100%Specificationsl Technical Specifications\010110-Summary of Hazardous Materials.docx Renton Municipal Airport(RNT) 010110 October 2013 820 Building Demolition 9 rr Intentionally Left Blank rrr �w r ow 00 SECTION 011000—SUMMARY W PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and a1 Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. iw 1.2 SUMMARY A. This Section includes the following- 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Time of Completion. 4. Owner-furnished products. 5. Use of premises. 6. Owner's occupancy requirements. 7. Work restrictions. 8. Specification formats and conventions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Building No. 820 1. Project Location: Renton Municipal Airport, Renton, Washington B. Owner: City of Renton, Washington. a. Owner's Representative: Jonathon Wilson C. Architect/Engineer: WHPacific, Inc., Bothell, Washington; a. Contact:Wes Holden, P.E.; Phone (425) 951-4820, Fax (425) 951-4808. 1.4 PROJECT DESCRIPTION A. Work of this contract includes but is not limited to the demolition of existing building No. 820, at the Renton Municipal Airport., and includes minor renovations to an existing adjacent building where demolition activities will impact it. Work includes, but is not limited to the following: 9W WHPacific,Inc. P:ICit yo/Renton10379780esignlSpecifications1100%Specill cationsl Technical Specifications\011000-Summary.dou Renton Municipal Airport(RNT) 011000 November 2013 820 Building Demolition 1 irr r Section 011000— Summary(Cont.) 1. Hazardous materials abatement. 2. Demolition of the existing building, and related structure, and concrete slab- on-grade, including select below-grade structure, and utilities. 3. In-fill of metal stud and gypsum wallboard partitions and finishes, and installation of new hollow-metal door. 4. Sheet metal patching of existing exterior metal siding, at the existing adjacent building. 1.5 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. 1.6 TIME OF COMPLETION A. The Contractor shall achieve Substantial Completion of the Work by the date indicated in the Form of Bid, and the Owner- Contractor Agreement. B. When the contract work is determined by the Architect to be substantially com pleted, the Architect shall issue a Certificate of Substantial Completion. From the date of the Substantial Completion Certificate of the entire project, the Contractor shall achieve final completion within ninety (90) working days. C. Owner-Furnished Products: 1. Not applicable. 1.7 USE OF PREMISES A. General: Contractor shall have full use of premises for construction operations, w including use of Project site as indicated on the Drawings and as approved by the Owner's Representative, during construction period. Contractor's use of premises is limited only by Owner's right to perform work or to retain other contractors on portions of Project. 1.8 EXISTING UTILITIES A. The Architect assumes no responsibility for the completeness or accuracy of existing utility line information provided by the serving utilities and shown on the Drawings. Utility information shall be verified by the Contractor. B. Unless otherwise required or shown on the plans, maintain all existing water, sewer, gas, and irrigation lines, lighting, power, and telephone wires or conduits, plus any other surface or subsurface utilities, and their connections to structures, undisturbed during progress of work. C. Should the Contractor in the performance of the work, disturb, disconnect or damage any existing utilities required to remain in service, all expense arising WHPacific,inc. Ricky of Renton10379781DesignlSpecifications1100%SpecilicationslTechnical Specifications\011000-Summary.docx Renton Municipal Airport(RNT) 011000 November 2013 820 Building Demolition 2 rrr Section 011000—Summary (Cont.) from such disturbance, replacing or repair thereof shall be borne by the Contractor. D. Maintain and operate utilities systems to assure continuous service, except as otherwise approved by the Owner and the Engineer. Give not less than 14 days notice of proposed utility shutdowns. E. Obtain approval from the Owner prior to cutting any utility lines. 1.9 WORK RESTRICTIONS See section 1-08.0(2) Hours of Work 1.10 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 50-division format and CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use Section numbers and titles to help cross-referencing in the Contract Documents. Sections in the Project aw Manual are in numeric sequence; however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of the Project Manual to determine numbers and «o names of Sections in the Contract Documents. 2. Division 01: Sections in Division 01 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. WHPacific,Inc. P:ICity of Renton10379781DesignlSpecifications1100%SpecficationsITechnical SpecificaGons1011000-Summary.docx Renton Municipal Airport(RNT) 011000 November 2013 820 Building Demolition 3 Illrl Section 011000—Summary (Cont.) 1.11 MISCELLANEOUS PROVISIONS A. Documents Furnished by Architect (WHPacific): The Contractor will be furnished, free of charge, two (2) copies of prints of Drawings and Project Manual. The Contractor may purchase additional copies of Drawings and Project Manual at Architect's normal cost of reproduction and handling. di PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used Wi END OF SECTION 01 1000 , it WHPacific,Inc. PX ityofRenton10379781DesignlSpecifications1100%SpecificationsITechnicalSpecitications\011000-Summary.docx Renton Municipal Airport(RNT) 011000 November 2013 820 Building Demolition 4 a.r ar DIVISION 1 -GENERAL REQUIREMENTS rr� SECTION 011400 CONSTRUCTION OPERATIONS PLAN PART 1: GENERAL ar 1.1 SCOPE ,,W This specification outlines safety procedures and regulations to be followed by the Contractor during the course of this work. The work shall include furnishing, installing, and removing temporary marking, signing, lighting, and barricades required during the course of this work. It shall also include furnishing sufficient flaggers for traffic control. All work shall be in conformance with F.A.A. AC 150/5370-2F"Operational Safety on Airports During Construction," the "Manual of Uniform Traffic Control," and WSDOT Standard Specifications for road, bridge, and municipal construction. The Construction Operations and Phasing Plan has been developed to mitigate the adverse impacts of construction on aeronautical operations on the airport. Strict adherence to the provisions of the Construction Operations Plan by all personnel assigned to or visiting the construction site is mandatory for all construction projects. In the event Contractor activities are not in conformance with the provisions of the Construction Operations Plan, the Contractor shall immediately cease those operations involved in the violation of the provisions of the Construction Operations Plan and conduct a safety meeting. The owner may direct the Contractor, in writing to immediately cease those operations involved in the violation of the provisions of the Construction Operations Plan. The Contractor shall not resume construction operations until an appropriate action is taken as determined by the Owner. In the event that construction activities are found to not be in conformance with the provisions of the Construction Operations Plan, the resident engineer will direct the Contractor to take the appropriate action. The goal is to prevent accidents. The plans shall be continually reviewed and adjusted at the weekly safety meetings with input from various users during the course of the project. Changes to the Contract shall be accomplished by a change order. 1.2 GENERAL SAFETY REQUIREMENTS During performance of this Contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible, CONSISTENT WITH CONTINUAL SAFETY. Aircraft use of areas near the Contractors work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow employees, subcontractors, suppliers, or any other unauthorized person to enter or remain in any airport area, which would be hazardous to persons or to aircraft operations. + 1.3 CONTRACTORS RESPONSIBILITY FOR CONSTRUCTION AND FACILITIES MAINTENANCE ,,. A. Be aware of the types of hazards and marginal conditions identified in F.A.A. AC 150/5370-2F "Operational Safety on Airports During Construction." VW WHPacilic,Inc. PA City of Renton 1037978IDesigntSpecifications1100%SpecificationslTechnical Specifications1011400-Construction Operations Plan_docx Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 1 rrr DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) B. Be aware of and conduct activities so as not to violate any safety standard in F.A.A. iii AC 150/5370-2F "Operational Safety on Airports During Construction." C. Inspect all Contractor work, construction, and storage areas as often as necessary to be aware of conditions, and D. Promptly take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. E. Before commencement of construction/maintenance activity, Contractor shall coordinate with the Engineer to give notice (using the Notice to Airmen (NOTAM) system) of completion of construction/maintenance. F. Upon completion of work and return of all such areas to standard conditions, Contractor shall coordinate with the Engineer to issue notice (using the NOTAM system) of completion of construction/maintenance. PART 2: PRODUCTS 2.1 FLAGGING The Contractor shall furnish flaggers for control of construction traffic across active runways or taxiways. Flaggers are to be trained by designated airport personnel on airport procedures and radio communications prior to assuming their control duties. Vehicle , traffic is not permitted across active runways or taxiways unless written approval is obtained from airport operations. Any approved vehicle traffic across active runways or taxiways shall only occur when flaggers are in position. 2.2 BARRICADES Barricades shall be placed as shown on the plans, around perimeters of construction areas that border areas of aircraft traffic, or around any area which may present a hazard to aircraft. The barricades shall be firmly anchored against overturning from wind or prop wash. No direct payment will be made for furnishing barricades as described or for labor, equipment, and materials necessary to install them. The barricades shall be 18-inch high plastic conical barricades as specified by the current manual on Uniform Traffic Control Devices for streets and highways published by the U.S. Department of Transportation, Federal Highway Administration, or as shown in the plans. Flashing red lights shall be placed on every plastic barricade during nighttime hours. 2.3 TEMPORARY MARKING AND SIGNING The Contractor shall install temporary signs, lights, traffic control devices and other temporary markings required during the course of this Contract, in compliance with Section 1-10 of the 2012 WSDOT Standard Specifications for Road, Bridge and Municipal Construction and the most current MUTCD. WHPacific,Inc. P:1 City of Renton 103797810esignlSpecificationsl100%SpecificationslTechnical Specifications1011400-Construction Operations Plan.docx Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 2 go DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) Temporary construction signs shall be placed as necessary to maintain vehicular, �.t pedestrian and construction crew safety. Signs attached to barricades shall be securely fastened. Signs mounted on stands shall be firmly anchored against overturning from wind. PART 3: EXECUTION + 3.1 CONSTRUCTION AND MAINTENANCE ,.. A. GENERAL Construction/maintenance activity within the aircraft operations area (AOA) may not commence prior to issuance of a NOTAM. The Contractor shall advise the Engineer two (2) days in advance of the planned commencement of construction/maintenance activity so a NOTAM can be issued and shall not commence such activity until advised by the Engineer. Upon completion of work to the satisfaction of the Engineer, the NOTAM will be canceled. No further work in affected areas will be permitted. B. RUNWAY SIDES Construction is not permissible closer than 400'from runway centerline C. RUNWAY ENDS No work is permitted near the ends of the runway. D. TAXIWAYS AND APRONS Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predominant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the F.A.A. and the users; NOTAMs are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with a wingspan greater than 165 feet should be dealt with on a case-by-case basis. E. EXCAVATION AND TRENCHES No excavations and open trenches are permitted within 400 feet from the runway centerline. F. STOCKPILED MATERIAL WHPacitic,Inc. P:ICity of Renton 10379780esignlSpec ificationsl100%Specifications I Technical Specifications 1011400-construction Operations Plan.docx Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 3 DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding sections. Stockpiled material should be constrained in a manner to prevent movement resulting from aircraft blast or wind. Material should not be stored near aircraft turning or movement areas. G. ADDITIONAL CONSTRUCTION LIMITATIONS Open flame welding or torch-cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. Open trenches, excavation, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the F.A.A.) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. 3.2 BARRICADES AND CLOSURES A. Permanently Closed Runways and Taxiways: This section is deleted. B. Temporarily Closed Runways and Taxiways: This section is deleted. ` C. Closed Airports: This section is deleted. D. Hazardous Areas: Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm)square and made and installed so that they are always in the extended position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. E. Stabilized Areas: Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water erosion. This stabilization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but conditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists,the stabilized area should be marked with 3-foot(1 m)stripes perpendicular to the edge stripes. On straight sections, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m)from the edge of the stabilized area or to 25 feet (7.5 m) in length, whichever is less. WHPacitic,Inc. RICity of Renton103797810esignlSpecifications11009,o SpecificationslTechnical Specilications1011400-Construction Operations Plan.docx Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 4 DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) F. Runway Shoulder Marking This section is deleted. G. Barricades, flagging, and flashers shall be installed around all work areas. Hazard markings and lighting shall be located as shown on the plans. H. The Contractor is required to have someone on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. I. Temporary Traffic Control: The Contractor shall comply with section 1-10 of the WSDOT Standard Specifications. Section 1-10.2(2) is also supplemented with the following: Based on the Contractor's intended method of performing the Work, the Contractor shall develop, adopt, and submit to the Engineer a specific Traffic Control Plan (TCP) or plans for protecting and controlling pedestrian, bicycle and vehicle traffic during construction operations. When the site cannot be fully opened to traffic after work shift is completed, a separate traffic control plan is "` required for the after work shift conditions. Typical plans may be submitted for areas with identical traffic requirements. .. Typical plans shall be clearly labeled to indicate all locations the plan is to be implemented. TCPs shall take into consideration any street and lane closure or other restrictions that may be specified in the Contract. Work requiring traffic control shall not commence until the Traffic Control Plan has been submitted to, and approved by the engineer. 3.3 TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS This section is deleted. 3.4 VEHICLE IDENTIFICATION AND PARKING A. Contractor vehicles and equipment shall be identified by painted or magnetic signing identifying the Contractor's company. Each vehicle operating on the airport operations area(AOA)shall have either an omni-directional amber flashing light or an FAA-approved orange and white checkered flag. The flag shall be at least three-foot square having a checkered pattern of international orange and white squares at least one foot on each side. B. Employee parking shall be confined to the Contractor's staging area shown on the plans. C. A construction vehicle traffic plan, developed by the airport management, shall be signed by airport users, air traffic control and the appropriate construction engineers and Contractors. This plan, when signed by all the participants, becomes part of the Contract. WHPacific,Inc. PA City of Renton 10379781DesignlSpeci ficationst100%Specificaiionsl Technical Specifications1011400-construction Operations Plan.docz Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 5 +r �I DIVISION 1 - GENERAL REQUIREMENTS Section 01115 Construction Operations Plan (Cont.) > 3.5 CONSTRUCTION SITE ACCESS AND HAUL ROADS Access to the job site shall be as shown on the plans. 3.6 RADIO COMMUNICATIONS Work within the AOA requires specific radio communication requirements. The Tower ► Ground frequency at Renton Municipal Airport is 121.6. 3.7 CONSTRUCTION PHASING REQUIREMENTS u. See the contract plans. PART 4: MEASUREMENT AND PAYMENT ; 4.1 PROJECT TEMPORARY TRAFFIC CONTROL No specific unit of measurement will apply. Work required in this specification is incidental to other bid items and is covered under the lump sum project cost. END OF SECTION 011400 r w WHPacific,Inc. PA City of Renton 10379781DesignlSpecifications1100%Specificationsl Technical SpecificationsW11400-construction Operations Plan.docx � Renton Municipal Airport(RNT) 011400 November 2013 820 Building Demolition 6 aw No SECTION 012900— PAYMENT PROCEDURES Ift PART 1 - GENERAL Am 1.1 SUMMARY A. This Section specifies administrative and procedural requirements necessary to to prepare and process Applications for Payment. 1.2 SCHEDULE OF VALUES No A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. ow 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including Application for Payment forms with Continuation Sheets, and Submittals Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Applications for Payment. 3. Subschedules: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values ( ir correlated with each phase of payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the Schedule of Values: a.. Project name and location. b. Name of Architect. , C. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of Work. WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificatlonsl100%SpedficationslTechnical Specifications\012900-Payment Procedures.docx Renton Municipal Aitport(RNT) 012900 November 2013 820 Building Demolition 1 im Section 012900— Payment Procedures (Cont.) C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value: 1) Percentage of the Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent. 3. Submit draft of AIA Document G703 Continuation Sheets, or similar document as determined by the Owner. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. Include separate line items under required principal subcontracts for operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training in the amount of 5 percent of the Contract Sum. 5. Round amounts to nearest whole dollar;total shall equal the Contract Sum. 6. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. 7. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 8. Allowances: Provide a separate line item in the Schedule of Values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 9. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at Contractor's option. WHPacific,Inc. P Zity of Renton10379781DesignlSpecifications1100%Specificationsl Technical Specifications\012900-Payment Procedures.dou Renton Municipal Airport(RNT) 012900 November 2013 820 Building Demolition 2 + Section 012900— Payment Procedures (Cont.) 10. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: Submit application for payment on the 25th of each month, unless otherwise indicated in the Agreement between Owner and Contractor. The period of construction Work covered by each Application for Payment is the period indicated in the Agreement. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment, or similar document as determined by the Owner . D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from every entity who is lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for 5% retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. WHPacific,Inc. P:ICity o1 Renton10379781DesignlSpeci lications1100%SpeclicationslTechnical Specifications\012900-Payment Procedures.docx Renton Municipal Airport(RNT) 012900 November 2013 820 Building Demolition 3 �r Section 012900— Payment Procedures (Cont.) 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to Owner, for the General Contractor and major subcontractors including plumbing, HVAC, and electrical subcontractors. r G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of building permits. 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Initial progress report. 11. Report of preconstruction conference. 12. Certificates of insurance and insurance policies. H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion ' issued previously for Owner occupancy of designated portions of the Work. I. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: WHPacific,Inc. P:ICity of Penton103797SIDesigniSpecificati onsllOO%SpecificationslTechnical Specifications\012900-Payment Procedures.docx Renton Municipal Airport(RNT) 012900 November 2013 820 Building Demolition 4 r Section 012900— Payment Procedures (Cont.) 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims" or similar document as determined by the Owner. 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens" or similar document as determined by the Owner. 6. AIA Document G707, "Consent of Surety to Final Payment" or similar document as determined by the Owner. 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. PART 2 - PRODUCTS— Not Used PART 3 - EXECUTION — Not Used END OF SECTION 012900 i AL WHPacmc,Inc. P:ICity of Renton10379781DesignISpeci fications1100%SpecificationsITechnical Specifications\012900-Payment Procedures.docx Renton Municipal Airport(RNT) 012900 November 2013 820 Building Demolition 5 it Intentionally Left Blank rfr rir SECTION 013100— PROJECT MANAGEMENT PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Project meetings. 3. Requests for Interpretation (RFIs). B. See Division 01 Section "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 1.2 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.3 COORDINATION r A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the • Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. WHPacitic,Inc. RICiry of Renfon103797810esignlSpeci fications1100%SpecificatlonsITechnical Specifications1013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 1 Section 013100— Project Management (Cont.) C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. + 6. Preinstallation conferences. 7. Project closeout activities. 1.4 PROJECT MEETINGS A. General: On a weekly basis, schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. ,rr B. Preconstruction Conference: The Owner will schedule a preconstruction conference before starting construction, at a time convenient to Contractor and Architect, but no later than seven days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: ML a. Tentative construction schedule. b. Phasing. WHPacific,Inc. P.ICity of Renton103797810esignISpecif'ations1100%SpeciiicationsITechnicalSpecificafions\013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 2 wrr Section 013100— Project Management (Cont.) C. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. „ f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Preparation of Record Documents. I. Work restrictions. m. Responsibility for temporary facilities and controls. n. Construction waste management and recycling. o. Parking availability. p. Office, work, and storage areas. q. Equipment deliveries and priorities. r. First aid. S. Security. �. t. Progress cleaning. U. Working hours. 3. Minutes: The Owner's representative will record and distribute meeting minutes. C. Progress Meetings: Conduct progress meetings at weekly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. WHPacific,inc. P:ICity of Renton10379781Designi$pedrications1100%SpecificatlonsITechnical Specifications\013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 3 rr. rrf Section 013100— Project Management (Cont.) 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. r 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. ` 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. Sri 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. WHPaciftc,Inc. RICity of Renton10379781DesgnlSpecifmations1100%SpeaficationslTechnical Specifications\013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 4 Section 013100— Project Management (Cont.) 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.5 REQUESTS FOR INTERPRETATION (RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. ,. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. w 3. Name of Contractor. 4. Name of Architect. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. rr� WHPacific,Inc. P:ICity of Renton1037976IDesignlSpecification51100%SpecificationslTechnical Specifications\013100•Project Management.dou Renton Municipal Altport(RNT) 013100 November 2013 820 Building Demolition 5 w Section 013100— Project Management (Cont.) 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. C. Hard-Copy RFIs: Architect's standard form, or similar document as determined by the Owner. 1. Identify each page of attachments with the RFI number and sequential page number. D. Architect's Action: Architect will review each RFI, determine action required, and return it. Allow seven working days for Architect's response for each RFI. RFIs received after 1 :00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Architect's action may include a request for additional information, in which case Architect's time for response will start again. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change 4 Proposal according to Division 01 Section "Contract Modification Procedures." W a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within ten days of receipt of the RFI response. E. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within three days if Contractor disagrees with response. .r WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificat lons1100%SpecificationslTechnical Specifications\013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 6 1 ow Section 013100— Project Management (Cont.) ow F. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. im Submit log weekly. Include the following: 1. Project name. la 2. Name and address of Contractor. 1W 3. Name and address of Architect. 4. RFI number including RFIs that were dropped and not submitted. r. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change �.. Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS — Not Used PART 3 - EXECUTION — Not Used END OF SECTION 013100 a W on go 4W go WHPacific,Inc. PACity of Renton103 79781DesgnlSpecirmationsl100%SpecificationslTechnioal Specifications\013100-Project Management.docx Renton Municipal Airport(RNT) 013100 November 2013 820 Building Demolition 7 ow rat Intentionally Left Blank rr wW rrr SECTION 013200 - CONSTRUCTION PROGRESS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. 2. Submittals Schedule. 3. Daily construction reports. 4. Field condition reports. B. See Division 01 Section "Payment Procedures" for submitting the Schedule of Values. 1.2 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. t D. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or 00 Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. of E. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. w WHPacitiq inc. PACity of Rentont 0379780usignlSpecificationsl100%SpecificatbnslTechnical Specifications\013200-Construdon Processes.docx Renton Municipal Airport(RNT) 013200 November 2013 820 Building Demolition 1 a �i Section 013200— Construction Processes (Cont.) r F. Major Area: A story of construction, a separate building, or a similar significant construction element. 1.3 SUBMITTALS A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. B. Preliminary Network Diagram: Submit two opaque copies, large enough to show entire network for entire construction period. Show logic ties for activities. C. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. D. Field Condition Reports: Submit two copies at time of discovery of differing conditions. 1.4 COORDINATION �rrr A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. WHPacific,Inc. P:ICdy of Renton10379 781DesignlSpecificationst 100%SpecificationslTechnical Specifications\013200-Construction Processes.docx Renton Municipal Airport(RNT) 013200 November 2013 820 Building Demolition 2 1W Section 013200—Construction Processes (Cont.) .w 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. r� 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for commencement of the Work to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. aw 2. Procurement Activities: Include procurement process activities for long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 01 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than 10 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. C. Constraints: Include constraints and work restrictions indicated in the Contract d+ Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. r. 2. Work under More Than One Contract: Include a separate activity for each contract. 3. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 4. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Partial occupancy before Substantial Completion. '■" e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. WHPacitic,Inc. RICityofRenton10379781DesignlSpecificationsl100%SpecificationslTechnicalSpecifications\013200-Construction Processes.docx Renton Municipal Airport(RNT) 013200 November 2013 820 Building Demolition 3 Section 013200— Construction Processes (Cont.) 5. Work Stages: Indicate important stages of construction for each major portion of the Work. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) .r A. Gantt-Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt-chart-type, Contractor's Construction Schedule within 14 days of date established for commencement of the Work. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer to complete, indicate „r an estimated completion percentage in 10 percent increments within time bar. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At 2-week intervals, update schedule to reflect actual construction progress and activities. Issue schedule 3 days before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they WHPacific,Inc. PACity of Renton1037978IDesignISpecificationsI100%Specificationsl Technical Specifications\013200-Construction Processes.docx Renton Municipal Airport(RNT) 013200 November 2013 820 Building Demolition 4 iMlli r Section 013200— Construction Processes (Cont.) ow have completed their assigned portion of the Work and are no longer involved in performance of construction activities. irr END OF SECTION 01 3200 �r wo M rr. rr WHPacific,Inc. P:ICity of Renton10379781DesignlSpeci fications1100%SpecificatronslTechnical Specifications\013200-Construction Processes.docx Renton Municipal Airport(RNT) 013200 November 2013 820 Building Demolition 5 i rat Intentionally Left Blank rr im aw SECTION 013300 - SUBMITTAL PROCEDURES io PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. See Division 01 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule. 1rr C. See Division 01 Section "Quality Requirements"for submitting test and inspection reports and for mockup requirements. D. See Division 01 Section "Closeout Procedures" for submitting warranties. E. See Division 01 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are +.r received. B. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. rrr WHPacific,Inc. P:ICity of Renton10379781DesignlSpecifications1f00%SpecificationslTechnical Specifications\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 1 we SECTION 013300—Submittal and Procedures (Cont.) C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 14 days for initial review of each submittal. Allow ' additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 10 days for review of each resubmittal. D. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Architect. ► d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. ' g. Name of manufacturer. h. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.01.A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. I. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. WHPacific,inc. PlCity of Renton10379781DesignlSpeclfications1100%Specificationsl Technical Specificafions\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 2 rlii r SECTION 013300—Submittal and Procedures (Cont.) 4W F. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract I„ Documents, initial submittal may serve as final submittal. 1. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor. 1. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. w.► 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Approved as noted." I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on aw transmittal forms. J. Use for Construction: Use only final submittals with mark indicating "Approved as noted" or "Approved"taken by Architect. PART 2 - PRODUCTS ow 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. r 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: WHPacitic,Inc. RICdy of Renton1037978IDesignlSpeciflcationsl100%SpecificationslTechnical Specificabons\013300-Subm ttal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 3 �r SECTION 013300— Submittal and Procedures (Cont.) .�r a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Wiring diagrams showing factory-installed wiring. f. Printed performance curves. ,ry g. Operational range diagrams. h. Compliance with specified referenced standards. i. Testing by recognized testing agency. „ 4. Number of Copies: Submit four copies of Product Data, unless otherwise indicated. Architect will return two copies. Mark up and retain one returned copy as a Project Record Document. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal of Architect's CAD Drawings is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Notation of coordination requirements. j. Notation of dimensions established by field measurement. k. Relationship to adjoining construction clearly indicated. I. Seal and signature of professional engineer if specified. m. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit four opaque (bond) copies of each submittal. Architect will return two copies. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these WHPacific,Inc. P:ICityot Rentonlo379781DesignlSpeciticationslf00%Specit icationsl Technical Specificadons\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 4 011 4" SECTION 013300—Submittal and Procedures (Cont.) 40 characteristics between submittal and actual component as delivered and installed. �I 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. aw d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available me for quality control comparisons throughout the course of construction. activity. Sample sets may be used to determine final acceptance of construction associated with each set. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting "w of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. + Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. E. Product Schedule or List: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. 1. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated. Architect will return two copies. F. Submittals Schedule: Comply with requirements specified in Division 01 Section "Construction Progress Documentation." r WHPacific,Inc. P:ICity of Rentont0379781DesignlSpecih'cationsN00%SpecificationslTechnical Speciticabons\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building!Demolition 5 i�r SECTION 013300—Submittal and Procedures (Cont.) G. Application for Payment: Comply with requirements specified in Division 01 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 01 Section "Payment Procedures." I. Subcontract List: Prepare a written summary identifying individuals or firms " proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. 1. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. Architect will return two copies. 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other ii Specification Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Architect will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Division 01 Section "Quality Requirements." B. Coordination Drawings: Comply with requirements specified in Division 01 Section "Project Management and Coordination." C. Contractor's Construction Schedule: Comply with requirements specified in Division 01 Section "Construction Progress Documentation." D. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. E. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. F. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. wr' WHPacific,Inc. RICity of Renton10379781DesignlSpecifications1100%SpecificationslTechnkzl Speciticatlons\013300-Submittal Procedures.dou lot Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 6 wr SECTION 013300—Submittal and Procedures (Cont.) «r G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract go Documents. Include evidence of manufacturing experience where required. H. Product Certificates: Prepare written statements on manufacturer's letterhead an certifying that product complies with requirements in the Contract Documents. I. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. 4. J. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material 40 for compliance with requirements in the Contract Documents. K. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by .. a qualified testing agency. L. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. M. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. N. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. O. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its " final location, for compliance with requirements in the Contract Documents. P. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 01 Section "Operation and Maintenance Data." Q. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design 4W WHPacific,Inc. P.,Cit of RentonIO379781Desi nlSpe fications1f00%S y g pepficationslTechnical Specifications\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 7 r+�r SECTION 013300—Submittal and Procedures (Cont.) criteria and a summary of loads. Include load diagrams if applicable. Provide ` name and version of software, if any, used for calculations. Include page numbers. R. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. S. Manufacturer's Field Reports: Prepare written information documenting factory- authorized service representative's tests and inspections. Include the following, as applicable: 1. Statement on condition of substrates and their acceptability for installation of product. 2. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. T. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. U. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do w not submit to Architect. 1. Architect will not review submittals that include MSDSs and will return them ,rr for resubmittal. 2.3 DELEGATED DESIGN „ A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit three copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. WHPacific,Inc. PACity of Renton10379780esignlSpeci tications1100%Speci/icationslTechnical Specifications\013300-Submittal Procedures.dou Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 8 go SECTION 013300—Submittal and Procedures (Cont.) wr 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. �. 1. Contractor's shall sign and stamp each submittal utilizing the following stamp language to certify review and compliance with the Contract Documents: .. a. "Contractor has reviewed and certified this submittal for compliance with the requirements of the Work and Contract Documents, including product verification, related Work and information coordination. Contractor shall field verify related dimensions prior to fabrication" 2. Deviations: Highlight, encircle or otherwise identify deviations from the Contract Documents on submittals. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. D. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. E. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. WHPacitic,Inc. Ricky of Renton1037978IDesignlSpecihcations1100%SpecifiationslTeohnical Specifications\013300-Submittal Procedures.docx Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 9 SECTION 013300—Submittal and Procedures (Cont.) F. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01 3300 > WHPacific,inc. Picky of Renton103797SIDesignlSpecifications1 f00%Specificationsl Technical Specification9\013300-Submittal Procedures.doa Renton Municipal Airport(RNT) 013300 November 2013 820 Building Demolition 10 rr r SECTION 014000—QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of r responsibility for compliance with the Contract Document requirements. 1. Specified tests, inspections, and related actions do not limit Contractor's �. other quality assurance and quality-control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality-assurance and control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. ' C. See Divisions 02 through 33 Sections for specific test and inspection requirements. +r. 1.2 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Product Testing: Tests and inspections that are performed by an NRTL, an t NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards. D. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. E. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. r WHPacific,Inc. PACity of Renton10379780esignlSpecifications1700%SpeciticationslTechnical Specifications\014000-Quality Requirements.docx Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 1 dw Section 014000— Quality Requirements (Cont.) F. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. G. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Using a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a w corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. wr% H. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of two previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.3 CONFLICTING REQUIREMENTS A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding. Sri B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.4 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications ar in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Reports: Prepare and submit certified written reports that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. WHpacific,Inc. P:ICity of Renton10379781DesignlSpecifications1100%SpecificationslTechnical Specificabons\014000-Quality Requirements.docx s Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 2 Section 014000—Quality Requirements (Cont.) 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and .. testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work ow complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. io 13. Recommendations on retesting and reinspecting. C. Permits, Licenses, and Certificates: For Owner's records, submit copies of All, permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.5 QUALITY ASSURANCE •� A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in- service performance. C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering WHPacific,Inc. P:ICAyof Renton103797810esignlSpeafications1100%SpecdicaWnslTeMnical Specifications\014000-Quality Requirements.doa Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 3 40 Section 014000— Quality Requirements (Cont.) services are defined as those performed for installations of the system, assembly, or product that is similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirement for specialists shall not supersede building codes and regulations mi governing the Work. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 548; and with additional qualifications specified in individual Sections; and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. " B. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality- control services required of Contractor by authorities having jurisdiction, whether specified or not. + WHPacitic InC. PACity of Renton10379781DesignlSpecificationsl100%SpecificationslTechnical Specifications\014000-Quality Requirements.docx Renton Municipal Airport(PNT) 014000 November 2013 820 Building Demolition 4 ilCi Section 014000— Quality Requirements (Cont.) 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 4. Testing and inspecting requested by Contractor and not required by the "` Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Division 01 Section "Submittal Procedures." M D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report a whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. aw WHPacific,Inc. P:ICRy of Renton10379781DesignlSpecif ications1100%SpecficationslTechnical Specificaiions1014000-Quality Requirements.docx Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 5 qtr Section 014000—Quality Requirements (Cont.) F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. f 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 1.7 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified special inspector to conduct special tests and inspections required by authorities having jurisdiction at as the responsibility of Owner, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality- control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. WHPacific,inc. P:ICdy of Rentonl037978IDesignlSpec ficalionsI100%SpecificationslTechnical Specificabons\014000-Quality Requirements.docx Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 6 Section 014000— Quality Requirements (Cont.) 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected work. PART 2 - PRODUCTS — Not Used > PART 3 - EXECUTION 1. 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar ow services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. 2. Comply with the Contract Document requirements for Division 01 Section "Cutting and Patching." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 MW WHPacitic,Inc. PACdy of Rentonl0379780esignlSpeciricationsl100%SpecificationslTechnical Specifications\014000-Quality Requirements.docx Renton Municipal Airport(RNT) 014000 November 2013 820 Building Demolition 7 1W nr r Intentionally Left Blank .re SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 — GENERAL 1.01 SUMMARY A. Install, maintain, and operate all temporary facilities and controls as long as needed for the safe and proper completion of the work. B. Temporary connections to the City of Renton electrical, mechanical, water, and wastewater systems require preparation of the appropriate .� "Application for Connection"form (included at the end of this Section or from the City of Renton representative), submission to the City of Renton representative, in advance of work. C. Section Includes 1. Summary 2. Temporary Electricity 3. Temporary Lighting 4. Communications 5. Temporary Water 6. Temporary Sanitary Facilities A 7. Barriers and Enclosures 8. Fences 9. Exterior Enclosures 10. Staging and Entrance Areas 11. Protection of Installed Work 'W 12. Secu rity 13. Progress Cleaning and Waste Removal is 14. Street Cleaning and Dust Control 15. Field Offices and Sheds 16. Removal of Construction Facilities and Temporary Controls 17. Use and Occupancy WHPacitic,Inc RiCity of Renton10379781DesignlSpeci fications1100%Specifications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 1 irr Section 015000—Temporary Facilities and Controls (Cont.) it 18. Noise Controls 19. Scaffolding 20. Construction Equipment 21. Waste Water Controls 22. Sample "Application for Connection" Forms 1.02 TEMPORARY ELECTRICITY A. Cost: The City of Renton will provide and pay for all power. B. Provide power outlets for construction operations, with branch wiring and lei distribution boxes located as required. Provide flexible power cords as required. C. Provide main service disconnects and overcurrent protection at approved location. D. Provide adequate distribution equipment, wiring, and outlets to provide single-phase, branch circuits for power and lighting. The Contractor shall submit their Temporary Power Plan, including the required Applications for Connections (attached), as part of the Pre-construction Submittals. The Plan will define the required load, location, and timing for each connection. rr E. Provide for temporary power and outlets for any safety and/or exit signs, and lighting which must be relocated due to the placement of construction barricades. 1.03 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for construction operations to W achieve minimum lighting levels required by the Safety Standards for Construction Work (WAC 296-155-165). B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. 1.04 COMMUNICATIONS A. Provide, maintain and pay for telephone and data services to field offices throughout the duration of the project. B. Provide, maintain and pay for facsimile service and a dedicated telephone line to field office throughout the duration of the project. C. The Contractor shall provide his own means of job site communication. WNPacific,Inc. Ricky of Renton103797810esignlSpecifications1100%Spedlicadons104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 2 Section 015000—Temporary Facilities and Controls (Cont.) 1. Mobile communications equipment (i.e., Radio) must be approved in advance by the City of Renton representative. 1.05 TEMPORARY WATER A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. C. Drinking water for employees shall be provided in accordance with WISHA requirements. D. Construction water for airfield projects will be supplied via existing City of Renton supply mains under the following conditions: 1. Each connection shall be made at an existing City of Renton fire hydrant. Each connection shall be made using a shutoff valve to be obtained from City of Renton Maintenance. Each connection shall also utilize a "Hydrant Watch Dog"device (Model HRP-200) or approved equal, to be provided by the Contractor. 2. The Contractor shall obtain the "Hydrant Watch Dog"device or approved equal and register for temporary water service with Aviation Maintenance through the City of Renton representative. 3. The City of Renton reserves the right to test the water meter and operation of the reduced pressure backf low assembly at any time and require the Contractor to take necessary actions to maintain the integrity of the meter and backf low assembly at all times. The Contractor will be required to conduct his water filling and usage operations in such a manner that he will not endanger the City of Renton Water System at any time nor cause the City of Renton to be in violation of Washington State Administrative Code (WAC) Section 246-290 at any time. 4. Failure of the Contractor to follow these backflow prevention requirements will result in the removal of the contractor's connection to the City of Renton water system. 5. The Contractor shall obtain a shutoff valve from the City of Renton Fire Department upon payment of a $350.00 deposit. The Contractor shall install and remove the valve and fittings to the satisfaction of the City of Renton representative. The Contractor shall coordinate these arrangements with the City of Renton representative. WHPacifiglnc. Picky of Renton10379781DesignlSpecifrcations1f00%Spedfications104-Technical Specifications\015000-Temporary Facilities&Controls.dou Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 3 Section 015000—Temporary Facilities and Controls (Cont.) E. Each connection to the City of Renton water system must have an approved reduced pressure backflow prevention device installed. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures for both sexes; serviced and cleaned weekly. Quantities shall be per local, state and federal requirements. 1.07 BARRIERS AND ENCLOSURES A. General Requirements 1. Provide temporary Pedestrian Barriers, Partition Enclosures, and Polyethylene Enclosures as required to separate work areas from Owner/Public occupied areas, to prevent penetration of dust and moisture into Owner/Public occupied areas, and to prevent damage + to existing materials, equipment, structures and other facilities. Constantly secure barriers and enclosures in a manner to prevent unauthorized entry into construction areas. 1.08 FENCES Provide a 8-foot-high chain link fence with gates around the perimeter of the site for security during the entire length of construction, in location indicated on Civil Drawings. 1.09 STAGING AND ENTRANCE AREAS A. The Contractor shall use entrance and staging areas as identified on the drawings of the Contract Documents for the Project. The identified areas include areas at the Construction Staging/ Logistics Center. B. Parking of Contractor employee's private vehicles is restricted to the Construction Staging/Logistics Center or other off-airport locations. Contractor employee parking is not allowed within the job site or the airport parking garage. ' C. Provide and maintain crushed rock roadway traffic zones at staging areas and site access locations to ensure entrance, staging areas and surrounding roads are free from mud. 1.12 PROTECTION OF INSTALLED WORK A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. WHpacitic,Inc. P:ICity of Renton 10379781DesignlSpec ffications1100%Specifications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 4 Section 015000—Temporary Facilities and Controls (Cont.) 1.13 SECURITY A. Provide security and facilities to protect the Work and City of Renton's operations from unauthorized entry, vandalism, or theft. B. The construction site shall be closed to the public at all times. Construction site is defined as the temporary facilities and work areas inside fences, partitions, enclosures, and cones and tape. C. Ensure the security of tenant facilities in the event construction activities endanger those facilities or commodities. D. Abide by special requests of security personnel, City of Renton Police and Fire Departments. 1.14 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris, and rubbish from site and dispose off-site in a legal manner. 1.15 STREET CLEANING AND DUST CONTROL A. During construction, damp sweep the public streets each working day. On-site areas visible to the public from the public right-of-way shall be cleaned of debris, rubbish, and trash at least once a week. While the project is under construction, the Contractor shall implement effective dust control measures to prevent dust and other airborne matter from leaving the site. B. Due to the location of this project, dust control will be extremely critical and continuously monitored. The Contractor shall keep a vacuum sweeper truck and water truck on-site at all times materials are being hauled during working and non-working hours and shall maintain the site free from dust and objectionable debris. The Contractor's access route along the airport perimeter road shall be swept and cleaned continuously. During the periods of time that there is no construction activity (between work shifts), the vacuum sweeper truck and water truck must be ready with on-site Contractor's personnel available to respond immediately to a dust or debris problem as identified by Airport Operations staff or the City of Renton representative. At no time shall there be more than a 10-minute response time to calls concerning dust/debris problems during work hours and a 90-minute response time at all other times on a 24hour per day basis. The Contractor shall provide whatever means are necessary to prevent foreign object debris (FOD) in aircraft movement areas and provide construction area generated dust control on a 24-hour basis. WHPacific,Inc. RiCity of Renton103797SIDesignlSpecircationsl100%SpecilicationM04-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 5 Section 015000—Temporary Facilities and Controls (Cont.) 1.16 REMOVAL OF CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. Remove temporary utilities, equipment, facilities, and materials prior to Substantial Completion or as directed by the City of Renton representative. B. Clean and repair damage caused by installation or use of temporary work. 1.17 USE AND OCCUPANCY A. Materials Storage, Staging, and Parking 1. The Contractor will be allowed space for the storage of materials and the pursuance of the Work under this Contract in the areas + shown on the Drawings. 2. Parking of Contractor employee's private vehicles is restricted to the Construction Staging area shown on Drawings, or other off- airport locations. B. The Airport is an operating facility that must remain in full operation throughout the term of this Contract. Where facility operations conflict with those of the Contractor, the operations of the facility will take precedence over those of the Contractor. It shall be the sole responsibility of the Contractor to schedule and coordinate its activities with those of the facility to assure minimum disruption of facility operations. C. Contractor will be allowed space for the storage of materials and the pursuance of Work under this Contract in the areas as directed by the City of Renton representative. The Contractor shall limit storage of materials, tools, and other items necessary to the work to areas within the construction barriers. Items stored outside the designated areas shall be prohibited without prior approval of the City of Renton representative. 1.18 NOISE CONTROLS A. At all times keep objectionable noise generation to a minimum by 1 . Equipping air compressors with silencing packages. 2. Equipping jackhammers with silencers on the air outlet. 3. Equipment that can be electrically driven instead of gas or diesel is preferred. If noise levels on equipment cannot reasonably be brought down to criteria, listed as follows, either the equipment will not be allowed on the job or use time will have to be scheduled subject to approval of the City of Renton representative. 4. All construction vehicles and equipment on the project operating between 10:00 WHPacific,Inc. RICity of Renton1037978IDesigniSpecirications1100%Specifications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 6 I ar Section 015000—Temporary Facilities and Controls (Cont.) p.m. and 7:00 a.m. shall be equipped with an ambient noise sensing variable volume backup alarm system. The system shall be in compliance with Washington Administrative Code (WAC) 296- 155-615. B. Objectionable noise received on neighboring (non-City of Renton owned) properties is defined as any noise exceeding the noise limits of State Regulations (WAC 173-60-040) or City ordinance, or as any noise causing a public nuisance in a residential area, as determined by the City of dw Renton and community representatives, or by the nuisance provisions of local ordinances. alr 1. The noise limitations established are as set forth in the following table after any applicable adjustments provided for herein are applied: RECEIVING PROPERTY Noise Source Residential Commercial Industrial Airport50 dBA 65 dBA 70 dBA 40 2. Between the hours of 2200 and 0500 on weekdays and 2200 and 0900 on weekends the noise limitations above may be exceeded for any receiving property by no more than: 40 a. 5 (five) dBA for a total of 15 minutes in any one hour period; or b. 10 (ten) dBA for a total of 5 minutes in any one hour period; or C. 15 (fifteen) dBA for a total of 1.5 minutes in any one hour period. C. In addition to the noise controls specified, demolition and construction activities conducted within 1,000 feet of residential areas may have additional noise controls required. D. The Contractor's operation shall at all times comply with all County and City requirements. 1.19 SCAFFOLDING A. The Contractor's attention is called to the fact that scaffolding or other support systems will be required. Tape, plastic, or cones shall not be used by themselves as protection. Scaffolding shall comply with the more stringent requirements of OSHA or WISHA. The Contractor shall be totally responsible for the structural WHPacific,Inc. P:ICityofRenton10379781Desi nls cificationsilOO%s g pe pedlications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 7 r Section 015000—Temporary Facilities and Controls (Cont.) integrity of any containment systems utilizing a scaffold system. The Contractor shall post a sign in each containment specifying the maximum number of persons or weight for which the system is designed or installed and shall be responsible for seeing that this weight is not exceeded. All scaffolding exposed to public view shall be clean and freshly painted. 1.22 WASTE WATER CONTROL Prevent discharge of any water/contaminated or otherwise from the site or Work locations from any source, including runoff, from entering onto adjacent areas .. occupied or storage spaces and/or properties. 1.23 SAMPLE "APPLICATION FOR CONNECTION" FORMS —ATTACHED PART 2— PRODUCTS - Not Used +•w PART 3— EXECUTION 3.01 MAINTENANCE OF OPERATIONS i« A. Public Safety Convenience: The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the City of Renton, its tenants and the public. 1 . Maintain access to entrances, driveways, loading docks, buildings, etc. Unless noted otherwise on drawings. Coordinate any reduction in service at such locations with City of Renton representative. 2. Maintain all walkways, access ramps, entrances and related facilities that satisfy the requirements of the Americans with Disabilities Act (ADA) of 1990. If closure of such facilities is necessary, provide alternate temporary facilities that replace the temporarily closed facilities. B. Responsible Representative: The Contractor shall appoint one employee as the responsible representative in charge of maintenance of operation and safety. The appointed representative shall have authority to act on behalf of the Contractor and shall be available, on call, twenty-four hours a day, throughout the period of construction for the Contract. A twenty-four hour telephone number shall be provided to the City of Renton representative for use in case of an off-hour emergency. The Contractor shall provide immediate response to correct all deficiencies upon notification. WHPacific,Inc. PACity of Renton10379781DesignlSpecifications1100%Speclications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 8 w Section 015000—Temporary Facilities and Controls (Cont.) rr. C. Temporary Facilities: The Contractor shall provide temporary barriers, temporary enclosures and/or partitions sufficient to physically separate airport operations, including but not limited to pedestrians from the Work. The use of temporary scaffolding and other access equipment shall also be commensurate with facility operations. In general, temporary facilities as listed below shall be used to maintain operations: D. Traffic Control Devices: The Contractor shall provide and maintain controls as required to warn and protect the public, tenants and City of Renton employees from injury or damage caused by the Contractor's operations. No Work shall be performed on or adjacent to any vehicular or pedestrian roadway/walkway until all necessary signage and traffic control devices have been approved and are in place. rl END OF SECTION 015000 Wr ir. WHPacific,Inc. P:ICity of Renton10379781DesignlSpeci ficationsl100%Specifications104-Technical Specifications\015000-Temporary Facilities&Controls.docx Renton Municipal Airport(RNT) 015000 November 2013 820 Building Demolition 9 Intentionally Left Blank wr *a rir SECTION 016000— PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. See Division 01 Section "Closeout Procedures" for submitting warranties for Contract closeout. .r C. See Divisions 02 through 33 Sections for specific requirements for warranties on products and installations specified to be warranted. r 1.2 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled- content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics ' that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related �. to type, function, dimension, in-service performance, physical properties, WHPacific,Inc. PACity of Renton10379781DesignlSpecificationsl100%SpecificationslTechnical Specifications\076000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 1 am r Section 016000— Product Requirements (Cont.) appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. 1.3 SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include r Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use form in Section 00 6325, or similar document as determined by the Owner. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. WHPacific,Inc. RICity of Renton103797&DesignlSpecifications1100%Specificationsl Technical Specifications\016000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 2 wn Section 016000— Product Requirements (Cont.) j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated. I. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 10 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. B. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever aw is later. a. Form of Approval: As specified in Division 01 Section "Submittal • Procedures." b. Use product specified if Architect cannot make a decision on use of a comparable product request within time allocated. C. Basis-of-Design Product Specification Submittal: Comply with requirements in +f» Division 01 Section"Submittal Procedures."Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. WHPacific,Inc. P:ICity of Rentonl0379781Designl$peciricatlons1100%SpeclricationslTechnical Specifications 1016000-Product Requrements.docx Renton Municipal Ailport(RNT) 016000 November 2013 820 Building Demolition 3 Section 016000— Product Requirements (Cont.) 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly wr protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's .r. disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. WHPacific,Inc. P:ICity of Rentonl0379781DesignlSpeciricationsl 700%Specif icationsl Technical Specifications\016000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 4 Section 016000— Product Requirements (Cont.) r 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. �r. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. wr WHPacific,Inc. P iCity of Renton10379781DesignlSpeci fications1100%SpedficationslTechn cal Specifications\016000-Product Requrements.dou Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 5 Section 016000— Product Requirements (Cont.) 6. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. err 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that , complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that complies with " requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. wr 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 7. Product Options: Where Specifications indicate that sizes, profiles, and dimensional requirements on Drawings are based on a specific product or system, provide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed ► product or system. 8. Basis-of-Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and WHPacific,Inc. P:ICity of Renton10379781DesignISpecifications1100%SpecilicationsITechnicai Specifications\016000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 6 No Section 016000— Product Requirements (Cont.) to matches Architect's sample. Architect's decision will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, and textures" or a similar phrase, select a product that complies with other specified requirements. a. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that does not include premium items. b. Full Range: Where Specifications include the phrase "full range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: Architect will consider requests for substitution if received during bidding and/or within 60 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted on +� approved Substitution Request Form — see Section 00 6325. 5. Requested substitution will not adversely affect Contractor's Construction aw Schedule. WHPacitic,Inc. PACity of Rentonl0379781DesignlSpeci fications1100%SpecificationslTechnical Specificabons\016000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 7 tilt Section 016000— Product Requirements (Cont.) �r 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. r 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION — Not Used END OF SECTION 016000 err +r rr WHPacilic,Inc. RICify of Renton10379781DesIgniSpecif irationsl f00%SpeciticationsITechnica]Specifications\016000-Product Requrements.docx Renton Municipal Airport(RNT) 016000 November 2013 820 Building Demolition 8 w SECTION 017300 - EXECUTION PART 1 - GENERAL „r 1.1 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Progress cleaning. 5. Starting and adjusting. 6. Protection of installed construction. 7. Correction of the Work. B. See Division 01 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations .. from indicated lines and levels, and final cleaning. 1.2 SUBMITTALS A. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. PART 2 - PRODUCTS — Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. VW WHPacific,Inc. RICity of Renton1037976IDesignlSpecificationsl100%SpecificafionsITechnicalSpecifications\077300-Execution.docx Renton Municipal Airport(RNT) 017300 November 2013 820 Building Demolition 1 +rr n Section 017300— Execution (Cont.) err B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, gas and water-service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by No public utilities serving Project site. 3. Provide 24-hour written notice to nearby residences and business, after coordination with the Owner's Representative. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements ` for installation tolerances and other conditions affecting performance. Record observations. lei 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 4. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Architect. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. Submit requests on CSI Form 13.2A, "Request for Interpretation", or similar document as determined by the Owner. .v► 3.3 CONSTRUCTION LAYOUT WHPacific,inc. P:ICiry of Renton10379781DesignlSoecifications1 f00%SpecilicationslTechnical Specificabons\017300-Ezecution.doa Renton Municipal Airport(RNT) 017300 November 2013 820 Building Demolition 2 err Section 017300— Execution (Cont.) tw A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If 60 discrepancies are discovered, notify Architect promptly. 3.4 PROGRESS CLEANING of A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste W materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. 3.5 STARTING AND ADJUSTING iW A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. as B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. so C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. ift 3.6 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is rw without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. rw WHP8C1(IC,Inc. P:ICity of Ren[on10379781DesignlSpecificationsl f00%SpecilicationslTechnical Specifications\017300-Execution.docx Renton Municipal Airport(RNT) 017300 November 2013 820 Building Demolition 3 Section 017300— Execution (Cont.) 3.7 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 01 Section "Cutting and Patching." 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 017300 rr WHPacific,Inc. PA City ofRenton10379781DesignlSpecifications1100%SpecificationslTechnicalSpecificabons 1017300-Execufion.docx Renton Municipal Airport(RNT) 017300 November 2013 820 Building Demolition 4 rwr rrr SECTION 017329—CUTTING AND PATCHING w PART 1 - GENERAL an 1.1 SUMMARY A. This Section includes procedural requirements for cutting and patching. g' B. See Divisions 2 through 33 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 40 1.2 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 7 days before the time cutting and patching will be performed, requesting approval �w to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, ON and indicate why they cannot be avoided. 2. Changes to In-Place Construction: Describe anticipated results. Include w changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 66 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. wM 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 1.3 QUALITY ASSURANCE ;+r A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as «w WHPacific,Inc. P:ICity of Rentonl03797810esignlSpecfiicationsl f00%SpecilicationslTechnical Specifications\017329-Cutting and Patching.docx Renton Municipal Airport(RNT) 017329 November 2013 820 Building Demolition 1 rrr Section 017329— Cutting and Patching (Cont.) C. intended or that results in increased maintenance or decreased operational life or safety. D. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or those results in increased maintenance or decreased operational life or safety. E. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction r exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.4 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. WHPacific,Inc. RiCiry of Renton1037978IDesignISpecifations1100%SpecificationsITechnical Specifications 1017329-Cutting and Patching.dom Renton Municipal Airport(RNT) 017329 November 2013 820 Building Demolition 2 Iii1 err► Section 017329— Cutting and Patching (Cont.) �1. B. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written Aw recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, to not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. w. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 31 Sections where required by cutting and patching operations. 5. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. 1. Inspection: Where feasible,test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and rw WHPacific,Inc. RICity of Renton10379781Des lgnISpeciftcatlons1100%SpecilicationslTechnical Specifications\017329-Cutting and Patching.dou Renton Municipal Airport(RNT) 017329 November 2013 820 Building Demolition 3 err Section 017329— Cutting and Patching (Cont.) appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores w enclosure to a weathertight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION 01 7329 .w r w WHPacific,Inc. RICiry of Renton10379781Des lgnlSpecilicatlons1100%Specificationsl Technical Specifications\017329-cutting and Patching.dom Renton Municipal Airport(RNT) 017329 November 2013 820 Building Demolition 4 aw to SECTION 017419—CONSTRUCTION WASTE MANAGEMENT & DISPOSAL NO PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Recycling nonhazardous demolition and construction waste. 2. Disposing of nonhazardous demolition and construction waste. B. See Division 02 Section "Demolition" for disposition of waste resulting from demolition of buildings, structures, and site improvements, and for disposition of hazardous waste. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent +.� processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or ■. reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PERFORMANCE GOALS A. General: Develop waste management plan that results in end-of-project salvage/recycling of as much non-hazardous waste as possible generated by the Work. B. Salvage/Recycle Goals: Owner's goal is to salvage and recycle as much nonhazardous demolition and construction waste as possible including the w. following materials: WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificationsllo0%SpecificationslTechnical Specifications\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 1 +r Section 017419—Construction Waste Management & Disposal (Cont.) 1. Cardboard. 2. Clean dimensional wood. 3. Land clearing debris 4. Concrete 5. Bricks 6. Concrete Masonry Units (CMU's) + ► 7. Asphalt 8. Metals: material banding, stud trim, ductwork, piping, rebar, roofing, other ' trim, steel, iron, galvanized sheet steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. 9. Gypsum. 10. Excavated soils. 1.4 QUALITY ASSURANCE A. Waste Management Conference: Conduct conference at Project site. 1.5 WASTE MANAGEMENT PLAN A. General: Develop plan consisting of waste identification and waste reduction work plan. Include separate sections in plan for demolition and construction waste. B. Waste Identification: Indicate anticipated types and quantities of demolition and construction waste generated by the Work. Include estimated quantities and assumptions for estimates. C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of i waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. a WHPacific,inc. PACity of Re nton103797SIDesignlSpeci tications110091 SpecilicationslTechnical Specifications\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 2 tr Section 017419— Construction Waste Management & Disposal (Cont.) 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. +� Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location on Project site where materials separation l� will be located. PART 2 - PRODUCTS— Not Used �. PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement waste management plan as approved by Owner. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Site Access and Temporary Controls: Conduct waste management operations • to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold. 2. Comply with Division 01 Section "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Sale and Donation: Not permitted on Project site. B. Salvaged Items for Owner's Use: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area off-site designated by Owner. wo WHPacific,Inc. PA Cityof Renton10379781DesignlSpeci fications1100%Specif icationslTechnicalSpecifica6ons\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 3 +ilk Section 017419— Construction Waste Management & Disposal (Cont.) 5. Protect items from damage during transport and storage. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Receivers and Processors: List below is provided for information only; available recycling receivers and processors include, but are not limited to, the following: 1. South Recycling and Disposal Station Second Avenue South and South Kenyon Street Seattle, WA 98137 (206) 684-8400 2. North Recycling and Disposal Station North 34th Street and Carr Place North Seattle, WA 98103 (206) 684-8400 3. Waste Management 7155 West Marginal Way Seattle, WA 98106 (206) 762-3000 w 4. Rabanco 2733 Third Avenue South lid Seattle, WA 98124 (206) 723-9584 5. "Contractors' Guide for Preventing Waste and Recycling" http://dnr.metrokc.gov/greenworks/sus build/Contr , Gde.pdf 6. "Seattle/King County Construction Recycling Directory." 7. Resale—see Recycling Directory for contact information. C. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling waste materials shall accrue to Owner. D. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical. WHPacific,Inc. PACify of Renton1037978IDesignISpedficationsll00%SpedfficationslTechnical Specifications\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(PNT) 017419 November 2013 820 Building Demolition 4 rlrr Section 017419— Construction Waste Management & Disposal (Cont.) �l. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste off Owner's property and transport to recycling receiver or processor. 3.4 RECYCLING DEMOLITION WASTE A. Asphaltic Concrete Paving: Break up and transport paving to asphalt-recycling facility. B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. 1. Clean and stack undamaged, whole masonry units on wood pallets. D. Wood Materials: Sort and stack members according to size, type, and length. ' Separate lumber, engineered wood products, panel products, and treated wood materials. E. Metals: Separate metals by type. „�. 1. Structural Steel: Stack members according to size, type of member, and length. 2. Remove and dispose of bolts, nuts, washers, and other rough hardware. F. Gypsum Board: Stack large clean pieces on wood pallets and store in a dry location. Remove edge trim and sort with other metals. Remove and dispose of fasteners. G. Acoustical Ceiling Panels and Tile: Stack large clean pieces on wood pallets and 1 store in a dry location. 1. Separate suspension system, trim, and other metals from panels and tile and sort with other metals. r. WHPacific,inc. PA CityofRenton10379781DesignlSpeciflcations1100%Speci/icationsl Technical Specifications\017419-Constr Waste Mgmt and 0isposal.dou Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 5 Section 017419— Construction Waste Management & Disposal (Cont.) H. Carpet and Pad: Roll large pieces tightly after removing debris, trash, adhesive, and tack strips. 1. Store clean, dry carpet and pad in a closed container or trailer provided by Carpet Reclamation Agency or carpet recycler. I. Equipment: Drain tanks, piping, and fixtures. Seal openings with caps or plugs. Protect equipment from exposure to weather. J. Plumbing Fixtures: Separate by type and size. K. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers, valves, sprinklers, and other components by type and size. L. Lighting Fixtures: Separate lamps by type and protect from breakage. M. Electrical Devices: Separate switches, receptacles, switchgear, transformers, , meters, panelboards, circuit breakers, and other devices by type. N. Conduit: Reduce conduit to straight lengths and store by type and size. 3.5 RECYCLING CONSTRUCTION WASTE A.Packaging: Milli 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. r 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, breakdown pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Site-Clearing Wastes: Chip brush, branches, and trees on-site. C. Wood Materials: 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. ; D. Gypsum Board: Stack large clean pieces on wood pallets and store in a dry location. WHPacific,Inc. PACity of Renton10379781DesignlSpecifications1100%SpecilicationslTechnical Specifications\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 6 ..r Section 017419— Construction Waste Management & Disposal (Cont.) 1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper or hammer mill. Screen out paper after grinding. 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Transport waste materials off Owner's property and legally dispose of them. END OF SECTION 017419 f� a. �t. WHPacific,Inc. PACity of Renton10379781DesignlSpeclfi cationsllOO%SpecificationslTechnical Specifications\017419-Constr Waste Mgmt and Disposal.docx Renton Municipal Airport(RNT) 017419 November 2013 820 Building Demolition 7 tiro Intentionally Left Blank 46 , ..r SECTION 017700— CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. See Division 01 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. ..� C. See Division 01 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. D. See Divisions 02 through 33 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.2 SUBSTANTIAL COMPLETION VIM A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 4. Prepare and submit Project Record Documents and similar final record information. 5. Terminate and remove temporary facilities from Project site. 6. Complete final cleaning requirements, including touchup painting. 7. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. WHPacific,Inc. RICity of Renton10379781DesignlSpecificatlonsl120%SpecificationslTechnical Specifications\017700-Closeout Procedures.docx Renton Municipal Airport(RNT) 017700 November 2013 820 Building Demolition 1 Section 017700— Closeout Procedures (Cont.) B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.3 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous .ire inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A, or similar document as determined by the Owner. 1. Organize list of spaces in sequential order. 2. Organize items applying to each space by major element. PART 2 - PRODUCTS 2.1 MATERIALS WHPacific,Inc. PiCity of Renton10379761DesignlSpeciricationsllO O%SpeciticationslTechnical Specitications\017700-Closeout Procedures.docx Renton Municipal Airport(RNT) 017700 November 2013 820 Building Demolition 2 Ir Section 017700— Closeout Procedures (Cont.) A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING ,M A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. IWO B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with to manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for w• certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even- textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Clean exposed exterior and interior hard-surfaced finishes to a dirt- free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. g. Sweep concrete floors broom clean in unoccupied spaces. In. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision- do WHPacific,Inc. RICity of RentonI037978IDesi g ntS p ecificationsI100% Spea'ficationslTechnical Specifications\077700-Closeout Procedures.docx Renton Municipal Airport(RNT) 017700 November 2013 820 Building Demolition 3 srr at Section 017700— Closeout Procedures (Cont.) obscuring materials. Replace chipped or broken glass and other to damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. to i. Remove labels that are not permanent. j. Touch up and otherwise repair and restore marred, exposed finishes go and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. at 1) Do not paint over"UL" and similar labels, including mechanical and electrical nameplates. k. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. I. Replace parts subject to unusual operating conditions. m. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. n. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials di from Project site and dispose of lawfully. IN END OF SECTION 017700 r ■r WHPacific,Inc. P:ICity of Renton1037978IDesignlSpecificatlonsl100%SpecfficadonslTechnicaiSpecifications\017700-Closeout Procedures.docx Renton Municipal Aitport(RNT) 017700 November 2013 820 Building Demolition 4 1� ■r SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. See Divisions 02 through 33 Sections for specific requirements for Project Record w. Documents of the Work in those Sections. 1.2 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked-up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Final Submittal: Submit one set of marked-up Record Prints, and the following: 1) Copies printed from Record Drawings: Three Prints, each Drawing, whether or not changes and additional information were recorded. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one copy of each Product Data submittal. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. WHPacitic,Inc. P.ICi of Rentonlo37978IDesKJ nIS pe cffcatlonsllOO%S pec ificetionsITechnical Specifications\077839-Project Record Dowments.docx Renton Municipal Airport(RNT) 017839 November 2013 820 Building Demolition 1 r Section 017839— Project Record Documents (Cont.) a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 3. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and r installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. WHPacific,Inc. P.lCity of Renton10379781DesignlSpecificationsl100%Specificationsl Technical Specifications\017839-Project Record Documents.docx Renton Municipal Airport(RNT) 017839 November 2013 820 Building Demolition 2 Section 017839— Project Record Documents (Cont.) 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. •• B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 017839 I NK WHPacitic,Inc. PACily of RentonIO37978IDesignlSpecificationsI 100%Specificationsl Technical Specifications\O 17939-Project Record Documents.docx Renton Municipal Airport(RNT) 017839 November 2013 820 Building Demolition 3 iir Intentionally Left Blank rr Aw rr SECTION 024116—STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this r" Section. 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of buildings and site improvements. 2. Removing below-grade construction. .. 3. Disconnecting, capping or sealing, and abandoning in-place site utilities. 4. Salvaging items for reuse by Owner. B. Related Sections include the following: r� 1. Division 01 Section "Summary" for use of the premises and phasing requirements. 2. Division 01 Section "Construction Progress Documentation" for preconstruction photographs taken before building demolition. 3. Division 01 Section "Temporary Facilities and Controls" for temporary construction, protection facilities, and environmental-protection measures for building demolition operations. 4. Division 01 Section "Construction Waste Management and Disposal' for recycling and disposal of nonhazardous demolition wastes and for removal and storage of refrigerant. 1.3 DEFINITIONS A. Demolish: Completely remove and legally dispose of off-site. B. Recycle: Recovery of demolition waste for subsequent processing in preparation + r for reuse. C. Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. Include fasteners or brackets needed for reattachment elsewhere. WHPacific,inc. PA City ofRenton10379781DesignlSpecfications1100%Specl rcationslTechnicalSpecifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 1 +rr Section 024116—Structure Demolition (Cont.) 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.5 SUBMITTALS A. Qualification Data: For refrigerant recovery technician. B. Proposed Protection Measures: Submit informational report, including drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and, for noise control. Indicate proposed locations and construction of barriers. 1. Adjacent Buildings: Detail special measures proposed to protect adjacent buildings to remain. C. Schedule of Building Demolition Activities: Indicate the following: 1. Detailed sequence of demolition work, with starting and ending dates for each activity. 2. Temporary interruption of utility services. 3. Shutoff and capping or re-routing of utility services. 4. Building Demolition Plans: Drawings indicating the following: Locations of temporary protection and means of egress for adjacent occupied buildings. E. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition. .r F. Predemolition: Record existing conditions of adjoining construction and site improvements, including finish surfaces, which might be misconstrued as damage caused by building demolition operations. G. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. H. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present WHPacitic,Inc. P:City of Renton10379781DesignlSpecifi cationsl f00%SpecificationslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 2 +w Section 024116— Structure Demolition (Cont.) was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. 1.6 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by EPA-approved certification program. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Standards: Comply with ANSI A10.6 and NFPA 241. D. Predemolition Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." Review methods and procedures related to building demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be demolished. 2. Review structural load limitations of existing structures. 3. Review and finalize building demolition schedule and verify availability of demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review and finalize protection requirements. 5. Review procedures for noise control and dust control. 6. Review procedures for protection of adjacent buildings. 7. Review items to be salvaged and returned to Owner. 1.7 PROJECT CONDITIONS A. Buildings to be demolished will be vacated and their use discontinued before start of the Work. +•� B. Buildings immediately adjacent to demolition area will be occupied. Conduct building demolition so operations of occupied buildings will not be disrupted. 1. Provide not less than 72 hours' notice of activities that will affect operations of adjacent occupied buildings. 2. Maintain access to existing walkways, exits, and other facilities used by occupants of adjacent buildings. a. Do not close or obstruct walkways, exits, or other facilities used by occupants of adjacent buildings without written permission from authorities having WHPacinc,Inc. P:ICity o1 Rentonl03797BIDesgnlSpecificationsl100%SpecificalionslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 3 i1W io Section 024116—Structure Demolition (Cont.) jurisdiction. C. Owner assumes no responsibility for buildings and structures to be Wi demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 2. Before building demolition, Owner will remove the following items: .r a. Refer to drawings. D. Hazardous Materials: Hazardous materials are present in buildings and structures to be demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. .rr 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. 3. Owner will provide material safety data sheets for materials that are known to be present in buildings and structures to be demolished because of building operations or processes performed there. E. On-site storage or sale of removed items or materials is not permitted. 1.8 COORDINATION A. Arrange demolition schedule so as not to interfere with operations of adjacent occupied buildings. .r PART 2 - PRODUCTS — Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting demolition operations. B. Review Project Record Documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. C. Inventory and record the condition of items to be removed and salvaged. WHPacific,Inc. P:ICity of Renton10379781DesignlSpecirications1100%SpecificationslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 4 WAW Section 024116—Structure Demolition (Cont.) D. Perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during building demolition operations. E. Verify that hazardous materials have been remediated before proceeding with building demolition operations. 3.2 PREPARATION A. Refrigerant: Remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction before starting demolition. B. Existing Utilities: Locate, identify, disconnect, and seal or cap off indicated utilities serving buildings and structures to be demolished. 1. Arrange to shut off indicated utilities with utility companies. 40 2. If removal, relocation, or abandonment of utility services will affect adjacent occupied buildings, then provide temporary utilities that bypass buildings and structures to be demolished and that maintain continuity of service to other buildings and structures. 3. Cut off pipe or conduit a minimum of 24 inches below grade. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing according to requirements of authorities having jurisdiction. C. Existing Utilities: Refer to Civil Drawings for shutting off, disconnecting, 00 removing, and sealing or capping utilities. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. too D. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of demolition. E. Salvaged Items: Comply with the following: 1. Clean salvaged items of dirt and demolition debris. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to storage area designated by Owner. 5. Protect items from damage during transport and storage. WHpacitic,Inc. PACT of Renton1037978IDes nIS cificatlons1100%S cificadonslTechnical ty rg pe ' pe Specifications\024116-Structural Denrolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 5 arr Section 024116—Structure Demolition (Cont.) 3.3 PROTECTION A. Existing Facilities: Protect adjacent walkways, loading docks, building entries, and other building facilities during demolition operations. Maintain exits from existing buildings. B. Existing Utilities: Maintain utility services to remain and protect from damage during demolition operations. 1. Do not interrupt existing utilities serving adjacent occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. 2. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and authorities having jurisdiction. a. Provide at least 72 hours' notice to occupants of affected buildings if shutdown of service is required during changeover. C. Temporary Protection: Erect temporary protection, such as walks, fences, , railings, canopies, and covered passageways, where required by authorities having jurisdiction and as indicated. Comply with requirements in Division 01 Section "Temporary Facilities and Controls." 1. Protect adjacent buildings and facilities from damage due to demolition activities. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 4. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 5. Provide protection to ensure safe passage of people around building demolition area and to and from occupied portions of adjacent buildings and structures. 6. Protect walls, windows, roofs, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations. 7. Erect and maintain dustproof partitions and temporary enclosures to limit dust, noise, and dirt migration to occupied portions of adjacent buildings. D. Remove temporary barriers and protections where hazards no longer exist. ' Where open excavations or other hazardous conditions remain, leave temporary barriers and protections in place. WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificationsl100%SpeclficationslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 6 +rr Section 024116—Structure Demolition (Cont.) 3.4 DEMOLITION, GENERAL A. General: Demolish indicated existing buildings and site improvements completely. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire-suppression devices during flame-cutting operations. 2. Maintain fire watch during and for at least 24 hours after flame cutting operations. 3. Maintain adequate ventilation when using cutting torches. 4. Locate building demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. B. Engineering Surveys: During demolition, perform surveys to detect hazards that may result from building demolition activities. C. Site Access and Temporary Controls: Conduct building demolition and debris- removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or „w objectionable conditions, such as ice, flooding, and pollution. D. Explosives: Use of explosives is not permitted. do 3.5 DEMOLITION BY MECHANICAL MEANS A. Proceed with demolition of structural framing members systematically, from higher to lower level. Complete building demolition operations above each floor or tier before disturbing supporting members on the next lower level. B. Remove debris from elevated portions of the building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 1. Remove structural framing members and lower to ground by method suitable to minimize ground impact and dust generation. C. Salvage: Items to be salvaged are indicated on Drawings. r� WHPacific,inc. PACity of Rentonl0379781DesignlSpecifications1100%SpecificationslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 7 Section 024116—Structure Demolition (Cont.) D. Below-Grade Construction: Demolish foundation walls and other below-grade construction that are within footprint of new construction and extending 5 feet outside footprint indicated for new construction. Abandon below-grade construction outside this area. 1. Remove below-grade construction, including basements,foundation walls, and footings, to depths indicated. E. Existing Utilities: Demolish existing utilities and below-grade utility structures that are within 5 feet outside footprint indicated for new construction. Abandon utilities outside this area. 1. Fill abandoned utility structures with satisfactory soil materials according to backfill requirements in Division 31 Section "Earth Moving." 2. Piping: Disconnect piping at unions, flanges, valves, or fittings. 3. Wiring Ducts: Disassemble into unit lengths and remove plug-in and disconnecting devices. F. Existing Utilities: Demolish and remove existing utilities and below-grade utility structures. 1. Piping: Disconnect piping at unions, flanges, valves, or fittings. " 2. Wiring Ducts: Disassemble into unit lengths and remove plug-in and disconnecting devices. 3.6 SITE RESTORATION A. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grades and new grades. 3.7 REPAIRS A. Promptly repair damage to adjacent buildings caused by demolition operations. „ 3.8 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site. See Division 01 Section "Construction Waste Management and Disposal" for recycling and disposal of demolition waste. B. Remove demolition waste materials from Project site and legally dispose of them in an EPAapproved landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. WHPacific,Inc. P:Icity of Renton10379781DesignlSpec fications1 100%SpecificationslTechnical Specifications\024116-Structural Denalition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 8 1rw Section 024116 Structure Demolition (Cont.) .w C. Do not burn demolished materials. 3.9 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by building demolition operations. Return adjacent areas to condition existing before building demolition operations began. ` END OF SECTION 024116 rw rww +w WHPacific,Inc. P:ICity of Aenton10379781DesignlSpeci lkations1100%Speci/icationslTechnical Specifications\024116-Structural Demolition.docx Renton Municipal Airport(RNT) 024116 November 2013 820 Building Demolition 9 ON Intentionally Left Blank to to SECTION 054000—COLD-FORMED METAL FRAMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY r A. This Section includes the following: 1. Exterior wind load-bearing wall framing. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide cold-formed metal framing capable of withstanding design loads within limits and under conditions indicated. 1. Design Loads: Match existing cold-formed metal framing sizes and gages. 2. Deflection Limits: Design framing systems to withstand design loads without deflections greater than the following: a. Exterior Load-Bearing Wall Framing: Horizontal deflection of 1/240 of the wall height. 1.4 SUBMITTALS A. Product Data: For each type of product and accessory indicated. 1.5 QUALITY ASSURANCE A. Product Tests: Mill certificates or data from a qualified independent testing agency indicating steel sheet complies with requirements. B. AISI Specifications and Standards: Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" and its "Standard for Cold-Formed Steel Framing - General Provisions." 1. Comply with AISI's "Standard for Cold-Formed Steel Framing - Header Design." PART 2 - PRODUCTS 2.1 MATERIALS WHPacifio,Inc. P:ICiry of Rent on10379781DesignlSpecifica tans1100%SpecilicationslTechnical Specifications\054000-Cold-Formed Metal Framing.docx Renton Municipal Airport(RNT) 054000 November 2013 820 Building Demolition 1 +iii Section 054000— Cold-Formed Metal Framing (Cont.) .r A. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of grade and coating weight as follows: 1. Grade: ST33H. ' 2. Coating: G60, A60, AZ50, or GF30. 2.2 LOAD-BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges, and as follows: 1. Minimum Base-Metal Thickness: 0.0329 inch. B. Steel Track: Manufacturer's standard U-shaped steel track, of web depths indicated, unpunched, with straight flanges, and same minimum base-metal thickness as steel studs. C. Steel Box or Back-to-Back Headers: Manufacturer's standard C-shapes used to form header beams, of web depths indicated, punched, with stiffened flanges, and as follows: 1. Minimum Base-Metal Thickness: 0.0329 inch. 2. Flange Width: 1-5/8 inches. 2.3 FRAMING ACCESSORIES A. Fabricate steel-framing accessories from steel sheet, ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of same grade and coating weight used for framing members, unless otherwise indicated. B. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot-dip process according to ASTM A 123/A 123 M. C. Expansion Anchors: Fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to 5 times design load, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. D. Mechanical Fasteners: ASTM C 1513, corrosion-resistant-coated, self-drilling, ' self-tapping steel drill screws. 1. Head Type: Low-profile head beneath sheathing, manufacturer's standard r elsewhere. 2.4 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: ASTM A 780. B. Shims: Load bearing, high-density multimonomer plastic, nonleaching. r WHPacific,Inc. PACity of Renton1037978IDesigniSpecifirations1100%SpecificationslTechnical Specifications1054000-Cold-Formed Metal Framing.doa Renton Municipal Airport(RNT) 054000 November 2013 820 Building Demolition 2 wr Section 054000—Cold-Formed Metal Framing (Cont.) +wr C. Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to match width of bottom track or rim track members. PART 3 - EXECUTION 3.1 PREPARATION A. Install load bearing shims or grout between the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations to ensure a uniform bearing surface on supporting concrete or masonry construction. B. Install sealer gaskets to isolate the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations. 3.2 INSTALLATION, GENERAL A. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel Framing - General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. B. Install cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened. C. Install framing members in one-piece lengths. �+• D. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. �. E. Do not bridge building expansion and control joints with cold-formed metal framing. Independently frame both sides of joints. F. Install insulation, specified in Division 07 Section "Thermal Insulation," in built-up exterior framing members, such as headers, sills, boxed joists, and multiple studs at openings, that are inaccessible on completion of framing work. • G. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. H. Erection Tolerances: Install cold-formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: aw 1. Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 1W WHPacific,Inc. P iCity of Renton1037978iDesignISpeci fications1100%SpecificationsITechnical Specifications\054000-Cold-Formed Metal Framing.docx Renton Municipal Airport(RNT) 054000 November 2013 820 Building Demolition 3 WN Section 054000—Cold-Formed Metal Framing (Cont.) r 3.3 LOAD-BEARING WALL INSTALLATION A. Install continuous top and bottom tracks sized to match studs. Align tracks accurately and securely anchor at corners and ends, and at spacing as follows: 1. Anchor Spacing: 16 — inches o.c. r B. Squarely seat studs against top and bottom tracks with gap not exceeding of 1/8 inch between the end of wall framing member and the web of track. Fasten both flanges of studs to top and bottom tracks. Space studs as follows: 1. Stud Spacing: 16 - inches o.c.. C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar configurations. D. Anchor studs abutting structural columns or walls, including masonry walls, to .rr supporting structure as indicated. E. Install headers over wall openings wider than stud spacing. Locate headers above openings as indicated. Fabricate headers of compound shapes indicated or required to transfer load to supporting studs, complete with clip-angle connectors, web stiffeners, or gusset plates. 1. Frame wall openings with not less than a double stud at each jamb of frame as indicated on Shop Drawings. Fasten jamb members together to uniformly distribute loads. 2. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with clip angles or by welding, and space jack studs same as full-height wall studs. F. Install supplementary framing, blocking, and bracing in stud framing indicated to support fixtures, equipment, services, casework, heavy trim, furnishings, and similar work requiring attachment to framing. 1. If type of supplementary support is not indicated, comply with stud manufacturer's written recommendations and industry standards in each case, considering weight or load resulting from item supported. G. Install horizontal bridging in stud system, spaced Fasten at each stud intersection. 1. Bridging: Cold-rolled steel channel, welded or mechanically fastened to webs of punched studs with a minimum of 2 screws into each flange of the clip angle for framing members up to 6 inches deep. 2. Bridging: Combination of flat,taut, steel sheet straps of width and thickness indicated and stud-track solid blocking of width and thickness to match irr WHPacitic,Inc. P:ICiry of Renton1037978IDesignlSpecificationsl100%SpecificationslTechnical Specifications\054000-Cold-Formed Metal Framing.dom Renton Municipal Airport(RNT) 054000 November 2013 820 Building Demolition 4 �w Section 054000— Cold-Formed Metal Framing (Cont.) studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. 3. Bridging: Proprietary bridging bars installed according to manufacturer's written instructions. •► H. Install steel sheet diagonal bracing straps to both stud flanges, terminate at and fasten to reinforced top and bottom tracks. Fasten clip-angle connectors to multiple studs at ends of bracing and anchor to structure. I. Install miscellaneous framing and connections, including supplementary framing, web stiffeners, clip angles, continuous angles, anchors, and fasteners, to provide ow a complete and stable wall-framing system. 3.4 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that cold-formed metal framing is without damage or deterioration at time of Substantial Completion. END OF SECTION 054000 sr �r WHPacific,lnc. P:ICity ofRenton10379781DesignlSpecifK;atans1f00%Specilicationsl Technical Specifications\054000-Cold-Formed Metal Framing.docx Renton Municipal Airport(RNT) 054000 November 2013 820 Building Demolition 5 +rr �i �r Intentionally Left Blank wr r SECTION 055000— METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Miscellaneous steel framing and supports, required to patch openings at adjacent building remaining at site, as noted on Drawings. aw 2. Miscellaneous steel trim required to patch openings at adjacent building remaining at site, as noted on Drawings. B. Products furnished, but not installed, under this Section: 1. Anchor bolts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. 1.3 SUBMITTALS A. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and `•' their connections. Show anchorage and accessory items. PART 2 - PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36 M. 2.3 FASTENERS WHPacifio,Inc. P:ICiry of Renton103797BIDesignlSpecifrcatbnsl f00%Sped/icationslTechnical Specifications\055000-Metal Fabrications.docx Renton Municipal Airport(RNT) 055000 November 2013 820 Building Demolition 1 to AIM Section 055000— Metal Fabrications (Cont.) �Ir A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5 , at exterior walls. B. Cast-in-Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and 4W shims as needed, all hot-dip galvanized per ASTM F 2329. 2.4 MISCELLANEOUS MATERIALS A. Universal Shop Primer: Fast-curing, lead-and chromate-free, universal modified- alkyd primer complying with MPI#79 and compatible with topcoat. B. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC- Paint 20 and compatible with paints specified to be used over it. C. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.5 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of joined pieces. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. C. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended. rr D. Form exposed connections with hairline joints,flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous. E. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. F. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors not less than 24 inches o.c. �w 2.6 MISCELLANEOUS FRAMING AND SUPPORTS WHPacitic,Inc. RiCity of Renton103797SIDesgnlSpeci lications1100%SpecificationslTechnical Specificabons\055000-Metal Fabdcations.docx Renton Municipal Airport(RNT) 055000 November 2013 820 Building Demolition 2 ww Section 055000— Metal Fabrications (Cont.) A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 2.7 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. C. Galvanize exterior miscellaneous steel trim. D. Prime exterior miscellaneous steel trim with zinc-rich primer. 2.8 FINISHES, GENERAL A. Comply with NAAMM's"Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.9 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123 M for other steel and iron products. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed-on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with universal shop primer unless zinc-rich primer is indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." +wr 1. Exterior Items to receive zinc-rich primer: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3 - EXECUTION WHPacific,Inc. PACity of Renton10379781Des tgnlSpecifications1100%SpecificationslTechnical Specifications\055000-Metal Fabrications.docx Renton Municipal Airport(RNT) 055000 November 2013 820 Building Demolition 3 rr�l Section 055000— Metal Fabrications (Cont.) 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. 3.2 ADJUSTING AND CLEANING „ A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. END OF SECTION 055000 WHPacific,Inc. P.iCityofRenton10379781DesignlSpecif'catansll00%SpecificationslTechnica lSpeciticabons\055000-Metal Fabrications.docx Renton Municipal Airport(RNT) 055000 November 2013 820 Building Demolition 4 wr SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this 40 Section. 1.2 SUMMARY A. Section Includes: as 1. Formed low-slope roof sheet metal fabrications required to patch openings at adjacent building remaining at site, as noted on Drawings. 2. Miscellaneous formed sheet metal items required to patch opening, and Or other modifications shown on Drawings, after the removal of existing Breezeway corrugated steel roofing. we 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation layouts of sheet metal flashing and trim, including plans, elevations, expansion-joint locations, and keyed details. Distinguish between shop- and fieldassembled work. 1. Include details for forming, joining, supporting, and securing sheet metal flashing and trim, including pattern of seams, termination points, fixed points, expansion joints, expansion-joint covers, edge conditions, special conditions, and connections to adjoining work. 1.4 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. PART 2 - PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. iW WHPacific,Inc. PA CilyofRenton10379781DesignlSpecifications1f00%S pecificationslTechnicalSpecifications\076200-Sheet Metal Flashing&Trim.docx Renton Municipal Airport(RNT) 076200 November 2013 820 Building Demolition 1 11W Section 076200—Sheet Metal Flashing and Trim (Cont.) B. Metallic-Coated Steel Sheet: Restricted flatness steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755/A 755 M. 1. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 ; structural quality. 2. Exposed Coil-Coated Finish: a. Siliconized Polyester: Epoxy primer and silicone-modified, polyester- enamel topcoat. 3. Color: As selected by Architect from manufacturer's full range, to match existing sheet metal color. 2.2 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self- locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. w b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2. Fasteners for Aluminum-Zinc Alloy-Coated Steel Sheet: Hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329 or Series 300 stainless steel. C. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; low modulus; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. +�t WHPacific,inc. PACity of Rentonl0379781Des ignlSpecifications1f0091.SpecificationslTechnical Specifications\076200-Sheet Metal Flashing&Trim.docx Renton Municipal Airport(RNT) 076200 November 2013 820 Building Demolition 2 Section 076200—Sheet Metal Flashing and Trim (Cont.) F. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. 2.3 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual"that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. 1. Obtain field measurements for accurate fit before shop fabrication. tw 2. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. ON 3. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. to B. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant. om C. Expansion Provisions: Where lapped expansion provisions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. D. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. E. Seams: Fabricate nonmoving seams with flat-lock seams. Tin edges to be seamed, form seams, and solder. F. Seams: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. 2.4 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Base Flashing: Fabricate from the following materials: 1. Aluminum-Zinc Alloy-Coated Steel: 0.028 inch thick. B. Counterflashing and Flashing Receivers: Fabricate from the following materials 1. Aluminum-Zinc Alloy-Coated Steel: 0.022 inch thick. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL WHPacitic,Inc. PACity of Renton10379781DesignlSpec ifications1100%SpedficationslTechnical Specifications\076200-Sheet Metal Flashing&Tdm.docx Renton Municipal Airport(RNT) 076200 November 2013 820 Building Demolition 3 IW rr Section 076200—Sheet Metal Flashing and Trim (Cont.) A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement so that completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. ` 3. Space cleats not more than 12 inches apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. ' B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of uncoated aluminum sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. so 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant r concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate metal decking not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal joints as shown and as required for watertight construction. r F. Rivets: Rivet joints in uncoated aluminum where indicated and where necessary for strength. 3.2 ROOF FLASHING INSTALLATION do WHPacific,InC. RICity of Rentonl037976IDesignlSpeclfications1100%SpecificationslTechnical Specifications\076200-Sheet Metal Flashing&Trim.docx Renton Municipal Airport(RNT) 076200 November 2013 820 Building Demolition 4 Section 076200—Sheet Metal Flashing and Trim (Cont.) A. General: Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and .r SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. B. Counted lashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches over base flashing. Lap counterflashing joints a minimum of 4 inches and bed with sealant. 3.3 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. END OF SECTION 07 6200 ow so as WHPacilic,Inc. P lCity of Renton10379781DesignlSpeci fications1100%SpeciticationslTechnical Specifications\076200-Sheet Metal Flashing 8 Trim.docx Renton Municipal Airport(RNT) 076200 November 2013 820 Building Demolition 5 1W rr1 ri Intentionally Left Blank Ali Sri SECTION 079200—JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Urethane joint sealants. 2. Latex joint sealants. gal 1.3 SUBMITTALS A. Product Data: For each joint-sealant product indicated. am 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Liquid-Applied Joint Sealants: Comply with ASTM C 920 and other requirements �.► indicated for each liquid-applied joint sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. 1. Suitability for Immersion in Liquids. Where sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247. Liquid used for testing sealants is deionized water, unless otherwise indicated. 2.2 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. ,. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I� WHPacific,Inc. P.10ty of Renton10379780esignlSpeci fications1100h SpecificatbnslTechnical Specifications\079200-Joint Sealants.docx Renton Municipal Airport(RNT) 079200 November 2013 820 Building Demolition 1 sir Section 079200—Joint Sealants (Cont.) a. BASF Building Systems. b. Bostik, Inc. r C. Pecora Corporation. d. Sika Corporation; Construction Products Division. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 25. 5. Uses Related to Exposure: Nontraffic (NT). 2.3 LATEX JOINT SEALANTS A. Latex Joint Sealant : Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BASF Building Systems. b. Bostik, Inc. C. Pecora Corporation. d. Tremco Incorporated. 2.4 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint ► sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. WHPacitic,Inc. P lCity of Renton103797BIDesignlSpeci fications1100%SpecificationslTechnical Specifications\079200-Joint Sealants.docx Renton Municipal Airport(RNT) 079200 November 2013 820 Building Demolition 2 Section 079200—Joint Sealants (Cont.) 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of jointsealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or +•� damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application .. and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install sealants using proven techniques that comply with the following and at the same time backings are installed: ` 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. i.. D. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. WHPacific,Inc. P.10tyof Renton10379781DesignlSpecif ications1f00%Specif icationsl Technical Speci(ications\079200-Joint Sealants.docx Renton Municipal Airport(RNT) 079200 November 2013 820 Building Demolition 3 +rr 1 Section 079200—Joint Sealants (Cont.) 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. E. Clean off excess sealant or sealant smears adjacent to joints as the Work to progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application — Urethane Sealant: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. Nei 1. Joint Locations: a. Joints between metal panels. b. Perimeter joints between materials listed above and frames of doors, windows and louvers. 2. Joint Sealant: Urethane. air 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint-Sealant Application — Latex Sealant: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Perimeter joints of exterior openings where indicated. b. Perimeter joints between interior wall surfaces and frames of windows. 2. Joint Sealant: Latex. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. END OF SECTION 07 9200 - WHPacific,Inc. PACdy of Renton103797810esignlSpecifications1100%Specificationsl Technical Specifications1079200-Joint Sealants.dou Renton Municipal Airport(RNT) 079200 November 2013 820 Building Demolition 4 rir SECTION 081113 - HOLLOW METAL DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY ; A. Section Includes: 1. Standard hollow metal doors and frames; reuse existing where indicated. 1.3 SUBMITTALS aw A. Product Data: For each type of product indicated. PART 2 - PRODUCTS 2.1 MANUFACTURERS 1. Manufacturers: Existing hollow metal door and frame. ; 2.2 MATERIALS A. Frame Anchors: ASTM A 591/A 591 M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. 1. For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011 M, hot-dip galvanized according to ASTM A 153/A 153M, Class B. B. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153 M. 2.3 STANDARD HOLLOW METAL DOORS AND FRAMES - EXISTING A. General: Existing door and frame; select and salvage for re-use, the best quality existing exterior hollow metal door and frame, with existing hardware, and appropriate handing per Drawings, in the existing building scheduled to be demolished, and remove and reinstall at location indicated on drawings. 2.4 FRAME ANCHORS A. Jamb Anchors: ; WHPacific,inc. PACity of Renton10379781DesignlSpecrrications1100%SpeclflcatlonslTechnical Specifications\081113-Hollow Metal Doors&Frames.docx Renton Municipal Airport(RNT) 081113 November 2013 820 Building Demolition 1 6W Section 081113— Hollow Metal Doors and Frame (Cont.) , 1. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick. B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch thick, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors, with two holes to receive w fasteners. 2.5 FABRICATION A. Hardware Preparation: Field prepare hollow metal work to receive existing hardware. 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 2. Reinforce doors and frames to receive nontemplated, mortised and surface- mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI �. A115 Series specifications for preparation of hollow metal work for hardware. 2.6 STEEL FINISHES A. Prime Finish: Repair existing hollow-metal door and frame by smooth sanding ] existing painted steel surfaces, filling of minor surface imperfections, re-sanding prior to application of one coat of approved paint primer. 1. Shop Primer: Kelly-Moore "1710 KEL-GUARD" Alkyd Rust-Preventative Red ` Primer, or approved Equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Hollow Metal Frames: Comply with ANSI/SDI A250.11. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously;grind,fill, dress, and make splice smooth,flush, and invisible on exposed faces. b. Install frames with removable glazing stops located on secure side of opening. WHPacific,Inc. RICity of Renton10379781DesgnlSpeci ficationsF100%SpecilicationslTechnical Specifications\081113-Hollow Metal Doors&Frames.docx Renton Municipal Airport(RNT) 081113 November 2013 820 Building Demolition 2 Im Section 081113— Hollow Metal Doors and Frame (Cont.) C. Install door silencers in frames before grouting. d. Remove temporary braces necessary for installation only after frames have been properly set and secured. e. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. f. Field apply bituminous coating to backs of frames that are filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends i" to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder-actuated fasteners instead of AW postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames. 4. Installation Tolerances: Adjust hollow metal door frames for squareness, f alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. '•' d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. B. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non-Fire-Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. C. Between Bottom of Door and Top of Threshold: Maximum 3 /8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch. C. Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with hollow metal manufacturer's written instructions. WHPacific,Inc. PACity of Renton10379781DesignlSpedr icationsl700%Speci/icationslTechnical Specifications\081113-Hallow Metal Doors R Frames.docx Renton Municipal Airport(RNT) 081113 November 2013 820 Building Demolition 3 r� Section 081113— Hollow Metal Doors and Frame (Cont.) 1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches o.c. and not more than 2 inches o.c. from each corner. 3.2 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. B. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust- inhibitive primer. END OF SECTION 081113 r rri WHPacitic,Inc. P:ICity of Renton103797SIDesignlSpeciricationsl100%Specificationsl Technical Specifications\081113-Hollow Metal Doors&Frames.docx Renton Municipal Airport(RNT) 081113 November 2013 820 Building Demolition 4 SECTION 092900— GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and r. Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: dw 1. Interior gypsum board — patch existing walls at existing adjacent occupied building, and provide new walls as needed to accommodate new hollow- metal door and frame. o" 1.3 SUBMITTALS A. Product Data: For each type of product indicated. PART 2 - PRODUCTS 2.1 INTERIOR GYPSUM BOARD A. General: Complying with ASTM C 36/C 36M or ASTM C 1396/C 1396M, as applicable to type of gypsum board indicated and whichever is more stringent. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BPB America Inc. ,., b. G-P Gypsum. C. National Gypsum Company. d. USG Corporation. B. Type X: 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. WHPacinc,Inc. P:lCity o/Renton1037978iDesignlSpedfications1100%SpecificationsITechnical Specifications\092900-Gypsum Board.dou Renton Municipal Airport(RNT) 092900 November 2013 820 Building Demolition 1 Section 092900— Gypsum Board (Cont.) 2.2 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Paper-faced galvanized steel sheet. 2. Shapes: a. L-Bead: L-shaped; exposed long flange receives joint compound. 2.3 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: ` 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. .rr 1. Prefilling: At open joints, rounded or beveled panel edges, and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, usedrying-type, all-purpose compound. a. Use setting-type compound for installing paper-faced metal trim accessories. w 3. Fill Coat: For second coat, usedrying-type, all-purpose compound. 4. Finish Coat: For third coat, usedrying-type, all-purpose compound. �r PART 3 - EXECUTION 3.1 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments, except floors. Provide 1/4-to 1/2-inch wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. WHPacific,inc. P:ICityofRenton10379781DesignlSpecifications1f00%Specificationsl Technical Specifications\092900-Gypsum Board.dom Renton Municipal Airport(RNT) 092900 November 2013 820 Building Demolition 2 Section 092900— Gypsum Board (Cont.) D. Wood Framing: Install gypsum panels over wood framing, with floating internal corner construction. Do not attach gypsum panels across the flat grain of wide- dimension lumber, including floor joists and headers. Float gypsum panels over these members, or provide control joints to counteract wood shrinkage. 3.2 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: Vertical surfaces, unless otherwise indicated. 3.3 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Interior Trim: Install in the following locations: 1. L-Bead: Use where indicated. 3.4 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. OL C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. +++� D. Gypsum Board Finish Levels: Finish panels to levels indicated below: 1. Level 4: At panel surfaces that will be exposed to view, unless otherwise indicated. a. Primer and its application to surfaces are specified in other Division 09 Sections. 3.5 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. WHPacific,Inc. Pl City ofRenton1037978IDesignISpGcifi,-ationsil00%Specificadonsl Technical Specifications\092900-Gypsum Board.docx Renton Municipal Airport(RNT) 092900 November 2013 820 Building Demolition 3 irr Section 092900—Gypsum Board (Cont.) 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 09 2900 ilk er r WHPacitic,Inc. FACity of Renton10379 781DesignlSpecificationsl100%SpecificationslTechnical Specifications\092900-Gypsum Board.dom Renton Municipal Airport(RNT) 092900 November 2013 820 Building Demolition 4 SECTION 099100 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Painting and coating for new construction: 1. Exterior Surfaces 2. Interior Surfaces 1.3 RELATED SECTIONS A. Section 01 5000 —Temporary Facility and Controls B. Section 05 5000 — Metal Fabrications r.. C. Section 07 6200 — Flashing and Sheet Metal D. Section 08 1113 — HM Doors and Frames E. Section 09 2900 — Gypsum Board 1.4 REFERENCES A. MPI — Master Painters Institute, Architectural Painting Specifications Manual http://www.specifypaint.us B. EPA Method 24 — Determination of Volatile Matter Content, water Content, Density, Volume Solids, and Weight Solids of surface coating. 1.5 DEFINITIONS A. DFT— Dry Film Thickness, the thickness of the dry film of a coating, measured in mils or microns. B. DTM — Direct to Metal C. Gloss/Sheen — Measurement of light reflectance on a 60 degree or 85 degree gloss meter. WHPacific,InC. PXity of Renton103797810esignlSpeci fications1100%SpecilicationslTechnical Specifications\099100-Painting.docx Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 1 err Section 099100— Painting (Cont.) D. IMC— Industrial Maintenance Coating E. IWF— Interior Wood Finishes F. Mil —One one-thousandth of an inch 1.6 SUBMITTALS A. Conform to requirements of Section 01 3300 Submittal Procedures and Section 017700 Closeout Submittals. B. Product Data 1. Product List: Provide "MPI Approved Products List"for product categories required as part of the Work. Clearly indicate the products proposed for use. 2. Provide product sheet, including product description and use, for each product proposed for use. 3. Provide Material Safety Data Sheets (MSDS)for each product proposed for use. 4. Product Data should indicate coating conforms to federal, state, and local regulations, including VOC compliance with the requirements of this Section. C. Samples 1. Provide manufacturer standard color chart for color selection by Architect. 2. Provide painted sample, approximately 5 inches by 9 inches, of each substrate indicated to be painted, showing representative color and gloss/sheen as selected by Architect. Show step down of prime and finish system. D. Closeout Submittals 1. Provide list of all products provided including: a. Manufacturer b. Product name/number C. Gloss d. Color name/number E. Work Schedule WHPacitic,Inc. PA Cityo/Renton103797SIDesignlSpe&ications1100%Speci/icationsl Technical Specifications\099100-Painting.docx Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 2 Section 099100— Painting (Cont.) 1. Provide schedule indicating proposed phasing of painting in occupied areas. Coordinate schedule with Owner. 1.7 QUALITY ASSURANCE A. Single Source Responsibility: Supply primers, intermediate, and finish coats for each paint and coating system from single manufacturer, except as otherwise specified. B. Product Listings: Acceptance based upon MPI Approved Product List and as specified by this Section to make complete product line for each manufacturer. Where no product is listed for accepted manufacturer, verify with Architect before proceeding. C. Surface Preparation: Conform to MPI Architectural Painting Specifications Manual, SSPC, manufacturer's instructions, and work as needed to prepare substrates to be free of conditions that may impair adhesion and uniformity. 1. Remove bond breakers, dust, foreign matter, and surface irregularities. 2. Prepare to prevent bleed-through of substrate material. D. Paint System Application: Conform to MPI Architectural Painting Specifications Manual, and manufacturer's instructions. 1. Paint Grade: Conform to MPI, Premium Grade, except as otherwise specified. a. Minimum one primer coat and two finish coats, except as otherwise specified. b. Additional coats as necessary to cover with no holidays or other surface imperfections. 2. Dry film thickness (DFT) and wet film thickness (WFT), as instructed by manufacturer. E. VOC Content: Determine VOC (Volatile Organic Compound) content of solvent borne and waterborne paints and related coatings in accordance with EPA ,�. Method 24 or ASTM D3960, "Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings". ■ 1.8 DELIVERY, STORAGE AND HANDLING A. Deliver paint materials in sealed, labeled containers, indicating manufacture's name, product name, type of paint, and color. B. Store paint materials labeled containers in a locked storage area, that maintains a minimum ambient temperature of 45 degrees F. Storage shall also be well +�r ventilated to eliminate the build-up of fumes. WHPacific,Inc. PACity of Renton10379781DesignlSpecifications1100%SpecificationslTechnical Specitications1099100-Painting.docx Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 3 aw Section 099100— Painting (Cont.) C. Waste Management and Disposal: 1. Comply with local regulations for disposal of all paint materials including paint, stain, wood preservative finishes, solvents, and other related ' materials. 2. Recycle paint as available in jurisdiction. Separate materials by type. Where paint recycling is not available, materials shall be treated as hazardous waste and disposed in an appropriate manner. .r 1.9 PROJECT CONDITIONS A. Project Environmental Requirements 1. Exterior a. Obtain minimum air and surface temperature above 50 degrees F prior to application of paint. b. Allow frost, dew, and condensation to evaporated prior to proceeding with coating of surface. ' 2. Interior a. Maintain minimum interior temperature of 65 degrees F during application and curing of paint. b. Provide adequate ventilation. 1.10 MAINTENANCE A. Extra Materials: Provide 1 gallon of each type and color in full and unopened cans. Containers shall be clearly labeled with contents indicated. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Provide products from a single manufacturer. Design is based upon products of the manufacturer listed as the basis of design. Subject to compliance with design and performance requirements, additional manufacturers may include but are not r limited to one of the following: 1. Basis of Design: Benjamin Moore & Company, 51 Chestnut Ridge Road, Montvale, NJ 07645, 800-334-0400 www.bengaminmoore.com 2. Other approved manufacturers: a. Sherwin-Williams Company WHPacitic,Inc. P:ICity of Renton10379781DesignlSpecificationsl100%Specificationsl Technical Specifications\099100-Painting.dou Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 4 rfr Section 099100— Painting (Cont.) b. PPG Industries. C. Or approved Equal. 2.2 MATERIALS — GENERAL A. Recycled Content: Minimum 20 percent post-consumer recycled content for light colors. 2.3 MATERIALS — NEW CONSTRUCTION A. Exterior Primers 1. Ferrous Metals a. Alkyd 1) D.T.M. Alkyd Semi-Gloss #M24 (MPI Listed Product Category 81) 2. Galvanized Metals a. Latex 1) D.T.M. Acrylic Semi-Gloss #M29 (MPI Listed Product Category 141) 3. Aluminum a. Latex 1) D.TM. Acrylic Semi-Gloss#M29 (MPI Listed Product Category 141) B. Exterior Finish Coats Nt, 1. Semi-Gloss Finish a. Alkyd — Ferrous Metals 1) D.T.M. Alkyd Semi-Gloss #M24 (MPI Listed Product Category 81) b. Latex — Galvanized Metals and Aluminum 1) D.T.M. Acrylic Semi-Gloss #M29 (MPI Listed Product Category 141) C. Interior Primers 1. Ferrous Metal a. Alkyd 1) Universal metal Primer#M07 (MPI Listed Product Category 135) WHPacific,Inc. PACity of Renton10379781DesignISpeci fications1100%SpecificationsITechnical Specifications 1099100-Painfing.docx Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 5 iw Section 099100— Painting (Cont.) 2. Galvanized Metal a. Latex 1) D.T.M. Acrylic Semi-Gloss #M29 (MPI Listed Product Category 141) irr 3. Gypsum Board a. Latex 1) Moorcraft Super Spec Latex Enamel Undercoater & Primer Sealer #253 (MPI Listed Product Category 17 and Category 50) D. Interior Finish Coats 1. Satin/Semi-Gloss Finish —General Use: a. Alkyd 1) Moorcraft Super Spec Alkyd Semi-Gloss Enamel#C271(MPI Listed ■r Product Category 47) PART 3 - EXECUTION 3.1 EXAMINATION A. Prior to starting painting and coating Work, examine and test surfaces schedule to be coated. B. Do not commence painting or coating Work until unsatisfactory conditions are resolved. 3.2 PREPARATION A. Prepare all surfaces in accordance with MPI requirements. Refer to MPI Painting Manual in regard to specific requirements. B. Sand, clean, dry, etch, neutralize and test all surfaces under appropriated conditions, including lighting, temperature and ventilation. C. Protect or remove items not to be painted including door hardware, louvers, and other accessories. Label and store items for reinstallation after coating procedures. 3.3 INTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Gypsum Board 1. High-Performance Architectural Latex Coating System: a. Prime Coat: Interior latex primer/sealer, MPI #50; Kelly-Moore "Acry- Plex" Latex Primer, or approved Equal. WHPacific,Inc. PJ CityofRenton103 79 78 09signlSpecificationsl100%SpecificationslTechnicalSpecifications\099100-Painting.docx Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 6 1 Section 099100— Painting (Cont.) b. Intermediate Coat: High-performance architectural latex matching topcoat. C. Topcoat: High-performance architectural latex, satin finish, MPI #139, Gloss Level 3; Kelly-Moore "Dura-Poxy" or approved Equal. B. Steel Substrates—Miscellaneous metals, hollow-metal doors and frames, and other exposed unprimed and shop-primed steel surfaces: 1. High-Performance Architectural Latex Coating System: MPI INT 5.1 R a. Prime Coat: Quick-dry alkyd metal primer, MPI #76. .r b. Intermediate Coat: High-performance architectural latex matching topcoat. C. Topcoat: High-performance architectural latex, semigloss finish, MPI #141, Gloss Level 5. 3.4 APPLICATION A. General 1. Apply materials free of runs, sags, wrinkles, streaks, shiners and brush marks. 2. Apply materials uniformly. B. Primers, Underbodies, Fillers, and Sealers .�. 1. Sand smooth prior to recoating 2. Apply prime coat soon after completion to avoid contamination of the substrate C. Finish Coats +�+■ 1. Apply succeeding coats after recoat window is achieved. 2. Apply products in accordance with the manufacturers' recommended DFT, square foot per gallon and mil thickness per coat. END OF SECTION 09 9100 WHPacific,Inc. PACity of Renton103797BIDesignISped lications1100%SpecificatlonsITechnical Specifications\099100-Painfing.doa Renton Municipal Airport(RNT) 099100 November 2013 820 Building Demolition 7 aw Intentionally Left Blank SECTION 130280—ASBESTOS ABATEMENT PART 1 - GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. Contractor shall perform all planning, administrative, execution, and cleaning requirements necessary to safely remove the asbestos-containing materials and asbestos-contaminated materials as indicated in the Contract Documents, exercising care and taking safety precautions and protective measures as necessary to prevent damage to the Owner's property. B. Contractor shall identify location and amount of all ACM and asbestos- ` contaminated materials to be removed as indicated on the drawings. C. Contractor shall properly remove and dispose of all ACM and asbestos- "'` contaminated materials in accordance with applicable local, state and federal requirements. D. Contractor shall comply with all local, state and federal requirements applicable to all aspects of the Work, including worker safety, monitoring and training, waste disposal and documentation. A site specific health and safety plan shall be prepared and provided to the Hazardous Materials Consultant prior to the initiation of site work. This health and safety plan shall be available on —site at all times. This document shall be available upon request for all site workers, subcontractors and regulatory officials. 1.2 RELATED WORK A. Work performed under this specification section is governed by related specification sections, including, but not limited to, the following: 1. Division 0: Bidding Requirements, Contract Requirements and Conditions of the Contract; '�` 2. Division 1: General Requirements 3. Division 13: Special Construction: Section 13 0281, Lead and 4W Heavy Metal Related Activities. 1.3 WORK INCLUDED as A. Contractor shall furnish all labor, materials, services, permits, insurance (specifically covering the handling and transportation of Asbestos-Containing Materials, Asbestos-Containing Construction Materials, Asbestos- to Contaminated Materials, and Asbestos-Containing Waste Materials), documentation and equipment that is specified, shown, or reasonably implied for Asbestos Abatement activities specified in Section 01 0110 and as to indicated on the drawings. Prior to initiation of site work a site specific Health and Safety Plan shall be submitted to the Hazardous Materials Consultant. Copies of this plan must be maintained on side during all site work. Copies of I. this plan shall be made available upon request to all site workers, on WHPacific,Inc. RiCity of Rentonl03797810esignlSpecificationsI100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 1 40 Section 130280—Asbestos Abatement (Cont.) subcontractors and regulatory officials. B. Air monitoring required for the safety of the Contractor's workers. C. Proper decontamination of contaminated building fixtures and components. D. Proper disposal of asbestos-containing materials and debris, and asbestos- contaminated materials. E. Contractor shall provide documentation of disposal of all waste materials and recycling of all salvage materials. In addition, Contractor shall provide demonstration of final clearance air sampling results. 1.4 WORK NOT INCLUDED A. Quality control air monitoring for the Owner by Hazardous Materials Consultant. 1.5 QUALITY CRITERIA A. Qualifications for Performance of Work 1. Contractor shall maintain on site, a full-time Certified Asbestos Supervisor during all activities impacting asbestos-containing materials. T h e o n-s i t e Supervisor must be approved by Hazardous Materials Consultant and Owner prior to the start of the Work and shall not be changed without receiving prior approval from the Hazardous Materials Consultant and Owner. The on-site Supervisor shall have a minimum of three years supervisory experience in the administration and supervision of asbestos abatement projects and satisfactorily completed three projects similar in scope and magnitude to this Project. 2. Provide one experienced Foreman for every ten asbestos workers, or portion thereof, utilized on the Project. 3. Foreman shall remain inside Work Areas at all times the ACM removal Work is in progress. 4. Use only Supervisor, Foreman and asbestos workers who are trained, experienced, and certified to perform the Work. 5. Owner reserves the right to reject supervisory or other key Project personnel. 1.6 ASBESTOS SURVEY INFORMATION A. A targeted asbestos survey was performed on specific areas of the facility identified in Section 01 0110, by Bureau Veritas North America, Inc. Specific areas included in the inspections and survey results are detailed in the Executive Summary attached to Section 01 0110. A report which detailed the findings of this survey was prepared by Bureau Veritas (September 18, 2005) and is available to the Contractor and Subcontractor upon request. B. The Contractor shall ensure that a copy of the survey document is retained on the Project site, and that additional copies are made available to all Subcontractors. WHPacific,Inc. P.-City of Renton10379781DesignlSpecifications1100%SpeclficationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 2 #W Section 130280—Asbestos Abatement (Cont.) 1.7 UTILITIES A. The existing building utilities, will be available for use by the Contractor. This includes power service only. It is the responsibility of the Contractor to work with utilities to provide temporary service as needed. All costs associated with temporary utility service shall be the responsibility of the Contractor. 1.8 TERMINOLOGY (Definitions) �• A. Abatement - Procedures to control fiber release from asbestos-containing building materials. Includes removal, enclosure and encapsulation. B. Adequately Wet - Sufficiently mixed or penetrated with liquid to prevent the release of particulates. If visible emissions are observed coming from asbestos-containing material, then that material has not been adequately aw wetted. However, the absence of visible emissions is not sufficient evidence of being adequately wet. C. Airlock - system for permitting ingress or egress of personnel or equipment without permitting movement of contaminated air between a contaminated area and an uncontaminated area; typically consisting of two curtained r doorways far enough apart to allow all activities to occur within the airlock without workers or equipment contacting the walls or doorways. D. Air Monitoring - The process of measuring the asbestos fiber content of a .. volume of air using National Institute for Occupational Safety and Health (NIOSH) method 7400 "A rules, or Transmission Electron Microscopy (TEM) using NIOSH method 7402. Flow rate and sample volume shall be in �. accordance with the method chosen. E. Air Monitoring Technician - A person qualified by training or experience to collect air samples for asbestos. Must be familiar with sampling techniques, sampling equipment, calibration procedures and work practices useful for controlling air contamination. F. Amended Water - Water to which a surfactant has been added. G. Asbestos-Containing Waste (including asbestos-contaminated materials) - Materials (including construction equipment and materials) greater than 1% by weight of asbestos, or contaminated with asbestos to a degree that handling the materials may reasonably be expected to give rise to exposure to airborne asbestos fibers. H. Certified Asbestos Supervisor means an individual certified by the department under WAC 296- 65-012. .w. WHPacitic,Inc. P:ICity of Renton10379781DesigniSpecif icationsl100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 3 r Section 130280— Asbestos Abatement (Cont.) I. Certified Industrial Hygienist (CIH) - An industrial hygienist certified in the Comprehensive Practice or Chemical Aspects of Industrial Hygiene by the American Board of Industrial Hygiene. ` J. Contaminated Area - A work area or any other area of the building with either an airborne asbestos- level equal to or above 0.01 fibers/cc or visible unconfined deposits of asbestos-containing materials. K. Critical Barriers - Dust tight barriers completely separating the work area from 1° other portions of the building, and the outside. Critical barriers may be made of sheet plastic, wood, or metal. L. Disposal - All procedures necessary to transport the asbestos-contaminated material removed from the building and deposit it in a waste disposal site in compliance with applicable Federal, state, and local regulations. M. Disposal Site - A site previously approved by the U.S. Environmental Protection Agency (EPA) and state and local hazardous waste control agencies for the disposal of asbestos-containing wastes. (Class I or II landfill). irr N. Encapsulant - A liquid material which can be applied to friable asbestos- containing materials that surround or embed asbestos in an adhesive matrix to prevent the release of fibers. O. Encapsulation - All procedures necessary to coat all asbestos-containing materials with an encapsulant to prevent the dispersal of asbestos fibers into the air. P. Fiber - As used in this section, a particulate form of asbestos. When used alone, it is defined as by OSHA at 2g CFR 1926.1101(b). When used in "asbestos fiber, it is defined as by EPA under AHERA at 40 CFR 763, Subpart E, Appendix A, Section I, par. F9. Q. Fibers/cc (f/cc) - Fibers per cubic centimeter of air. ` R. Fixed Object - A unit of equipment or furniture in the work area or beneath the work area which cannot be removed from the work area. S. Glovebag - An impervious plastic bag-like enclosure affixed around an asbestos-containing material, with glove-like appendages through which material and tools may be handled. T. Hazardous Materials Consultant - The Hazardous Materials Consultant is WHPacific, Inc. Office#:(425) 951-4800 Fax#: (425) 951-4808. U. HEPA Filter - A High Efficiency Particulate Absolute filters capable of trapping and retaining 99.97W of particles with aerodynamic equivalent diameters greater than or equal to 0.3 micrometers. V. HEPA Filtered or HEPA Vacuum Equipment - Vacuuming equipment equipped with a HEPA filter in the exhaust outlet, and so designed and maintained that 99.97% of particles with aerodynamic equivalent diameters " WHPacific,Inc. P 10ty of Renfon10379781DesignISpecficatlonsi100%SpecificationsITechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 4 .r Section 130280—Asbestos Abatement (Cont.) greater than or equal to 0.3 micrometers in the inlet air are collected and retained. In no case shall the HEPA vacuum equipment permit the discharge of air containing more than 0.01 fibers/cc. W. Material Safety Data Sheets (MSDS) - Information on a product, supplied by the manufacturer, which provides the information listed in 29 CFR 1910.1200(g)(2). X. Movable Object - A unit of equipment or furniture in or beneath the work area which can be removed. Y. Negative Initial Exposure Assessment - A demonstration by the contractor that worker exposure during an operation is expected to be consistently below 0.1 fiber/cc. The demonstration must meet the criteria of WAC 296-62. Z. NESHAP - National Emission Standards for Hazardous Air Pollutants issued under the Clean Air Act (42 U.S.C. 7401 et seq.); in particular, the asbestos NESHAP at 40 CFR 61, Subparts A and M. AA. NIOSH -The National Institute for Occupational Safety and Health of the United States Department of Health and Human Services. 1313. NIST -The National Institute for Science and Technology of the United States Department of Commerce. CC. PAT - Proficiency Analytical Testing program performed for AIHA, with particular reference to fiber analysis for asbestos. DD. Penetrating Encapsulant - an encapsulant that is absorbed by an asbestos matrix without leaving a discrete surface layer. EE. Post-abatement Surface Sealer (encapsulant, lock down encapsulant) - A liquid which can be applied to surfaces from which asbestos has been removed and which controls the possible release of residual fibers from the surface by penetrating into the material and binding its components together. FF. Regulated Area - An area where asbestos is, or can reasonably be expected to be, disturbed under this contract, or where airborne concentrations of asbestos exceed, or can reasonably be expected to exceed, 0.01 fibers/cc. The work area may take the form of (a) a temporary enclosure, as required by WAC 296-62-07711, or (b) an area demarcated in any manner that minimizes employee exposure to asbestos. GG. Removal - All procedures necessary to remove asbestos-containing materials from designated areas in a safe manner, and dispose of these materials at a disposal site. HH. Removal Encapsulant - A penetrating encapsulant specifically designed for removal of asbestos-containing materials rather than for encapsulation. II. Sealer - Material applied to a pipe or substrate after completion of the final cleaning operation to bond un-removed fiber residue to the pipe or substrate that is compatible with intended retrofit requirements and operating WHpacific,inc. RICity ofRenton10379781DesignlSpecifications1f00%SpecificationslT echnicalSpecifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 5 r Section 130280—Asbestos Abatement (Cont.) temperature conditions. JJ. Smoke Tube Method - A method of qualitatively testing the direction and velocity of air flow utilizing titanium tetrachloride (or equivalent) ventilation + smoke tubes. KK. Surfactant - A chemical wetting agent added to water to improve penetration, thus reducing the amount of water required for a given operation or area, and enhancing the effect of the water in reducing fiber release. LL. Transport - Hauling of asbestos-containing wastes from the building to the disposal site and deposit of the wastes therein by a firm currently approved by the EPA for the transport of hazardous wastes and approved by any state or local agencies having jurisdiction. MM. Waste Shipment Record - A form similar to that shown by the EPA in the NESHAP at 40 CFR 61.150(d) (1), or an EPA-approved State or local form for this purpose. NN. Wet Cleaning - The Process of eliminating asbestos contamination from building surfaces and objects by using cloths or other cleaning materials that have been dampened with clean water. 00. Work Area - an isolated area of the building where abatement activities are performed, isolated from non-work areas by negative pressure, a containment barrier, and depending on the type of removal, a decontamination enclosure system. The inside of the barrier and the decontamination enclosure system are part of the work area. 1.9 DOCUMENTS INCORPORATED BY REFERENCE A. The current issue of each document in effect as if date of invitation to bid shall govern. Where conflict among requirements or with these specifications exists, the more stringent requirements shall apply. B. U.S. Environmental Protection Agency (EPA) National Emissions Standards for Hazardous Air Pollutants (NESHAPS) - Code of Federal Regulation (CFP.) Title 40, part 61, Subparts A and M. C. EPA Guidance Documents 1. "Asbestos-Containing Materials in School Buildings parts 1 & 2, EPA C00090, 3-79, Pages 1 and 2. 2. "Guidance for Controlling Asbestos-Containing Materials in Buildings EPA 560/5-85-024 fit 3. U.S. Department of Labor Occupational Safety and Health Administration (OSHA) Regulations D. American National Standards Institute (ANSI) Z9.2 - Fundamentals Governing the Design and Operation of Local Exhaust Systems. E. National Electrical Code, National Fire Protection Association, NFPA 70. W"IPacific,Inc. P:ICity of Renton10379781DesignlSpeclficationsl100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Aitport(RNT) 130280 November 2013 820 Building Demolition 6 40 Section 130280—Asbestos Abatement (Cont.) F. Standard for Electrical Safety Requirements for Employee Workplaces, NFPA 70E. G. National Plumbing Code, American National Standards Institute, ANSI A40.8. H. State occupational safety and health regulations, where applicable, with special attention to asbestos, respirator, construction safety and electrical safety regulations including but not limited to: 1. WAC 296-24-110 The Control of Hazardous Energy 2. WAC 296-62-071 to 07121 Respiratory Protection 3. WAC 296-62-077 to 7761 General Occupational Health Standards 4. WAC 296-62-9015 to 9055 Hearing Conservation 5. WAC 296-62-45 to 14529 Confined Spaces 6. WAC 296-65-001 to 0050 Asbestos Removal and Encapsulation 7. WAC 296-155-426 to 462 Electrical 8. WAC 296-155-475 to 48536 Ladders Scaffolds and Elevating Work Platforms lW Fall Protection 9. WRD 80-16 WISHA Directive -Respirable Air Supplied by Oil Lubricated Compressors me 10. WRD 87-2 WISHA Directive - Special Respirable Protection Requirements for Negative Pressure Enclosures wo I. Puget Sound Clean Air Agency Regulation III, Article 4, Asbestos Control Standard. J. RCRA. Resource Conservation and Recovery Act regulations. 40 CFR 260- aw 299. Provide special attention to the following: 1. 40 CFR 261 (hazardous waste identification). 2. 40 CFR 262-266 (disposal requirements). �. 3. 40 CFR 262.34(c)(1) (waste accumulation). 4. 40 CFR 262.12 (waste generation, EPA identification number, responsibilities). 5. 40 CFR 262.20-23 (waste manifesting). 6. 40 CFR 262.30-33 (waste packaging, labeling, marking and placarding). tw. 7. 40 CFR 265 (waste treatment, certificate of destruction). K. Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) regulations (40 CFR 300-399). Provide special attention to 40 CFR 302.4 (reporting releases). L. Asbestos Hazard Emergency Response Act (AHERA), 40 CFR Part 763 Subpart E. M. ASTM Standard E 1368. Practice for Visual Inspection of Asbestos Abatement Projects. N. The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State, and local regulations pertaining to the protection of the building environment, occupants, workers, visitors to the site, and persons occupying areas adjacent to the site. The Contractor is responsible for providing medical examinations and maintaining medical records of personnel WHPacific,Inc. PXity of Renton10379781DesigniSpecificationsil00%Speci/icationsITechnicalSpecifications\130280-Asbestos Abatement Procedures.doa Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 7 rr Section 130280—Asbestos Abatement (Cont.) r as required by the applicable Federal, State, and local regulations, and shall hold the government harmless for failure to comply with any applicable safety or health regulation on the part of himself, his employees, or his subcontractors. The Contractor is responsible for preparing and administering a site specific health and safety plan which specifies adequate and appropriate measures to monitor and control site operations. This site specific health and safety plan must be provided to the Hazardous Materials Consultant prior to initiation of site work. Copies of this plan must remain on the job site and be made available to workers, subcontractors and regulatory officials upon request. "� 1.10 SUBMITTALS A. General: Refer to the General Conditions for basic procedures concerning submittal handling. B. Coordinate the preparation and processing of submittals with the performance of the Work. wr C. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. D. Verify that each item and the submittal for each item conforms in all respects " with the specified requirements. E. Mark each submittal with a permanent label for identification. Provide the following information on the label for proper processing and recording of action taken: Renton Municipal Airport 820 Perimeter Road West Name and address of Contractor Date Type of Submittal Submittal No. (if appropriate) Statement and Signature of Abatement Subcontractor to certify coordination has been performed F. All submittals shall be bound in a three-ring binder with 8 1/2-inch by 11-inch format, capable of holding the anticipated total number of submittals. All documents submitted following the initiation of the Work and prior to completion of the Work, shall be three-hole-punched for inclusion in the three- ring binder with the appropriate number of copies. G. Identify individual submittals by name and include a table of contents in each submittal package. H. Group all pertinent information about individual employees together and alphabetize by employee's last name. WHPacific,inc. P:ICity of Renton10379781DesigniSpecifications1100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 8 arr Section 130280— Asbestos Abatement (Cont.) .r� I. Accompany each submittal with a letter of transmittal showing all information submitted for identification and quality control check. J. Submit one (1) unbound, reproducible set of "Pre-Job Submittals" as indicated below for review by the Hazardous Materials Consultant prior to the preconstruction meeting. The Work may not proceed until the complete pre- job submittal package has been reviewed by the Owner and Hazardous Materials Consultant. Allow ten working days in schedule for review. Following receipt of review comments from the Hazardous Materials Consultant, submitt four (4) copies of the revised submittal package bound in separate three-ring binders to the OWNER. K. Submit "Job Submittals" to the Hazardous Consultant following the initiation of the Work. L. Submit "Post-Job Submittals" to the Owner following completion of the Work. Requests for final payment will not be processed until the post-job submittal package has been reviewed by the Owner and Hazardous Materials Consultant. M. Unless otherwise specified, make submittals in groups, as described herein, containing all associated items to ensure that the information is available for quality control, checking each item when it is received. .r N. Partial submittals may be rejected as not complying with the provisions of the Contract. The Abatement Subcontractor may be held liable for delays so occasioned. O. Submit "Pre-Job Submittals" including: 1. Proof of current Washington State contractor, worker, and supervisor certification. 2. Submit written proof that all proper applications have been filed with PSCAA, Labor & Industries, and any other applicable Federal, State, and Local regulatory agencies. 3. Submit a written emergency and clean-up plan. 4. Submit the company's written respirator program in accordance with WAC 296-62-071 and proof of fit testing. 5. Submit laboratory qualifications used for employee monitoring. 6. If rental equipment is used, submit a written notification to rental agency and Regulated Building Materials Consultant. 7. Submit complete product information including applicable product data, performance guarantees, and Material Safety Data Sheet information. 8. Submit certificates of insurance for asbestos operations. 9. Submit documentation stating the landfill where the waste will be sent and a letter from that landfill indicating they are licensed and willing to accept i. such waste. WHPacific,Inc. RICity of Renton103797810esignlSpec lfications1100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 9 trr Section 130280—Asbestos Abatement (Cont.) 10. Submit documentation stating the name of the company that will transport 1 the asbestos waste and indicating that this company is licensed by the State of Washington to perform such work. The contractor shall also submit a statement from the waste hauler which indicates that the waste will be hauled directly to the landfill without transfer. 11. Submit hazardous materials abatement schedule, work plan and shop drawings. The previously mentioned shall be prepared and signed by an EPA certified Project designer. 12. Submit certification of the AHERA Project Designer used to prepare the schedule, work plan and shop drawings. Sri 13. Submit the name of supervisor for this project and his/her qualifications (resume showing that he/she has similar project experience and at least three years of supervisory experience), training and certificates. 14. List of emergency telephone numbers (pagers, mobile phones, home telephones if possible) for Abatement Subcontractor's supervisory personnel. 15. Site specific health and safety plan P. Submit "Job Submittals" on a weekly basis following initiation of Work including: 1. Submit log-in, log-out form maintained by the Asbestos Supervisor. 2. Submit waste disposal manifest, daily field reports, air monitoring results, manometer charts for any negative pressure enclosure, filter changes information, and a final punch-list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance. 3. Copies of the certification from Labor & Industries for all new employees hired during the course of the Work, prior to the first day of Work on the project for each employee (for employees not included in the Pre-Job Submittal). 4. Abatement contractor shall sign form at the end of this Section stating that each Work Area is clean and then immediately provide to the Hazardous Materials Consultant for a concurrence signature. Q. Submit "Post-Job Submittals" to the Owner following completion of the Work. Requests for final payment will not be processed until the post-job submittal package has been reviewed and approved by the Owner and Hazardous Materials Consultant. Submit Post-Job Submittals including: 1. Documentation of all employee personal air monitoring results relative to OSHA and W ISHA respiratory protection level compliance. 2. Copies of all Abatement Subcontractor's daily logs including glovebag smoke test results, sign in/out logs, and disposal/landfill site receipts with chain of custody. 3. Compile and submit Abatement Subcontractor's insurance certificates, DLI rw notices, and PSCAA Notice of Intent to Remove or Encapsulate Asbestos notifications. The Abatement Subcontractor shall also submit any amendments made to these documents during the Work. 4. Documentation of all Change Orders. WHPacific,Inc. P.10ty of Penton103797SIDesignISpecifkat ionsI100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 10 Section 130280— Asbestos Abatement (Cont.) 1.12 AIR MONITORING A. Employee air monitoring required by WAC 296-62-07709 is the sole responsibility of the Contractor. All laboratory data generated to comply with applicable monitoring requirements must be submitted to the Hazardous Materials Consultant within twenty-four (24) hours from receipt by the Contractor. w. B. Pre-Abatement, abatement, and work area clearance Phase Contrast Microscopy (PCM) will be conducted by the Hazardous Materials Consultant or other appropriate party or representative. The samples will be analyzed within a maximum of (24) hours in accordance with WAC 296-62-07735 - Appendix A. C. If any air sample taken outside a negative pressure enclosure exceeds 0.01 fibers per cubic centimeter, asbestos removal work must cease within the affected area immediately until the site is secured through the installation of new critical barriers, decontamination or other appropriate means. D. If air samples exceed 0.1 fibers per cubic centimeter within a negative pressure enclosure, adjust work practices and/or clean work area until PCM samples fall below 0.1 fibers per cubic centimeter. E. Clearance Criteria: 1. All surfaces in the area must be free from accumulations of dust and �•• debris in order to pass visual clearance. 2. Aggressive clearance testing will be conducted by the Hazardous Materials Consultant or other appropriate party in accordance with all • pertinent regulations using Phase Contract Microscopy (PCM) after visual clearance is given. The Contractor will be charged for any additional PCM testing costs beyond the initial set of samples per work area for clearances that fail. The cost for air clearance for each work area will be a minimum of $500.00 for each testing period. 3. If any deficiencies are found in the work, the Contractor shall promptly conduct additional cleaning or other work as necessary until the Hazardous Materials Consultant (or other appropriate party or representative) determines the work areas meets clearance criteria. The samples will be analyzed within a maximum of (24) hours. 4. The Abatement Work is complete when the work area is visually clean • and airborne fiber levels have been reduced to the pre-abatement level or 0.01 f/cc whichever is lower. The Hazardous Material Consultant (or other appropriate party/authorized representative) will conduct the visual inspection and air testing. A written letter will be given by the WHPacific,Inc. P:ICity of Renton103797810esignlSpec lficationsl100%SpecificationslTechnica/Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 11 +i�t Section 130280—Asbestos Abatement (Cont.) Hazardous Materials Consultant upon successful completion of work. The visual inspection will be based upon ASTM E-1368, Standard Practice for Visual Inspection of Asbestos Abatement Projects. s. Fibers Counted: "Fibers" referred to in this section shall be either all fibers regardless of composition as counted in the NIOSH 7400, or WISHA Reference Method PCM procedures. 6. For any glove bag clearance sampling, air samples will be taken using non- aggressive sampling techniques as follows: a. Air samples will be collected in areas subject to normal air circulation away from room corners, obstructed locations, and sites near windows, doors of vents. b. The HEPA machines shall be left running during the procedure. 7. In each homogeneous work area after completion of all cleaning work, samples will be taken and analyzed as follows: a. Analysis: Fibers on each filter will be measured using the NIOSH 7400 procedures. b. Release. Criteria: Decontamination of the work site is complete when every work area sample is equal to or less than 0.01 fibers/cc of air or the pre-abatement level whichever is lower. If any sample is greater than 0.01 fibers/cc then the decontamination is incomplete and re-cleaning is required. A written statement of release will be issued by the Hazardous Materials Consultant after the release criteria has been met. c. The services of a testing laboratory will be employed by the Owner to perform laboratory analysis of the air samples. A microscope and technician will be set up at the job site, so that verbal reports on air samples can be obtained immediately. A complete record, certified by the testing laboratory, of all air monitoring tests and results will be furnished to the Owner's Representative, the Owner and the Contractor. 1.13 ACCESS TO WORK AREA A. Limitations: The Contractor shall limit access to the work area and to regulated areas to its trained and qualified personnel, emergency personnel, applicable regulatory agency personnel, the Hazardous Materials Consultant, and authorized visitors. B. Equipment: The Contractor shall provide at least 2 sets of specified personal protective equipment for each regulated area, per 8 hour work shift for all authorized visitors. C. Protection: All Authorized Visitors shall be subject to the provisions this contract. 1.14 EMERGENCY PROCEDURES WHPacific,Inc. P:ICity of Renton 1037978IDesignISpecifications110o9,.Specificationsl Technical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 12 Section 130280—Asbestos Abatement (Cont.) A. First Aid: The Contractor shall be prepared to administer first aid to injured personnel after decontamination. Seriously injured personnel shall be treated immediately or evacuated without contamination if this will delay their treatment. B. Power failure - In the event of power failure affecting the negative pressure .. system, the Hazardous Materials Consultant shall be notified immediately; all removal work is to be stopped immediately and the work area sprayed with amended water mist. If the power failure continues for 15 minutes, personnel shall leave the work area using the decontamination procedures required under this contract, and shall seal the work area to prevent dissemination of fibers. In the event that the power failure is likely to continue pass the end of shift, the work area will be reentered by adequately protected personnel, any previously disturbed asbestos-containing material will be sprayed with post- abatement surface sealer (encapsulant), and other actions shall be taken to ` minimize dissemination of fibers. C. Leakage. If contaminated water leaks from the work area, the Hazardous Materials Consultant shall be notified immediately. Any contamination outside the work area shall be wet-cleaned and HEPA-vacuumed to the satisfaction of the Hazardous Materials Consultant. Porous surfaces such as carpeting that becomes wet from contaminated water shall be considered asbestos contaminated materials and disposed of as such at no extra cost to the OWNER. The Contractor shall also be responsible for the replacement costs ++ of such materials per the OWNERS approval. D. Lighting: Adequate emergency lighting shall be available to permit safe egress of personnel from the work area, and to permit adequate misting or encapsulation of asbestos-containing materials in the event of an emergency. E. Contingency Plan: The Contractor shall prepare a plan and train employees in emergency procedures to contain and clean up spills outside the work area, and implement the plan upon breach of containment. " F. The Contractor shall designate a primary Certified Asbestos Supervisor and a secondary Certified Asbestos Supervisor together with a method of contact 24 hours per day. These asbestos supervisors shall be available to physically respond within sixty minutes to emergencies which occur while work under this contract. Emergencies outside the responsibility of the Contractor shall be a changed condition. 1.15 BUILDING SECURITY AND PROTECTION A. The Contractor shall post warning signs at designated entrances to work areas and at the perimeter of regulated areas including, as a minimum, those required by 29 CFR 1926.1101 WAC 296-62-07711 and fire safety +� regulations. Fencing and equivalent barriers must be erected to prevent WHPacitic,Inc. P.IC1ry of Renton103797810esignlSpeciflcations1700%Specificationsl Technical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 13 ii♦ Section 130280— Asbestos Abatement (Cont.) access to the work areas that are adjacent to occupied areas of the buildings. B. Existing services, facilities and functions outside of the work area shall remain in use during the project. The Hazardous Materials Consultant shall be immediately notified in the event of disruption. If utility services to the building are interrupted by abatement operations Contractor shall restore services or assist others in restoring services as necessary at no extra charge to the OWNER. If abatement operations disrupt utility services Contractor shall stop work, clean the abatement area, perform air clearance sampling and perform any other work necessary to prepare regulated area for entry by untrained and non-certified workers. Utility services to the building are provided by a variety of sources. In the case of disruption of utility services, repairs shall be coordinated through the OWNER. C. The Contractor shall protect all existing movable and fixed objects, existing building finishes that are to remain, and existing systems and functions from damage during the abatement process when the building is occupied. Extra precautions are to be taken in protecting existing electrical panels, light fixtures, exit signs, fire alarm and electrical devices, telephone services, data communication lines, etc. D. The Contractor shall clean surfaces of contaminated containers and equipment by wet wiping and/or HEPA vacuuming before moving them to uncontaminated areas. PART 2 - PRODUCTS 2.1 GENERAL A. Delivery; Deliver all materials in their original packages, containers, or bundles, bearing the name of the manufacturer, the brand name and either Material Safety Data Sheets which pertain to the materials, or a statement from the manufacturer that the material presents no hazard. B. Storage; Store all materials subject to damage off the ground, away from wet ► or damp surfaces, and under cover sufficient to prevent damage or contamination. C. Protection; Damage or deteriorating materials shall not be used and shall be removed from the premises. Materials that become contaminated with asbestos shall be disposed of in accordance with applicable regulations. 2.2 MATERIALS A. Plastic Sheet. Shall be polyethylene sized in lengths and widths to minimize the frequency of joints. The minimum thickness shall be that which prevents the release of asbestos through tearing, separation or other reasonably foreseeable means, and in no case shall be thinner than 6 mil (0.15 mm). The WHPacific,Inc. P:ICiry of Renton10379781DesignlSpecificationsil00%SpecificationsITechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 14 VW Section 130280—Asbestos Abatement (Cont.) ; polyethylene sheet shall be flame resistant and conform to requirements set forth by the National Fire Protection Association, Standard 701, Small Scale Fire Test for Flame- Resistant Textiles and Films. B. Plastic Bags. Shall be 6 mil (minimum) polyethylene, or sufficiently thicker for large bags so as to prevent release of asbestos though tearing, separation or other reasonably foreseeable means and shall be labeled with WAC asbestos warning or capable of being so labeled. C. Tape. Shall be capable of sealing joints of adjacent sheets of plastic and of attachment -of plastic sheet to finished or unfinished surfaces of dissimilar materials, and shall be capable of adhering under day and wet conditions, including wetting by amended water. D. Asbestos Disposal Packaging. Packaging shall be suitable to receive and "f retain any asbestos-containing materials until disposal or conversion at an approved site. The containers shall be both air and water tight, and labeled in accordance with EPA, OSHA, PSAPCA, and WISHA regulations, and in accordance with the provisions of this contract. 1. Labeling. Packaging on: asbestos-containing material shall be labeled in accordance with regulations or EPA (e.g., 40 C-R 61.150(a)(1)(iv),(5)), 1101(7)(i)), DOT (e.g., 49 CFR 172.400, 172.446; except for limited quantity shipments which are not being shipped by air (49 CFR 172.203(b), 173.155(b)), and State or local occupational safety and health, or environmental agencies (where applicable). In addition, the packaging shall be labeled with the building no 820. 2. Marking. Packaging of asbestos-containing material shall be marked in accordance with DOT regulations (e.g., 49 CFR 172.300); except for limited quantity shipments (49 CFR 172.301(f)(1)). E. Warning Signs. Signs shall be as required by EPA (e.g., 40 CFR 61.150(c)), OSHA (e.g. 29 CFR 1926.1101 (k)(1)(6)), State occupational safety and health or environmental agencies (where applicable), OWNER regulations, and this contract. F. Surfactants (Wetting Agents). Surfactants shall be used so as to produce a material which results in wetting of the asbestos-containing material and retardation of fiber release during disturbance of the material equal to or greater than that provided by the use of one ounce of a surfactant consisting of 50k polyoxyethylene ester and 50% polyoxyethylene ether mixed with five gallons of water. Surfactants shall be certified by their manufacturer as complying with EPA regulations controlling the use of volatile organic compounds, and such State and local regulations under an EPA-approved State Implementation Plan. G. Encapsulates. Encapsulates shall be classified or certified by Underwriters WHPacific,InC. P:ICity ofRenton10379781DesignISpecif icationsI100%SpecificationslT echnicalSpecifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 15 Section 130280— Asbestos Abatement (Cont.) Laboratories, and shall not degrade the function of any replacement material. They shall be certified by their manufacturer as complying with EPA regulations controlling the use of volatile organic compounds, and such State and local regulations under an EPA-approved State Implementation Plan. H. Glovebags. Bags shall be made of 10 mil (0.25 mm) minimum clear polyvinyl chloride. Bag shape shall include "shoulders" to be used with straps. Sizes and shapes chosen shall be suitable for the pipe and fitting formations included in this contract. The bags shall have a closure system, such as a double zipper or self-closing cloth strip. The bags shall have a zipper lock or equivalent feature which seals the lower part of the bag from the top part to remove asbestos- containing debris. I. Other Materials. Plastic sheeting used in the construction of containments shall be protected from heat, mechanical damage or other potentially damaging conditions present in the various work areas, by other materials as specified in the Contractors action plan and approved by the Hazardous Materials Consultant. 2.3 TOOLS AND QUIPMENT A. Airless Sprayer. Amended water and surface sealers shall be applied with an airless or other low pressure sprayer or injector suitable for the specific application. B. Air Purifying Equipment. Equipment used for establishing negative pressure in the work area shall be HEPA-filtered, and shall not discharge an air stream outside of the work area with asbestos fiber concentration equal to or greater than 0.01 fibers/cc. 1. Prefilter stages: 2. 2. Variable Volume Range (min): 500 CFM to 1700 CFM (under load). 3 Gauges and Controls: Elapsed time indicator; static pressure gauge with low flow alarm; heat and smoke sensors w/visual and audible alarms that shut unit down within 30 seconds. C. Vacuum Equipment. All vacuum equipment used for cleaning up shall be HEPA-filtered. At least one HEPA vacuum shall be equipped with floor (hard surface and carpet) cleaning attachments. D. Scaffolding/Staging/Ladders. Shall meet OSHA safety regulations, including 29 CFR 1926.450-452. Where electrical power and water are used inside a work area, no electrically conductive ladders (e.g., aluminum or steel) shall be used (except for hinges and feet). E. Transportation Equipment shall be suitable for loading, temporary storage, transport, and unloading or asbestos contaminated materials without exposure to persons or property shall be currently registered with the State for transport WHPacific,Inc. PXity of Renton 10379781DesignlSpecifications1100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 16 Section 130280—Asbestos Abatement (Cont.) of hazardous wastes and be currently certified by the State for vehicle inspection. F. Other Tools and Equipment. The Contractor shall furnish all equipment such as lumber, nails, ladders, HEPA vacuums, and hardware and supplies which may be required to construct and dismantle the decontamination areas and the barriers that isolate the work area. The Contractor shall provide other suitable tools for the abatement activities including but not limited to: hand scrapers, wire brushes, sponges, mops, and shovels. G. Electrical. Electrical tools and equipment shall meet all applicable codes and regulations, including, in particular, 29 CFR 1910.304 (f) (5) (v) and 29 CFR 1926.400-449. 1. Grounding. Ground fault circuit-interrupters shall always be used for all electrical equipment, except to the extent provided in an assured equipment grounding conductor program, 29 CFR 1926.404(b)(1)(iii), if established and implemented in the Plan or Action. 2. Additional requirements. Other OSHA requirements for equipment grounding conductors, beyond hose described in the grounding paragraph, apply. PART 3 - EXECUTION 3.1 WORK AREA PREPARATION A. Electrical Coordination. The Contractor shall coordinate all temporary utility service connections, requirements and equipment with the Owner's Project Manager. Service connections and electrical equipment shutdowns shall be �•► coordinated with the Owner's Project Manager - at least ten days prior to commencement of work in each work area. By arrangement with the Owner's Project Manager, electrical services may be de-energized. B. Building Service Coordination. All HVAC or other anticipated building services may be shut down and shall be coordinated with the Owner's Project Manager. C. Protection. The Contractor shall provide for adequate lighting, heating and cooling of equipment during all phases of the set up, abatement, clearance and following work. D. Scaffolding. Prior to beginning scaffolding and other preparation work which may disturb asbestos-containing material, a protective entrance barrier shall be placed at each entrance to the work area and the work area shall be under negative pressure using a HEPA filter system while preparation work is being done. E. Signage. The Contractor shall post adequate warning signs denoting the potential danger of airborne asbestos at designated entrances to work areas WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificationsl100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 17 +rrr 1�1 Section 130280—Asbestos Abatement (Cont.) including, as a minimum, those described at 29 CFR 1926.1101(k)(6), and State occupational safety and health and fire safety regulations (where applicable), and shall prevent access to posted areas by unauthorized or inadequately protected persons. F. Existing operations. Existing services, facilities and functions outside of the work area may be shut down and terminated. Coordinate any termination of existing services with the OWNER. G. Openings at work areas. All work area openings and penetrations, including but not limited to doors, windows and, HVAC ducts, shall be sealed off with two layers of plastic sheet and duct tape. H. Fire Equipment. Adequate portable fire extinguisher equipment shall be maintained within the work area meeting at least the requirements of 29 CFR 1910.157 and (where applicable) State occupational safety and health err regulations and fire safety regulations. I. Contaminated Surfaces. The Contractor shall pre-clean both movable and fixed surfaces of contamination by wet sponging and/or HEPA vacuuming before moving them to uncontaminated areas or enclosing with critical barriers. 3.2 WORK AREA ISOLATION A. Isolation. Completely isolate the Work Area from other parts of the building so as to prevent asbestos-containing dust or debris from passing outside the isolated area. Should the area outside the Work Area(s) become contaminated with asbestos-containing dust or debris as a consequence of the work, clean those areas in accordance with the procedures in the Plan of Action. Perform all such cleaning or decontamination and all related testing as deemed necessary by the Hazardous Materials Consultant at no additional cost to the OWNER. B. HVAC. Disable HVAC or any other system bringing air into, out of, or through the Work Area. Disable system by lockout, disconnecting wired, removing circuit breakers by lockable switch and/or other positive means that will prevent accidental premature restarting of equipment. C. Decontamination. From the time the Contractor is ready to begin asbestos removal until all barriers and decontamination systems are removed, all personnel, equipment, materials, and waste containers leaving the work area shall be decontaminated as per applicable provisions of this contract. 3.3 GENERAL ASBESTOS REMOVAL "t A. Adequate Wetting. The asbestos-containing material shall be sprayed, injected or otherwise adequately wetted with amended water if sprayed, a WHPaclllc,Inc. P:ICity of Rentonl03797BIDesignISpeci tications1100%SpeciticationsITechnical Speciticat ions\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 18 rW Section 130280—Asbestos Abatement (Cont.) fine low-pressure spray shall be applied to minimize fiber emission during the spraying. Particular care shall be taken to avoid release of asbestos through substrate penetrations or containment barrier openings. B. Removal. Removal of the asbestos-containing material shall be done in small sections. Particular care shall be taken to avoid release of asbestos through substrate penetrations or containment barrier openings. Asbestos-containing materials shall be removed while wet. C. Local exhaust. When mechanically cutting, drilling or abrading asbestos- containing materials, provide local exhaust ventilation sufficient to capture fibers by means of a HEPA filter vacuum, unless visual inspection does not indicate that fibers are being dispersed outside the work area, and air monitoring of this project demonstrates that air levels inside the work area are sufficiently low that the respiratory protection provided is adequate, and that air levels outside the work area meet specification requirements. When using local exhaust ventilation, use specialized equipment such as drills or saws having integral ventilation hoods which are connected to a HEPA vacuum with a flexible hose. D. Surface Cleaning. After completion of gross asbestos removal work, all surfaces from which asbestos has been removed shall be wire-brushed and/or. wet-scrubbed, or cleaned by an equivalent method, to remove all visible asbestos-containing material. During this work, the surfaces being cleaned shall be kept wet whenever feasible. E. Sealing (Lock-down Encapsulation). Lock down any residual asbestos fibers „ which may remain on all surfaces from which asbestos has been removed with an encapsulant sealer. F. Coverage Rate. Use the coverage rate specified in the Underwriters Laboratories listing or certification, or the manufacturer's instructions, whichever is greater. 3.4 GENERAL PROCEDURES FOR CLASS II ABATEMENT A. Critical barrier: 1. The contractor shall install critical barriers at all openings into the work area. 2. Critical barriers shall consist of a minimum of 6 mil (0.15 mm) (minimum) plastic sheeting. Additional layers of 4 mil (0.10 mm) minimum plastic sheeting shall be used as protection for fixed items and items to remain. B. Install engineering controls as necessary to control and prevent the release of waste water, dust, and other contaminated debris into the air, and surrounding areas. C. Remove asbestos-containing materials in a substantially intact state. WHPacific,Inc. P:ICity of Renton10379781DesignlSpeciflcationsI100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 19 wr Section 130280— Asbestos Abatement (Cont.) D. Use continuous water sprinkling to limit dust and dirt rising and scattering in air to lowest practical level. Comply with environmental regulations pertaining to environmental protection. E. Immediately remove all dusts and debris with a HEPA vacuum. F. Removed asbestos-containing and/or contaminated material shall be removed, immediately bagged or wrapped or kept wetted until transferred to a closed receptacle, no later than the end of the work shift. G. Dispose of all debris as asbestos-containing and/or contaminated in accordance with disposal Sections and all applicable regulations. H. Remove disposable suits and place these into bag with waste. I. At completion of work decontaminate workers in accordance with decontamination Sections and all applicable regulations. 3.5 GLOVEBAG METHOD A. Critical barrier. 1. The contractor shall install critical barriers at all openings into the work area. 2. Critical barriers shall consist of a minimum of two (2) layers of 6 mil (0.15 mm) (minimum) plastic sheeting. Additional layers of 4 mil (0.10 mm) minimum plastic sheeting shall be used as drop cloths directly below glovebag areas. 3. At least 2 people shall perform glovebag work on TSI material. B. Glovebag procedures. 1. Manufacturer's instructions. All removal procedures using the glovebag method shall be at least as stringent as the manufacturer's instructions and the requirements of this Section. The specific method proposed by the Contractor shall be detailed in the plan of action. 2. Do not use on surfaces whose temperature exceeds 150 degrees F. 3. Area protection. Below the item from which asbestos-containing material is to be removed, the Contractor shall place a 4 mil (0.10 mm) (minimum) plastic sheet covering at least 6 feet (2 m) beyond the work. 4. Sealing. The glovebag shall be placed on the item and completely sealed to the item. The glovebag shall be smoke-tested for leaks and any leaks sealed prior to use. 5. Tools. Necessary tools shall be placed in the tool pouch and the outer opening shall be sealed with tape. 6. Cutting. The Contractor shall cut through the plastic or metal envelope around the pipe, if present, to expose the area from which lagging is to be removed. 7. Wetting. The wand of a low pressure spray unit, or of an injection unit, delivering amended water, shall be inserted into the port of the glovebag and the opening sealed shut. The insulation shall be thoroughly wetted prior to its disturbance and shall be kept wet until the cleanup process is WHPacific,Inc. RICiry of Renton10379781DesignlSpecificatf onsl100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.dou Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 20 t Section 130280— Asbestos Abatement (Cont.) completed. Alternatively, the pipe segment may be completely immersed in amended water with sufficient additional volume to allow the lagging removal to be performed without releasing fibers. 8. Removal. The asbestos-containing material shall be removed from the item and gently placed in the bottom of the glovebag. 9. Surface cleaning. After completion of the gross removal, the surface from which asbestos has been removed shall be wire brushed or wet scrubbed until all visible debris has been removed. 10.Surfactant wand removal. The amended water wand shall be withdrawn from the bag while being wiped with one or more wet rags as it is withdrawn. The wet rags shall be discarded as asbestos waste. 11.Encapsulant wand insertion. The wand of a low pressure stray unit containing encapsulant (surface sealant) shall be inserted into the port of the glovebag and the opening sealed shut. The surface from which asbestos has been removed shall be sprayed with a penetrating encapsulant and any exposed edges of remaining asbestos containing lagging shall be thoroughly soaked with the encapsulant. 12.Encapsulant wand withdrawal. The encapsulant wand shall be withdrawn from the bag while being wiped with one or more wet rags as it is withdrawn. The wet rags shall be discarded as asbestos waste. .r 13.Bag washing. The upper portion of the glovebag shall be sprayed with amended water in order to wash down adhering fibers. 14.Bag evacuation. A HEPA vacuum nozzle shall be inserted in the bag and the air inside the bag evacuated as completely as possible. The tool pouch flap shall be unsealed, the pouch removed and the flap sealed. The tool pouch shall be immersed in and opened under water. The tools shall be washed off and replaced in a clean tool pouch or bag. 15.Bag bottom removal. The bottom of the bag enclosing the bulk debris shall be sealed, removed from the item being abated, placed in a labeled 6 mil (0.15 mm) or thicker plastic bag, and disposed so in accordance with this Section. 16.Bag top removal. The top of the bag shall be sealed, removed from the pipe, placed in a labeled 6 nil (0.15 mm) or thicker plastic bag, and disposed of in accordance with this Section. Bags or bag portions shall not be relocated on the pipe or otherwise reused. 17.Bag limitation. When debris in the glovebag reaches the bag's recommended weight limit, the bag becomes too cumbersome to handle safely, or the bag begins to stretch or tear, the bag and its waste shall be sealed and removed from the lagging as described above. The bag shall be removed from the pipe and sealed with tape. 18.Repetition. The removal steps described above shall be repeated as necessary for each segment of the abatement work. C. Glovebag area cleanup. WHPacilic,Inc. P:ICity of Renton10379781DesignlSpecificat lons1100%SpecificationsITechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 21 Wts Section 130280— Asbestos Abatement (Cont.) 1. Sheeting. When work in an area in which plastic sheeting has been placed on the floor is complete, the plastic sheeting shall be wetted with a low- pressure spray of surface sealant, rolled up inward, placed in a labeled 6 mil (0.15 mm) or thicker plastic bag, and disposed of in accordance with this Section. Sheeting shall not be relocated or otherwise reused. 3.6 WORKER PROTECTION A. Before beginning work provide workers with the required protective equipment in accordance with WAC 296-62. Require that appropriate protective equipment be used at all times. 3.7 SECURING WORK AREA: A. Secure work area from access by occupants, staff, other construction personnel, or users of the building. Accomplish this where possible, by locking doors, windows, or other means of access to the area, or by constructing temporary wood stud and plywood barriers. Post warning signs were appropriate. Asbestos warning signs are to be placed inside emergency routes in such a manner that the signs are clearly visible to anyone who opens an emergency door from outside the abatement area. 3.8 CLEANUP A. Bagging 1. Procedures. The asbestos-containing material shall be packed and sealed in asbestos-labeled plastic bags either in the work area or in a negative pressure, HEPA-filtered enclosure and decontamination unit around any vacuum transfer or other waste collection equipment located outside the work area, except as provided below. The sealed plastic bags shall be placed into asbestos-labeled containers and may be either transported immediately or stored temporarily in the work area or other negative pressure, HEPA-filtered enclosure for later transport. 2. Labeling. Asbestos waste containers shall be labeled, except for non-friable asbestos- containing waste that has not been and does not have a high probability of becoming, crumbled, pulverized, or reduced to powder, which need not be labeled. B. Surface cleaning. After completion of gross asbestos removal work, all surfaces from which asbestos has been removed shall be wire-brushed and/or wet-scrubbed, or cleaned by an equivalent method, to remove all visible asbestos-containing material during this work, the surfaces being cleaned shall be kept wet whenever feasible. C. Decontamination. All materials, equipment, tools and bagged wastes taken from the work area or other negative pressure HEPA-filtered enclosure after the initiation of asbestos removal work shall be thoroughly decontaminated as „ follows: WHPacific,Inc. P:ICity of Renton10379781DesignlSpecificat ionsl100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.dou Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 22 Section 130280—Asbestos Abatement (Cont.) 1. Gross cleaning. Workers shall remove gross contamination from tools, equipment, building components, waste bags, and other materials before these items leave the work area. Workers proceed to the contaminated/equipment room where they shall wash these items. 2. Washing. After washing, tools, equipment and other materials are passed into the shower room, where they may be re-washed if necessary to remove visible debris, in the shower. Tools, equipment and materials are passed from the shower room into the equipment/waste removal room and-then outside the decontamination enclosure. 3. Bagged waste. Workers shall remove gross contamination from the bagged waste before leaving the work area. Workers take bagged waste to the contaminated/equipment room, where the bags are wet-cleaned. After the bagged waste is wet-cleaned in the contaminated/equipment room, the bags shall be handed into the shower room where they shall be placed in a second, clean labeled plastic bag, sealed, washed, and handed into the .,, equipment/waste removal room, or washed and handed into the equipment/waste removal room to be placed into clean labeled drums. The waste material in two disposal bags or 1 disposal bag and 1 drum) is passed from the equipment/waste removal room to outside the decontamination enclosure. 4. Containerized bagged waste. Waste which has been deposited directly (e.g., by vacuum transfer) into a bag which is in a transport vehicle, which has not contaminated the outside of the bag, and which needs no further on-site handling prior to transport from the work site, shall be sealed in the bag, checked for surface contamination, wet cleaned and, if appropriate, HEPA vacuumed if such contamination is found, and transported from the site. 3.9 DISPOSAL A. Packaging. Prior to post-abatement inspection, all asbestos-containing waste shall be packaged n sealed double containers and removed from the work area to a specified transportation vehicle or a designated holding area approved by the Hazardous Materials Consultant. The outer container may be either a clean, sealed drum (steel or fiber) or a sealed plastic bag. The inner container shall be a sealed plastic bag at least 6 mil (0.15 mm) thick. B. OSHANVISHA/EPA labeling. Asbestos warning labels having permanent adhesive and waterproof print, or being permanently printed an the container, shall be affixed to the outside Of all asbestos containers, and each inside bag, except that non-friable asbestos-containing waste that has not been and does not have a high probability of becoming, crumbled, pulverized, or reduced to powder need not be labeled. C. DOT labeling and marking. A DOT "class 9" shipping label and DOT mark shall WHPacific,inc. PACity of Renton103797810esignlSpec ifications1100%SpedficationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 23 rw Section 130280—Asbestos Abatement (Cont.) be applied to or be printed on each packaging of asbestos-containing materials; except for non-friable asbestos containing materials that did not become crumbled, pulverized, or reduced to powder; or a limited quantity of asbestos containing material which is not being transported by air. D. EPA vehicle marking. Each vehicle transporting asbestos containing waste shall be marked with asbestos danger signs during loading and unloading of the waste, in accordance with the NESHAP, 40 CFR 61.150(c). E. Temporary Storage 1. Authorization. Temporary storage of sealed double containers of asbestos waste outside the decontamination enclosure may be permitted, upon approval of the procedures by the Hazardous Materials Consultant. 2. Procedure. After the sealed double containers have been passed out so the decontamination enclosure or the containment barrier, they shall immediately be placed in a cart lined with at least one layer of 6 mil (0.15 mm) plastic sheeting. When a sufficient nether of containers have accumulated, but not more than fill the cart, and no more than 15 minutes after loading the first container onto the cart, the cart shall be taken to a specified transportation vehicle or a designated holding area and the containers shall be placed therein. F. Vehicle marking. Each cart transporting asbestos containing waste outside the work area (whether to temporary storage or to the transportation vehicle), and each transportation vehicle shall be marked with asbestos danger signs during waste loading and unloading in accordance with 40 CFR 61.150(c); G. Protection. Workers entering a decontamination enclosure to remove waste material shall follow the provisions of this contract for donning protective equipment and exiting the work area or decontamination chamber. 4 H. Asbestos waste shipment records. 1. Preparation. The Contractor shall prepare the waste shipment records. The Contractor shall make available the transport vehicle and the asbestos waste packages for inspection by the Hazardous Materials Consultant so that the Hazardous ' Materials Consultant can check for significant discrepancies in the amount of waste (for example, number of bags or drums, or volume of waste) and its condition (for example, whether the bags or drums appear to be sealed and not leaking). 2. Initially signed records. The Contractor shall provide asbestos waste shipment record(s). 3. Depositing. Asbestos waste shall be deposited as soon as practical at a regulated waste disposal site, except for EPA "Category I non-friable ACM (packing, gasket, resilient floor covering, or asphalt roofing product ACM) that has not become friable, nor will be or has been sanded, ground, cut, or abraded. 4. Providing completely signed records. Completed waste shipment record(s) signed by the WHPacific,Inc. RlCify of Renton10379 78IDesignISpeciticationsI100%SpecilicationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 24 .�r Section 130280—Asbestos Abatement (Cont.) Contractor, all transporter(s), transferor(s), disposal and/or conversion facility(ies), shall be provided to the Hazardous Materials Consultant within 30 days of the time at which the asbestos-containing wastes are received at the disposal and/or conversion facility(ies), which shall be no longer than 40 days after the waste was accepted by the initial transporter. 5. Waste conversion. If any asbestos-containing waste is converted to asbestos-free material in accordance with 40 CFR 61.155, completed certificate(s) of conversion, signed by the Contractor and the conversion facility(ies), shall be provided to the Hazardous Materials Consultant within �. 35 days of the time at which the asbestos containing waste is converted, which shall be no longer than 45 days after the waste was accepted by the Im initial transporter. 6. Application for final payment will not be considered until waste shipment information is received by the Hazardous Materials Consultant. do I. Registration. For any state requiring registration, licensing or certification of asbestos or other hazardous waste hauling contractors, vehicles and/or to drivers, the Contractor shall provide proof that all such contractors, vehicles and/or drivers used under this contract are currently in compliance. J. Regulatory compliance. The Contractor shall: 1. Properly transport, treat, store, dispose and/or convert asbestos and other hazardous wastes generated in accordance with the contract in 40 accordance with all applicable regulations. 2. Notify the National Response Center (800-424-8802) of the release of a reportable quantity of we a hazardous substance generated in accordance with the contract (40 CFR 302.4 Table, 302.6(a), (b)). 3. Hold the Owner harmless from any release or threat of release following its «v acceptance of any hazardous substance generated in accordance with the contract (CERCLA sections 121(20), (B)(i), 127(a)(4), 127(b) and 127(e)). 4W 3.10 CLEANUP INSPECTION ON A. All visible accumulations of asbestos-containing materials and debris shall be removed by wet cleaning and/or HEPA vacuuming all surfaces within the work area. do B. Any other contaminated surfaces in the work area shall be cleaned using water and/or HEPA vacuum equipment. All waste water from the cleanup shall be disposed of in accordance with this contract. C. The Contractor shall inspect all surfaces and re-clean with special attention to any areas not satisfactory after the first cleaning. do D. After completion of the asbestos abatement, waste removal, and removal of WHPacitic,Inc. RICity of Renton10379781DesignlSpecficationsll00%SpecrficationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 25 r Section 130280— Asbestos Abatement (Cont.) Contractor equipment that is no longer needed and after completion of the preliminary cleaning, the Hazardous Materials Consultant will inspect the removal and cleanup. E. Surface sealing after removal operations. 1. Upon completion of the removal process, the Contractor shall apply a coat of post-abatement surface sealer (encapsulant) to all surfaces n the Work Area. 2. The doors, HVAC vents and immovable equipment shall remain sealed and the worker decontamination enclosure and HEPA filter system shall remain in service. F. Final Clearances 1. The Hazardous Materials Consultant or appropriate representative, will inspect each area of asbestos removal. 2. After favorable visual inspection, the Hazardous Materials Consultant (or representative) will start the sampling pumps for the purpose of collecting final clearance samples. 3. The Hazardous Materials Consultant (or representative) will turn off' the sampling pump after sampling is complete. 4. When the Hazardous Materials Consultant determines that the post abatement: sampling results are satisfactory, the Contractor shall remove the containment barriers in and under the work area, carefully folding the contaminated sides inward. The Contractor shall inspect and HEPA vacuum or damp wipe as necessary. All materials used in the enclosures and barriers, and all cleaning materials and equipment shall be treated as asbestos-containing waste unless cleaned and approved by the Hazardous Materials Consultant. 5. If an enclosure fails either the visual inspection or air clearance the Contractor shall re-clear as necessary. Such re-cleaning as required by the Hazardous Materials Consultant shall not entitle the Contractor to additional compensation or time to complete the work of this contract. 6. A written letter of acceptance will be submitted to the contractor after requirements for visual inspection and air testing is met. 3.11 RE-ESTABLISHMENT OF OBJECTS AND SYSTEMS A. Completion. When cleanup is complete the Contractor shall perform follow- up work described below. B. Restoration. Any items moved from the work area in preparation for asbestos abatement shall be replaced and reinstalled if required for building operations during the project. , C. Systems. Heating, ventilation, air conditioning, mechanical, and electrical systems shall be reestablished in proper working order if required for building operations during the project, with the coordination of the Hazardous Materials WHPacific,Inc. PACity of Renton 0379780esignlSpedficabonsl 100%SpecificationMTechnical Specifications\1 30280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 26 aw Section 130280— Asbestos Abatement (Cont.) go Consultant, except as provided elsewhere in this contract. END OF SECTION 13 0280 r fr ..r WHPacific,Inc. RiCity of Renton 10379 781DesignlSpecifications1100%SpecificationslTechnical Specifications\130280-Asbestos Abatement Procedures.docx Renton Municipal Airport(RNT) 130280 November 2013 820 Building Demolition 27 dw Yrr w► sir Intentionally Left Blank �r +rr .rr rrs 130281 — LEAD AND HEAVY METAL RELATED ACTIVITIES PART 1 - GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. Briefly, the lead and heavy metals related work can be summarized as follows: 1. Compliance: Activities requiring compliance with this Section include the impact of painted coatings, settled dust or building components containing lead as defined in the Section 01 0110. Impacts may include, but are not limited to: manual demolition, mechanical demolition, cutting, sawing, drilling, sanding, welding or torch-cutting. See Section 01 0110, for information regarding lead-containing painted surfaces in areas of the Work. 2. Handling: Conduct activities involving lead-containing paint under Work of this Contract in accordance with this Section and current applicable state and federal regulations including WAC 296-62, WAC 296-62- 07521: "Lead"; WAC 296-155-176: "Occupational Health and Environmental Control"; and 29 CFR 1926.62: "Lead Exposure in Construction - Interim Final Rule". 1.2 RELATED SECTIONS A. Work performed under this specification section is governed by related • specification sections, including, but not limited to, the following: 1. Division 0: Bidding Requirements, Contract Forms and Conditions of the Contract; .tom 2. Division 1: General Requirements; Section 01 0110, Summary of Hazardous Materials Work. 3. Division 13: Special Construction: Section 13 0280, Asbestos Abatement 1.3 WORKER PROTECTION A. For all work impacting painted building components and settled dust during this project, Contractor shall provide, at a minimum, the following for employees per WAC 296-155-176: 1. Respiratory protection. 2. Protective clothing. 3. Clean change areas. 4. Clean hand washing facilities. 5. Biological monitoring to consist of blood sampling and analysis for lead and zinc protoporphyrin levels. 6. Hazard communication training. B. Prior to start of the job Contractor shall establish and implement a written compliance program to demonstrate how no site worker will be exposed to lead �. at concentrations greater than 50 micrograms per cubic meter averaged over an 8-hour period. This compliance program must demonstrate compliance with WHPaclfic,Inc. P.ICity of Renton10379781DesignlSpeci fications1100%SpecificationslTechnical Specifications\130281-Lead and Heavy Metal Related ActiMes.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 1 Aw err Section 130281 — Lead and Heavy Metal Related Activities (Cont.) WAC 296-155-17607. The Contractor shall additionally develop a site specific Health and Safety Plan which addresses site hazards, and defines measures to minimize the potential for exposures and potential impacts from those hazards. Copies of both the written compliance program and site specific health and safety plan must be provided to the Hazardous Materials Consultant prior to the initiation of site work. err 1.4 SUBCONTRACTORS A. Subcontractors employed by the Contractor shall be bound to all the work and safety standards specified. Subcontractor's personnel shall meet requirements as specified, and shall be supervised by the Contractor during performance of this work. Sub consultants shall be covered by Contractor's site specific Health and Safety Plan. Copies of this plan shall be maintained on site throughout the duration of site work and shall be made available to all workers, subconsultants and regulatory officials upon request. ' 1.5 DEFINITIONS .r A. Definitions relative to lead: 1. Accuracy: The degree to which a measurement process determines a known amount of lead or other component in a particular reference. 2. Action Level: Employee exposure to an airborne concentration to lead of 30 micrograms per cubic meter of air (30 pg/m3) calculated as an 8 hour time- weighted average (TWA). 3. Administrative Removal: The temporary removal of workers prior to their reaching blood lead levels requiring medical removal in order to provide additional protection to both workers and employers. 4. Baseline: Blood lead level screening and zinc protoporphyrin levels recorded within 30 calendar days of the worker starting this project. „ 5. Biennial Report: A report (EPA Form 8700-13A) submitted by generators of hazardous waste to the Regional Administrator due March 1 of each even-numbered year. The report includes information on the generator's activities during the previous calendar year. The Owner or operator of a treatment, storage and disposal facility must also prepare and submit a biennial report using EPA Form 8700-1313. 6. Biological Monitoring: All workers must have baseline and post abatement blood lead level screening determined by whole blood lead method, utilizing Vena- Puncture technique. Samples shall be analyzed by NIOSH Method 8003 or other method acceptable to regulatory agencies having jurisdiction. Contractor shall have a physical performed on each employee. The blood tests shall WHPacific,Inc. P:ICit otRenton103797SIDesi niS cifications1100% �W y g pe Sped/icationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 2 Section 130281 — Lead and Heavy Metal Related Activities (Cont.) consist of analysis for lead and zinc protoporphyrin levels and shall be conducted by a laboratory approved by OSHA. 7. Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6 to 9 inches. 8. Characteristics: EPA has identified four characteristics of hazardous waste: (a) Ignitability; (b) Corrosivity; (c) Reactivity, and (d) EP Toxicity. Any solid waste that exhibits one or more of these characteristics is classified as a hazardous waste under RCRA. •• 9. Contractors: Each individual Contractor performing work during the project which is likely to impact painted surfaces. 10. Discharge or Hazardous Waste Discharge: The accidental or intentional spilling of hazardous waste including the leaking, pumping, pouring, emitting, discharge emptying or dumping of hazardous wastes onto any land or water. 11. Elevated Blood Lead (EBL): Shall mean excessive absorption of lead in the blood in concentrations defined as an elevated blood level in children by the Centers for Disease Control (CDC) of the United States Department of Health and Human Services. 12. EP Toxicity: A test, called the extraction procedure, which is designed to identify wastes likely to leach hazardous concentrations of particular toxic constituents into the ground water as a result of improper l� management. It is characteristic of hazardous waste. See TCLP. 13. RCRA Site ID#: The identification number used on the Uniform Hazardous Waste Manifest (EPA Form 87022) that accompanies and identifies dangerous waste shipments. It is not a license or permit. 14. Generator: Any person who first creates a hazardous waste or a person who first makes the waste subject to the Subtitle C regulation (e.g., imports a hazardous waste, initiates a shipment of hazardous waste from a TSD or mixes hazardous waste of different DOT shipping descriptions by placing them into a single container). 15. Hazardous Materials Consultant: Bureau Veritas, is the Hazardous Materials Consultant for this project. The Hazardous Materials Consultant will represent the Owner during construction and until final payment is due. The Hazardous Materials Consultant will advise and consult with the Owner. 16. Hazardous Waste: As defined in RCRA, the term "hazardous waste" means a solid waste or combination of solid wastes which, because of its quantity, concentration or physical, chemical or infectious characteristics, may: �+■► a. cause, or significantly contribute to any increase in mortality WHPacific,Inc. RICity of Renton10379781DesignlSpecificationsl100%SpeclficationslTechnical Specifications\130281-Lead and Heavy Metal Related Aetivifies.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 3 rrr Section 130281 — Lead and Heavy Metal Related Activities (Cont.) or an increase in serious irreversible or incapacitating reversible ill, or; b. pose a substantial present or potential hazard to human health or the environment when improperly treated, stored, transported or disposed of or otherwise managed; C. be as described in the regulations, under one of the following four conditions: (1) exhibits a characteristic of a hazardous waste (40 CFR Sections 261.020 through 261.033). (2) has been listed as hazardous (40 CFR Section 261.031 through 261.033). (3) is a mixture containing a listed hazardous waste and a non- regulated solid waste (unless the mixture is vi specifically excluded or no longer exhibits any of the characteristics of hazardous waste). (4) is not excluded from regulation as a hazardous waste. 17. HEPA Filter: A High Efficiency Particulate Air (HEPA) filter capable of trapping and retaining at least 99.97% of monodisperse dioctyl phthalate (DOP) particles having a mean particle diameter of 0.3 micrometer. 18. HEPA Vacuum: High efficiency particulate air (absolute) filtered vacuum collection equipment with a filter system capable of collecting and retaining asbestos fibers. 19. Lead Awareness Training: Shall, at a minimum, consist of the following: a. The content of the WAC Chapter 296-155 and its appendices; b. The specific nature of the operations which could result in exposure to lead above the action level; ' C. The purpose, proper selection, fitting, use, and limitations of respirators; d. The purpose and a description of the medical surveillance program, and the medical removal protection program including information concerning the adverse health effects associated with excessive exposure to lead (with particular attention to the adverse reproductive effects on both males and females and hazards to the fetus and additional precautions for employees who are pregnant); e. The engineering and work practices associated with the employee's job assignment including training of employees to follow relevant good work practices described in the WAC Chapter 296-155, Appendix B; f. The contents of any compliance plan in effect; g. Instructions to employees that chelating agents should not WHPacific,Inc. P:ICity of Renlon10379781DesignlSpecificationsl100%Specitkationsl Technical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 4 Section 130281 — Lead and Heavy Metal Related Activities (Cont.) routinely be used to remove lead from their bodies and should not be used at all except under the direction of a licensed physician; h. The employee's right of access to records under the WAC Chapter 296- 155, Part B. 20. Lead-Containing Paint Violation: Shall mean (a) the violation of any state or local law or regulation concerning lead-containing paint, or (b) the presence of lead- containing paint on the interior or exterior surfaces of any property or on any toy, appliance, item of furniture or other household item that is easily accessible to a child; or that is cracking, peeling, chipping, blistering or flaking or is in an otherwise deteriorated condition; or that is chalking so that lead dust generated there from is determined to pose a health hazard; or that is present on surfaces defined as woodwork or woodtrim. 21. Lead-Containing Paint: Shall mean paint, varnish, shellac or similar coating containing more than the analytical detection limit of lead by weight in the final dried solid. 22. Lead Dust: Shall mean dust that contains lead generated by the deterioration of paint that contains lead or by environmental factors. YI 23. Listed: Hazardous wastes that have been placed on one of three lists developed by EPA: (a) Non-specific source wastes, (b) Specific source wastes, and (c) Commercial chemical products. These lists were developed by examining different types of waste and chemical products to see if they exhibit one of the four characteristics, meet the statutory definition of hazardous waste, are acutely toxic or acutely hazardous, or are otherwise toxic. 24. Manifest: The shipping document, EPA form 8700-22, used for identifying the quantity, composition, origin, routing and destination of hazardous waste during its transportation from the point of generation to the point of treatment, storage or disposal. 25. Medical Removal: The temporary removal of workers due to elevated blood lead levels as defined in these guidelines. 26. Paint Removal: A strategy of abatement that entails stripping lead paint from surfaces. 27. Permissible Exposure Level (PEL): Employer shall assure that no employee is exposed to lead at concentratiTs greater than fifty micrograms per cubic meter of air (50 pg/m ) calculated as an 8 hour time- weighted average (TWA). 28. Permit: An authorization, license or equivalent control document issued by EPA or an authorized state to implement the regulatory requirements of Subtitle C Parts 264 and 265 for TSD's. 29. Personal Samples (for sampling lead dust): Air samples collected Wf'1PdCIfIC Inc. P:ICity of Ren[onI0379781DesignlSpea lications1100%SpeciticatbnslTechnical Specifications\130281-Lead and Heavy Metal Related Activi0es.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 5 alar Section 130281 — Lead and Heavy Metal Related Activities (Cont.) within the breathing zone of a worker, but outside the respirator. The samples are collected with a personal sampling pump, pulling one to four liters per minute of air. 30. RCRA, Resource Conservation and Recovery Act of 1976: What we commonly refer to, as RCRA is an amendment to the 4 Solid Waste Disposal Act of 1965. RCRA was amended in 1980 and most recently on November 8, 1984. 31. Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres. ' 32. Small Quantity: A generator who produces less than 100 kg of hazardous waste per month (or accumulates less than 100 kg at any one time) or one who produces less than 1 kg of acutely hazardous waste per month (or accumulates less than 1 kg of acutely hazardous waste at any one time). 33. Solid Waste: As defined in RCRA, the term "solid waste" means any garbage, refuse, sludge from a waste treatment plant, water supply treatment or air pollution control facility or discarded material, including solid, liquid, semisolid or contained gaseous material resulting from industrial, commercial, mining and agricultural operations and from community activities, but does not include solid or dissolved material in domestic sewage or solid or dissolved materials in irrigation return flows or industrial discharges that are point sources subject to permits under the Clean Water Act, or special nuclear or byproduct material as defined by the +�+ Atomic Energy Act of 1954. 34. Storage: The holding of hazardous waste for a temporary period at the end of which the hazardous waste is treated, disposed of or stored elsewhere. 35. TCLP, Toxic Characteristic Leaching Procedure (EPA Method 1311): See EP Toxicity. 36. Testing Laboratory: The term "testing laboratory" is defined as an independent laboratory engaged to perform specific inspections or tests of the work, either at project site or elsewhere; and to report and (if required) interpret results of those inspections or tests. 37. Transporter: Any persons engaged in the off-site transportation of hazardous waste within the United States by air, rail, highway or water, if such transportation requires a manifest under 40 CFR Part 262. 38. Treatment: Any method, technique or process, including neutralization, designed to change the physical, chemical or biological character or composition of any hazardous waste so as to neutralize it or render it non-hazardous or less hazardous, or to recover it, make it safer to transport, store or dispose of, or amenable for recovery, storage or volume reduction. 39. TSD: Acronym for treatment, storage and disposal in hazardous WHPacific,Inc. P.icityofRentonlo37978pesignlSpec lftcationsll00%Specl ficationslTechnicalSpecitications\130281-Lead and Heavy Metal Related Activibes.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 6 Section 130281 — Lead and Heavy Metal Related Activities (Cont.) waste facility. 40. Time Weighted Average (TWA): The average exposure to a contaminant in air during a specific time period, usually eight hours. 41. µg, Micrograms: The prefix "micro" means 1/1,000,000 of (one millionth of). A microgram is 1/1,000,000 of a gram. 1.6 RELATED DOCUMENTS + A. Contractors shall comply with the requirements of the WAC Lead in Construction Standard (WAC 296-155-176)/OSHA Lead in Construction Standard (29 CFR 1926.62) of the U.S. Occupational l•.r Safety and Health Administration (OSHA) and any other applicable federal or state laws. B. Other State/Local Requirements: Contractor shall comply with agencies which govern lead based paint work or hauling and disposal of waste materials. 1. Puget Sound Clean Air Agency 2. Health Department Landfill Disposal Requirements 3. Washington State Department of Ecology 1.7 SUBMITTALS A. General: Refer to the General Conditions for basic procedures concerning submittal handling. B. Coordinate the preparation and processing of submittals with the � . performance of the Work. C. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. D. Verify that each item and the submittal for each item conform in all respects with the specified requirements. E. Mark each submittal with a permanent label for identification. Provide the following information on the label for proper processing and recording of action taken: RENTON MUNICIPAL AIRPORT 820 Building Demolition Address of Contractor Date Type of Submittal Submittal No. (if appropriate) Statement and Signature of Abatement Subcontractor to certify coordination has been performed 1� F. All submittals shall be bound in a three-ring binder with 8 1/2-inch by .�l WHPacmc,Inc. PA City ofRenton10379781DesignlSpecdications1100%SpeciACationsl Technical Specifications\130281-Lead and Heavy Metal Related Activifies.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 7 40 Section 130281 — Lead and Heavy Metal Related Activities (Cont.) 11-inch format, capable of holding the anticipated total number of submittals. All documents submitted following the initiation of the Work and prior to completion of the Work, shall be three- hole-punched for inclusion in the three-ring binder with the appropriate number of copies. G. Identify individual submittals by name and include a table of contents in each submittal package. H. Group all pertinent information about individual employees together and alphabetize by employee's last name. I. Accompany each submittal with a letter of transmittal showing all information submitted for identification and quality control check. r J. Maintain an accurate Submittal Log for the duration of the Work, showing current status of all submittals at all times. Make the Submittal Log available to the Owner or Hazardous Materials Consultant for review upon request. K. Submit four copies of the items listed below in a three ring binder. Submit the following "Pre-Work Submittals" prior to start of work. The Work may not proceed until the complete Pre-Work Submittal package has been reviewed by the Regulated Materials Consultant rr and Owner. Allow ten working days in schedule for review. L. Submit "Job Submittals" to the Hazardous Materials Consultant following the initiation of the Work. M. Submit "Post-Job Submittals" to the Owner following completion of the Work. Requests for final payment will not be processed until the post- job submittal package has been reviewed by the Owner and Hazardous Materials Consultant. N. Unless otherwise specified, make submittals in groups, as described herein, containing all associated items to ensure that the information is available for quality control, checking each item when it is received. r O. Partial submittals may be rejected as not complying with the provisions of the Contract. The Abatement Subcontractor may be held liable for delays so occasioned. P. Submit "Pre-Job Submittals" including: 1. A description of each activity in which lead is expected to be disturbed; e.g., equipment used, material involved, engineering controls, crew size, employee job responsibilities, etc. 2. Lead Health and Safety Organization and Responsibilities 3. Exposure Monitoring for Lead 4. Engineering and administrative controls, HEPA vacuum, clean-up WHpacific,Inc. RICity of Renton103797810esignlSpecitications1100%Spe ficationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 8 r Section 130281 — Lead and Heavy Metal Related Activities (Cont.) procedures 5. Respiratory Protection Program 6. Protective work clothing and equipment 7. Hygiene facilities and practices 8. Housekeeping 9. Medical surveillance program, including worker blood-lead level " and appropriate worker notification procedures 10. Decontamination procedures 11. Employee information and training procedures 12. Product Data: Submit manufacturer's product information for each component used, including NIOSH and MSHA Certifications for each component in an assembly and/or for entire assembly. 13. Record keeping 14. Submit material safety data sheets (MSDSs) for any chemical products to be used on the site. 15. Submit training certifications for supervisors and employees. Q. Final Submittals: 1. Project Record Documents: Provide record of lead control activities including disposition of each type of lead-containing item removed from the site. 2. Air Monitoring: Submit copies of all air monitoring data (including sample data sheets), chain-of-custody documentation and calibration records related to the initial exposure assessment for workers impacting lead-containing materials. 2. Disposal: Submit completed disposal manifests and bills-of- lading for any waste recycled as lead. Disposal: Submit .�. completed disposal manifests and bills-of- lading for any waste disposed. 1.8 AIR MONITORING A. Testing Laboratory: An Independent Testing Laboratory shall be retained by the Contractor for all lead and heavy metal air analysis. All exposure aw monitoring analysis shall be performed in accordance with 29 CFR Part 1926.62 and WAC Chapter 296-155. The laboratory must participate in the ELPAT Program and be a member of AIHA. Air sample collection .. may be performed by an Industrial Hygienist or the Contractor's trained supervisor at the Contractor's option. B. Sample Documentation: Documentation shall be kept for each filter sample procured as to worker sampled, social security number, activity, work area location, date and time taken, volume of air drawn through filter, pump identification number and calibration. Documentation shall indicate in what areas tests were taken and shall clearly indicate the specified maximum allowable levels for each area tested. Report all data. Complete laboratory chain-of-custody records. WHPacific,Inc. P:I0ty ofRenton10379781DesignlSpecilications1f00%SpecificatbnslTechnicalSpecitications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 9 4W Section 130281 — Lead and Heavy Metal Related Activities (Cont.) C. Analysis Procedures: The samples shall be collected on 37 mm filters and analyzed within 24 hours using NIOSH Analytical Method No. 7105 or 7082. The containers shall be clearly labeled with project name and Sample Number and shall become property of the Owner at work completion at the Owner's request. D. Contractor's Sampling During Lead: 1. Initial exposure: the Contractor shall perform Exposure monitoring during impact of representative lead-painted building components per WAC 296- 155. 2. Most Contaminated Worker: The Contractor shall determine which worker(s) in each work area is probably experiencing the most severe exposure. This is the "Most Contaminated Worker(s)". 8-hour TWA samples shall be collected on this worker(s). Worker shall wear a personal sampling pump and the sample shall be drawn from the breathing zone of this worker. 3. Number of samples: The number of air samples collected shall be as defined in the approved Lead Compliance Program. Historical measurements per WAC 296-155 may be used to satisfy continuing exposure assessment requirements. dill E. Work Area Monitoring 1. Monitoring: The Owner reserves the right to monitor Contractor's performance via air, dust wipe and TCLP samples during lead + related activities, in addition to the Contractor's exposure monitoring and testing. Sampling by the Owner will not be available for use as the Contractor's Initial Exposure Assessment. 2. Quality Control a. Maximum allowable airborne concentrations: Contractor shall ensure that at all times airborne concentrations of lead outside lead work areas are maintained at or below the Action Levels listed in the definitions. w b. Immediately upon being notified of concentrations exceeding the specified maximum allowable levels, the Contractor shall perform the following steps in the order presented, at no additional cost to the Owner: Stop lead related activities work, identify source of high lead concentrations, develop plan with Regulated Materials Consultant and Owner to complete lead related activities in a manner to prevent visible emissions and elevated lead levels. 1.9 MEDICAL SURVEILLANCE A. Contractor shall institute medical surveillance in accordance with WAC 110 WHPacific,inc. PACity of Renton10379781DesignlSpec/icationsl f00%SpecificationslTechnica lSpecifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 10 Section 130281 — Lead and Heavy Metal Related Activities (Cont.) 296-155-176 and the Fed/OSHA standard contained in Title 29, Code of Federal Regulations, Part 1926.62, Lead. 1.10 WORKER EXPOSURE ASSESSMENT A. The employer shall notify each employee in writing of their biological monitoring results within 5 working days of receipt of such results. Employees with blood-lead levels greater than 40 pg/dl shall be notified of their right to medical removal protection when their blood-lead levels exceed the criterion defined in the Interim Lead Standard. The standard requires that biological monitoring occur at the following frequency: 1. At least every two months for the first six months and every six months thereafter. 2. At least every two months for those workers whose last blood-lead level was at or above 40 pg/dl until two consecutive blood samples indicate a blood-lead level below 40 pg/dl, and 3. At least monthly for any worker who is removed from exposure to lead due to an elevated blood-lead level. 4. An increase of 10 pg/dl from one test to another shall trigger a work site evaluation by the health and safety officer and the industrial hygienist to identify problem areas and implement appropriate control measures that effectively reduce blood-lead levels to less than 25 pg/dl. 5. If at any time during testing, a blood-lead level of 40 pg/dl or greater + is detected, the employee shall be examined by the occupational health physician. Such an employee shall have blood-lead tests at a frequency of every two weeks until two consecutive tests indicate blood-lead levels equal to or below 30 pg/dl. 6. Certified copies of all blood-lead level results shall be submitted to the Hazardous Material Consultant no later than five days after • receipt. 7. A medical exam be made available at least annually to any worker for whom a blood- lead sample was found to be at or above 40 pg/dl during the preceding 12 months. B. Air monitoring. Personal air monitoring is one means of assessing worker exposure to lead dust and fumes. In general, air monitoring is conducted in order to determine the range of lead concentrations to which workers are potentially exposed when performing different tasks and/or to measure the efficacy of controls in reducing airborne concentrations of lead. lW C. Workers must receive notification of results within five working days after completion of the assessment. When exposures are greater than the PEL, employers must provide written notice to workers as to how �. they plan to reduce exposures. WHPacitic,inc. P:ICity of Renton103797SIDesigniSpecfications1100%SpecificatlonslTechniW Specifications\130281-Lead and Heavy Metal Related Activifies.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 11 VIA Section 130281 — Lead and Heavy Metal Related Activities (Cont.) D. Collect multiple randomly collected air samples over time for each job classification. 1. For the purposes of devising effective control strategies for the r prevention of elevated blood-lead levels. 2. To characterize work tasks and areas to which workers with elevated blood-lead levels can be assigned to reduce their exposure to airborne lead particulate. 3. To assess exposures during work tasks where increases in blood-lead test results indicate a problem. 4. To assess any change in operations or procedures that may affect ..E exposure levels. 5. To determine effectiveness of engineering controls. 6. To assist in the selection of respiratory protection. E. Provide initial blood-lead monitoring for all workers who will be required to enter into the lead work area. Contractors shall ensure that all physicians conducting blood monitoring shall have all samples analyzed by an WISHA approved lab that has demonstrated proficiency in blood-lead analysis. 1.11 WORKER TRAINING A. Train all workers about the dangers inherent in handling lead paint and breathing lead dust and in proper work procedures and personal and area protective measures in accordance with WAC 296-155- 15625. B. Training shall include the following information: rrr 1. The purpose, proper selection, fitting, use, and limitations of respirators 2. The purpose and description of medical surveillance and medical removal protection including the health effects of lead 3. Engineering controls and work practices associated with the employee's job assignment including training on work practices that reduce lead exposure 4. The sources of potential lead exposure associated with specific tasks. 5. Medical surveillance 6. Work which could generate lead to airborne levels above the action level. 7. House keeping and engineering controls to keep low airborne level low. 8. Employee's right to a copy of the standard and its appendices. 9. The contents of the Compliance Program 10.Instructions that chelating agents should never be used except under the direction of a licensed physician and never as a routine method of removing lead from the body 11.The right of employees and their designated representatives to exposure and medical records in a timely manner. WHPacific,Inc. P:ICity of Rentonl0379781DesignlSpecif ications1100%SpecificationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 12 i +rr Section 130281 — Lead and Heavy Metal Related Activities (Cont.) 1.12 QUALITY ASSURANCE A. Health and Safety Officer. 1. The contractor shall designate a health and safety officer, not the project superintendent, to ensure that the compliance program is implemented on a daily basis and that all work conducted on site is in compliance with the compliance program. 2. The health and safety officer will be responsible for maintaining a log of all personnel entering work areas with potential lead exposures. The log shall include the name and social security number of the individual, the date, the time at which they enter and leave the area, the task/job being performed and exposure monitoring date, if any has been collected. 3. Develop and oversee the implementation of a respiratory protection program. 4. Review blood-lead monitoring results as necessary with the physician in order to assess the efficacy of controls. (Placement of +�• workers with elevated blood-lead levels should be based on collaboration of the industrial hygienists, health and safety officer, physician and contractor). 5. Develop and conduct a sampling strategy that includes personal air monitoring. 6. The health and safety officer must be on site at least once a week during activities which have been associated with or can reasogably be expected to create lead exposures in excess of 30 pg/m . 7. The health and safety officer will be on site more frequently at the start of the project or when site conditions or work practices change until exposure monitoring indicates that exposures are being effectively controlled. An elevation greater than 10 pg/dl in worker blood-lead levels will prompt more frequent site visits by the industrial hygienists until corrective measures have successfully reduced blood-lead levels. 8. All information collected by the Health and Safety Officer shall be submitted to the Hazardous Materials Consultant for review. 1.13 RESPIRATORY PROTECTION FOR WORK A. Require that a respirator be worn by anyone in a work area during a period that starts with any operation which could cause disturbance of lead and until lead concentration levels for 8-hour TWA are below the PEL for each activity, or until the work area is cleaned and lead ow related work is complete. B. Minimum respiratory protection use shall meet or exceed WAC 296-155- 17613. WHPacific,inc. P:ICity of Renton10379781DesignlSpecifications1100%SpecificationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 13 low Section 130281 — Lead and Heavy Metal Related Activities (Cont.) C. Do not allow the use of single-use, disposable, or quarter-face respirators for any purpose. D. A quantitative fit test must be provided every twelve (12) months for any type respirator. 1. Upon Each Wearing: Require that each time an air-purifying respirator is put on, it be checked for fit with a positive and negative pressure fit check in accordance with the manufacturer's instructions or ANSI Z88.2 (1980). E. Tasks and the presumed exposures which must be controlled for are as follows: 1. Protectio I must be based on exposures between 50 pg/m3 and • 500 pg/m a. Where lead coatings or paint is present and the following tasks are occurring: manual demolition of structures, manual scraping, manual sanding, heat gun applications, and power tool cleaning with dust collection systems. 2. Protection must be based on exposures greater than 500 pg/m3 when: a. Using lead-containing mortar b. Lead burning 3. Protection must be based on exposures greater than 2500 pg/m where lead- containing coatings or paint are present and the following tasks are being performed: a. Abrasive blasting b. Welding C. Cutting and torch burning 1.14 RESPIRATORS A. Instruct and train each worker involved in lead work in proper respiratory use and require that each worker always wear a respirator, properly fitted on the face in the work area from the start of any operation which may cause lead contamination until the work area is cleared or cleaned. B. Use negative pressure respirators (minimum) at work areas. 1.15 RESPIRATORY PROTECTION PROGRAM A. The contractor shall implement a respiratory protection program in accordance with the provision of Part E, Chapter 296-62 WAC B. The minimum respiratory protective equipment shall be selected based upon the task that a worker performs as specified in WAC 296-155- 17613 Respiratory Protection. C. Contractors must supply workers with respirators that are NIOSH and MSHA certified at no expense to the worker. WHPacific,Inc. PACity of Renton10379781DesignlSpecifications1f00%SpecificationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.dom Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 14 1� Section 130281 — Lead and Heavy Metal Related Activities (Cont.) D. Except to the extent that more stringent requirements are written directly into the Contract Documents, the following regulations and standards have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly Into the Contract Vol Documents, or as if published copies were bound herewith. Where there is a conflict in requirements set forth in these regulations and standards, meet the more stringent requirement. a. 1. CGA - Compressed Gas Association, Inc., New York, Pamphlet G- 7, "Compressed Air for Human Respiration", and Specification G- 7.1 "Commodity Specification for Air". t� 2. ANSI - American National Standard Practices for Respiratory Protection, ANSI Z88.2-1980. 3. MSA - Mine Safety and Health Administration. PART 2 - PRODUCTS 2.1 PROTECTIVE CLOTHING l� A. Provide the following: 1. Protective clothing and equipment with provisions for cleaning them, in accordance with WAC 296-155-17615. 2. Clean work clothes must be provided at least weekly to all employees whose exposure lerls are above the PEL and daily to those above 200 pg/m . 3. Replace or repair damaged protective clothing and equipment. 4. Protective clothing and equipment must be removed at the completion of a work shift only in change areas provided for that .. purpose. 5. Contaminated clothing is to be cleaned, laundered, or disposed as lead- contaminated waste. 6. Do not remove lead from protective clothing or equipment by any means that will put lead into the work area, such as brushing, shaking, blowing, or using a regular vacuum cleaner. 2.2 AIR PURIFYING RESPIRATORS A. Filter Cartridges: Provide, at a minimum, HEPA type filters labeled aw with NIOSH and MSHA Certification for "Radionuclide's, Radon Daughters, Dust, Fumes, Mists including Asbestos-Containing Dusts and Mists" and color coded in accordance with ANSI Z88.2 (1980). In d"" addition, a chemical cartridge section may be added, if required, for solvents, etc., in use. In this case, provide cartridges that have each section of the combination canister labeled with the appropriate color ro code and NIOSH/MSHA Certification. B. Non-permitted respirators: Do not use single use, disposable or quarter face respirators. WHPacific,Inc. PACdy of Renton10379780esigniSpecifications1100%SpeclficatlonsiTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 15 atr Section 130281 — Lead and Heavy Metal Related Activities (Cont.) 2.3 POWER TOOLS A. All power tools used for operations impacting lead-containing paints shall be equipped with vacuum shrouds which capture fine dust at the point and time of generation, and transport the dust to collection systems equipped with high efficiency particulate air filters (HEPA). HEPA filtered vacuums and tools: Submit manufacturer's certification that HEPA filtered equipment conforms to ANSI Z9.2. 2.4 MATERIALS AND EQUIPMENT A. Plastic Sheet: Shall be polyethylene sized in lengths and widths to minimize the frequency of joints. The minimum thickness shall be that which prevents the release of lead paint debris through tearing, separation or other reasonably foreseeable means, and in no case shall be thinner than 6 mil. B. Tape: Provide tape in 2" or 3" widths, with an adhesive which is formulated to aggressively stick to sheet polyethylene. C. Spray Cement: Provide spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet polyethylene. D. HEPA Vacuums: They shall comply with ANSI Z9.2-1979. E. Filters: Provide cascaded filter units on drain lines from water source carrying contaminated water from the work area. Provide units with disposable filter elements as indicated below. Connect so that discharged water passes primary filter and output of primary filter passes through secondary filter. 1. Primary Filter - Pass particles 20 microns and smaller 2. Secondary Filter - Pass particles 5 microns and smaller PART 3- EXECUTION 3.1 GENERAL A. Each Contractor working on lead-containing painted surfaces shall take necessary precautions to prevent or minimize the release of lead in the form of dust, fumes or mists from lead-containing building materials into the air or onto surrounding environments. Contractors shall inform all workers and supervisory personnel who will be at the job site of the potential hazards of lead and of necessary precautions and housekeeping procedures to reduce the potential for exposure in areas where lead is known or suspected to be present. B. Each Contractor working on lead-containing painted surfaces shall be fully responsible for compliance with the Washington Administrative WHPacific,Inc. P:ICity of Renton103797BIDesignlSpecifications1100%SpecificatlonslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 16 Irl. Section 130281 — Lead and Heavy Metal Related Activities (Cont.) Code (WAC) 296-155-176 and Federal Occupational Safety and Health Administration (Fed/OSHA) standard contained in Title 29, Code of Federal Regulations, Part 1926.62, Lead. 3.2 HYGIENE FACILITIES AND PRACTICES A. Hygiene Facilities. Wash down must be equipped with hot and cold water. Use wash down at completion of each shift of work and at break times through the shift. B. Shower facility is required where exposure is 50 pg/m3 or greater. C. Provide a clean area for eating, and drinking. D. Filter lead waste water to 5 microns. 3.3 HOUSE KEEPING A. Maintain surfaces as free as practical of accumulations of paint and construction debris with paint. B. Clean surfaces at end of each work shift. Use HEPA vacuum and wet cleaning methods. C. Do not use dry or wet sweep, shovel, or brush except where vacuuming or other method have been tried and do not work. D. Compressed air shall not be used to remove lead from any surface r unless the compressed air is used in conjunction with a ventilation system designed to capture the airborne dust created by the compressed air. 3.4 DISPOSAL A. The Contractor shall ensure all waste and salvage materials generated by the work associated with the demolition of Building 820 is secured on site until appropriate off-site recycling or disposal is arranged; in no case shall waste materials be stockpiled on-site for a period of more than 30 days. Stockpiling and disposal of all waste and reclaimed materials shall be in accordance with local, state and federal regulations. B. Contractors shall collect and analyze representative samples of all waste materials for the purpose of characterizing each waste stream and determining appropriate disposal. For determination of toxicity, the Contractor shall use the Toxicity Characteristic Leaching Procedure (TCLP) to determine if a lead contaminated material is hazardous in accordance with 40 CFR Part 261. The Owner may also collect independent or split samples for the purpose of confirming waste WHPacific,Inc. Picky of Rentonl0379780esignlSpedfications1100%SpecificatlonslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 17 aw r Section 130281 — Lead and Heavy Metal Related Activities (Cont.) determinations. C. Specific wastes which are considered likely to be Hazardous (subject to characterization include) include the following: 1 . Paint chips 2. Waste water 3. Dust from HEPA filters and from damp sweeping 4. Various building components 5. Plastic sheets, duct tape, or other materials used during activities impacting painted surfaces 6. Liquid waste from exterior water blasting 7. Rags, sponges, mops, HEPA filters, respirator cartridges, scrapers, and other materials used during activities impacting JIM painted surfaces 8. Disposable work clothes, respirator filters and personal protective equipment rr[ 9. Any other items contaminated with lead or lead-containing debris Additional or unanticipated wastes not identified above may be considered Hazardous or subject to special waste disposal considerations. Determination of appropriate treatment, disposal or recycling is required based on appropriate determinations of each waste stream. Documentation in the form of appropriate analytical analysis and other information shall be developed by the Contractor for each waste stream. This documentation shall be provided to the Hazardous Materials Consultant and Owner prior to actual disposal. The Owner reserves the I right to additionally collect individual representative samples and or split samples for laboratory analysis. D. Wastes which are determined to be non-hazardous or non- dangerous and not subject to special waste considerations shall be disposed of by the Contractor in a state-approved landfill. sir All non-hazardous, solid wastes shall be transported for disposal to a landfill in covered vehicles. Residential or commercial trash collection services shall not be used without approval of state or local authorities and the Owner. E. Any wastes determined to be Hazardous shall be handled, stored and disposed of in strict adherence to Hazardous Waste Regulations specified by 40 CFR 260, 261, 263, 264, 265, 268 and WAC 173-303 F. Hazardous or Dangerous waste manifests: 1. Preparation. The Contractor shall prepare the waste shipment records. Upon submitting each waste shipment record for a shipment of dangerous waste to the Hazardous Materials Consultant or authorized representative for signature, the Contractor shall make available the transport vehicle and the waste packages for inspection by the Hazardous Materials Consultant so that the Hazardous Materials Consultant can WHPacific,Inc. P:Icityof Renton103797aipesignlSpecificationsl100%Spedf icat lonsl Technical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 18 rr Section 130281 — Lead and Heavy Metal Related Activities (Cont.) check for significant discrepancies in the amount of waste (for example, number of bags or drums, or volume of waste) and its condition (for example, whether the bags or drums appear to be sealed and not leaking). 2. Completed waste manifest(s) signed by Contractors, all transporter(s), transferor(s), disposal and/or conversion facility(ies), shall be provided to the Owner or the Owners representative within 30 days of the time at which the lead- contaminated wastes are received at the disposal facility(ies), which shall be no longer than 40 days after the waste was accepted by the initial transport. No payment request application will be processed without the submittal of the above information to the Hazardous Materials Consultant. G. Contractors shall: 1. Properly transport, treat, store, and dispose lead-contaminated waste and other hazardous wastes generated in accordance with the contract and all applicable regulations. or 2. Notify the National Response Center (800-424-8802) of the release of a reportable quantity of a hazardous substance generated in accordance with the contract (40 CFR 302.4 [Table], 302.6 (a), (b)). 3. Hold the OWNER, and the Hazardous Materials Consultant harmless from any release or threat of release following its acceptance of any hazardous substance generated in accordance with the contract (CERCLA sections 101(20)(13)(i), 107(a)(4), (b), (e)). END OF SECTION 13 0281 WHPacific,Inc. P:ICity o/Renton10379781DesignlSped/ications1f00%SpeciiicationslTechnical Specifications\130281-Lead and Heavy Metal Related Activities.docx Renton Municipal Airport(RNT) 130281 November 2013 820 Building Demolition 19 irr Intentionally Left Blank aw SECTION 13 0282— PCB AND MERCURY RELATED WORK to PART 1 —GENERAL do 1.1 DESCRIPTION A. Perform all planning, administration, execution, and cleaning necessary to safely remove all PCB-containing electrical light ballast, fluorescent light tubes, PCB-containing sealant associated with concrete walls and mercury containing CMU within specified portions of the Renton Municipal Airport Building 820. 1.2 RELATED WORK A. Work performed under this specification section is governed by related specification sections, including, but not limited to, the following: 1. Division 0: Bidding Requirements, Contract Forms and Conditions of the Contract; 2. Division 1 : General Requirements: Section 01 0110, Summary of Hazardous Materials Work 3. Division 13: Section 13 0281, Lead and Heavy Metal Related activities. 1.3 WORK INCLUDED A. Removal, packaging, documentation and disposal/recycling of PCB-containing materials, including light ballasts associated with lighting fixtures and concrete wall sealant; and removal and disposal of mercury containing wastes including fluorescent light tubes and CMU block. All wastes shall be handled, stored, transported, disposed of and documented in accordance with all applicable local, state and federal regulations. B. Whole fluorescent light tubes can be packaged on-site in protective shipping containers and transported to an approved treatment, storage, and disposal (TSD) facility as Hazardous/Dangerous waste. Depending on generator status, WAC 173-303-573(5), Ecology's Universal Waste Rule for Lamps may be applicable to Building 820 demolition. In any case, Contractor shall be responsible for the proper storage, handling and disposal of PCB-containing wastes and mercury-containing wastes. Broken fluorescent tubes shall be placed immediately into approved containers for transport and disposal as appropriate. C. Removal personnel must complete hazardous waste generator and hazard communication training. D. Partial dismantling of light fixtures and separation of ballasts to permit total removal of ballast from fixture. E. Decontamination of light fixtures and wall surfaces. 1� WHPacific,Inc. PACity of Renton10379781DesignlSpeci ficationsl f00%SpecificationslTechnical Specifications\130282-PCB and Merc Related Work.docx Renton Municipal Airport(RNT) 130282 November 2013 820 Building Demolition 1 irs rrr Section 130282— PCB and Mercury Related Work (Cont.) F. The Contractor shall pay all necessary fees and permits related to the removal, handling, transportation and disposal of PCB containing and mercury containing articles and items. 1.4 QUALITY CRITERIA A. Use properly trained and experienced workers to perform the removal and handling of mercury and PCB containing article and items. 1.5 LICENSE REQUIREMENTS A. The firm performing the work of this section must be currently licensed by the applicable regulatory agency and have a current EPA authorization number yrr for the transporting and hauling of extremely hazardous wastes including mercury and PCB's. 1.6 APPLICABLE REGULATIONS A. The applicable sections, latest editions and addenda of the following government regulations, codes, industry standards and recommended practices, form a part of these specifications. 1. EPA - Environmental Protection Agency 2. DOT - Department of Transportation 3. NEC - National Electric Code 4. NEMA - National Electrical Manufacturers Association 5. WISHA - Washington State Industrial Safety and Health Act 6. WSDE - Washington State Department of Ecology 7. All other applicable Federal, State, County Codes, Standards and Regulations 8. City of Renton. B. The Contractor is cautioned that he is responsible for ascertaining the extent to which these regulations effect the operations and to comply therewith. PART 2— PRODUCTS 2.1 PERSONAL PROTECTIVE EQUIPMENT w A. Provide Personal Protective Equipment, at a minimum as follows: 1. Half-face respirator with an organic vapor cartridge for use during the performance of the Work. 2. Gloves: neoprene rubber gloves for workers. Dispose of gloves upon completion of the Work. 3. Protective Eyewear: face shields, vented goggles and other protective eyewear, as necessary for the performance of the Work. 2.2 MATERIALS WHPacific,Inc. RICity of Renton10379781DesignlSpecifications1100%SpecificationslTechnical Specifications\130282-PCB and Merc Related Work.dou Renton Municipal Airport(RNT) 130282 November 2013 820 Building Demolition 2 NII Section 130282— PCB and Mercury Related Work (Cont.) A. Containers utilized for disposal purposes must be suitable for the specific materials contained. All cases used to store waste materials must be both airtight and watertight. B. Absorbent Material such as kitty litter, sawdust, or other inert, absorbent material shall be placed in the base of any container used to store PCB-containing light ballasts. C. Solvent should be used as necessary to clean up PCB-containing WL liquids (if observed during collection of ballasts). PART 3— EXECUTION 3.1 REMOVAL AND PACKAGING OF ITEMS A. Perform removal of mercury containing light fluorescent tubes and CMU .► mortar, PCB-containing light fixture ballasts and exterior sealant in conjunction with other Work or as designated in Section 01 0110. All ballasts that do not clearly state "No PCB's" or are dated prior to 1979, even if "No PCB's" label is attached, shall be treated as a PCB containing light ballast to be removed and disposed of per these specifications and all applicable regulations. B. Contractor shall ensure that all electrical devices are disabled and de- energized prior to removing light fixtures, ballasts and oils. A qualified and trained electrician is required to verify that all electrical systems are de- .. energized prior to initiating Work. C. Remove fluorescent light tubes and PCB-containing light fixture ballasts from light fixtures. Remove PCB containing exterior wall sealant and CMU mortar from walls. Exercise caution to avoid personal contamination. Smoking is prohibited during all clean up and removal operations. All site work shall be conducted in accordance with a site specific Health and Safety Plan. This plan must be provided to Hazardous Materials Consultant prior to initiation of site work and copies must be maintained on site and available upon request for all workers, subconsultants and regulatory officials. D. Handle and package each individual waste stream appropriately for disposal. Segregate any leaking PCB-containing light fixtures from intact (non-leaking) fixtures. E. Cleanup PCB leaks with the use of a solvent- soaked rag. Dispose of contaminated cleaning materials with leaking PCB-containing light fixture ballasts. F. Record the number of fluorescent light tubes and PCB-containing light fixture ballasts collected and provide documentation to the Owner and the Hazardous Materials Consultant. r WHPacific,Inc. PXityof Renton10379781DesignlSpec lfications1100%SpecilicationslTechnical Specifications\130282-PCB and Merc Related Work.doa Renton Municipal Aitport(RNT) 130282 November 2013 820 Building Demolition 3 Section 130282— PCB and Mercury Related Work (Cont.) wt G. Place CMU mortar in appropriate container for disposal. Perform appropriate testing for waste determination of CMU mortar in accordance with Section 13 0281 and perform the same disposal requirements as listed in Section 13 0281. H. Place PCB-containing exterior wall sealant in appropriate container for disposal. Clean wall to remove any residue. 3.2 HANDLING AND TRANSPORTATION TO OFF-SITE DISPOSAL FACILITIES A. Handling: Prior to submitting the hazardous waste manifest for a shipment of waste to the Owner for signature, the Contractor shall make available the transport vehicle and the waste for inspection by the Owner so that the Owner can check the amount of waste (for example, number of bags or drums, or volume of waste) and its condition (for example, whether the bags or drums appear to be sealed and not leaking). B. Transportation to Disposal Facility: 1. All PCB-containing wastes and mercury-containing wastes shall be .rr transported to appropriate off-site disposal facilities. 2. Labelling, transport and documentation of all wastes shall be in accordance with applicable local, state and federal regulations. 3.3 UNLOADING AND RECORD KEEPING A. Unloading and Placement in Storage: 1. Immediately following unloading of the transport vehicle, the cargo area shall be inspected to check for any PCB fluid leaks or other indications of release from transported containers. If any fluid leaks are found, the source of the leaking drum or item shall be identified and sealed. 2. The contaminated cargo area shall be thoroughly cleaned with sorbents, solvents and liquid cleaner. Cleaning solvents and solids shall be placed in proper drums. B. Upon completion of all PCB —contaminated and mercury-contaminated work, the Contractor shall provide a complete record of wastes and salvage materials generated as a result of this work. No payment request application will not be processed without the submittal of this waste record information to the Hazardous Materials Consultant. The record shall include the following data: 1. Name of the firm performing the work outlined in this section and technician in charge. 2. Ballasts and sealant removed: a. Manufacturer and serial number b. Date removed from service and location rr% c. Date placed in disposal site d. Weight in pounds 3. Drums (and article containers where applicable): WHPacific,Inc. RIClty of Renton10379781DesignlSpeclfications1100%Specificationsl Technical Specifications\130282-PCB and Merc Related Work.docx Renton Municipal Airport(RNT) 130282 November 2013 820 Building Demolition 4 r Section 130282— PCB and Mercury Related Work (Cont.) a. Drum size (30 or 55 gallons) b. Identification of contents, i.e., ballasts, exterior wall sealant, cleaning solvents, etc.; for solids, rags, sorbents, etc. c. Weight in kilograms of contents of each drum (or container) d. Waste determination including copy of representative laboratory analysis if applicable e. Date items were destroyed and location and company. 4. The contract work will not be considered complete until receipt of listed record data by Will, the Owner. 5. Completed Hazardous waste manifest(s) signed by the Contractor, additional transporter(s), transferor(s) and/or treater(s), and by the disposal facility(ies) shall be provided to the Owner within ten (10) days of the time at which the hazardous materials are received at the disposal facility. 6. Completed certificate(s) of destruction or disposal signed by the Contractor, the disposal facility(ies), additional transporter(s), transferor(s) and/or treater(s), and the destruction facility(ies) shall be provided to the Owner within ten (10) days of the time at which the hazardous materials are destroyed or disposed of. For any state requiring registration of hazardous waste hauling vehicles and/or hazardous waste hauling drivers, the Contractor shall provide proof that all such vehicles and/or hazardous waste hauling drivers used in the Contract are currently registered. END OF SECTION 13 0282 r`. �I. WHPacific,Inc. PACity of Renton10379781Des lgnlSpecilications1100%SpeciticationslTechnical Specifications\130282-PCB and Mere Related Work.docx Renton Municipal Airport(RNT) 130282 November 2013 820 Building Demolition 5 rr yrfi VO Intentionally Left Blank M rfr SECTION 312000— EARTH MOVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Preparing subgrades for pavements. 2. Excavating and backfilling for buildings and structures. +• 3. Subbase course for concrete pavements. 4. Subbase course and base course for asphalt paving. 5. Excavating and backfilling for utility trenches. 1.3 DEFINITIONS A. Backfill: Soil material used to fill an excavation. B. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. C. Final Backfill: Backfill placed over initial backfill to fill a trench. D. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving. AP E. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. F. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. G. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water. H. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized WHPacific,Inc. PA CdyofRenton10379781DesignISpecirr cations1100%Specificationsl Technical Specificatons\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 1 rr Section 312000— Earth Moving (Cont.) additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. '" I. Fill: Soil materials used to raise existing grades. J. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. K. Subbase Course: Aggregate layer placed between the subgrade and base course for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. L. Subgrade: Uppermost surface of an excavation or the top surface of a fill or + backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. M. Utilities: On-site underground pipes, conduits, ducts, cables, and meters, as well as underground services within buildings. 1.4 QUALITY ASSURANCE A. Pre-excavation Conference: Conduct conference at Project site. 1.5 PROJECT CONDITIONS A. Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth moving operations. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: Crushed Surfacing Base Course per Section 9-03.9(3) of the WSDOT Standard Specifications or as approved by the Architect or Engineer. 4 C. Unsatisfactory Soils: Those not listed as satisfactory soils above. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. WHPacific,Inc. PX ityof Renton10379781DesignISpeci tications1100%SpecficationsITechnicatSpecificabons�312000•Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 2 ar Section 312000— Earth Moving (Cont.) D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. E. Base Course: WSDOT Crushed Surfacing Base Course per WSDOT Standard Specification 903.9(3). F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. �i. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch (25mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve. H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed " or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch (37.5-mm) sieve and 0 to 5 percent passing a No. 8 (2.36-mm) sieve. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility; colored to comply with local practice or requirements of authorities having jurisdiction. B. Detectable Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored to comply with local practice or requirements of authorities having jurisdiction. air PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. ..r WHPacific,Inc. PXity of Renton10379781DesignISpecl fications1100%Sped/icationsITechnicaiSpecifications\312000-Earth Moving.dou Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 3 air Section 312000— Earth Moving (Cont.) B. Protect and maintain erosion and sedimentation controls during earth moving operations. C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 EXCAVATION, GENERAL irr A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.3 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. B. Excavations at Edges of Tree- and Plant-Protection Zones: Excavate by hand to indicated lines, cross sections, elevations, and subgrades. Use narrowtine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. irr 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.5 EXCAVATION FOR UTILITIES A. Excavate trenches to indicated gradients, lines, depths, and elevations. Utilities to be removed may be directly adjacent to utilities to remain in place. Care shall be taken to preserve the utilities to remain in place. ' WHPacific,Inc. PACity of Renton10379 780esignlSpecificationsllo0%SpecificationslTechnical Specifications\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 4 rr Section 312000— Earth Moving (Cont.) B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 go inches (300 mm) higher than top of pipe or conduit unless otherwise indicated. 1. Clearance: 12 inches each side of pipe or conduit. No C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. to Remove projecting stones and sharp objects along trench subgrade. 1. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock 400 or other unyielding bearing material, 4 inches (100 mm) deeper elsewhere, to allow for bedding course. 1W B. Trenches in Tree- and Plant-Protection Zones: 1. Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, 4W tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. 3. Cut and protect roots according to requirements in Division 01 Section "Temporary Tree and Plant Protection." 3.6 SUBGRADE INSPECTION A. Proof-roll subgrade below the removed building slabs with a pneumatic-tired dump truck to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, 9� accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Architect. o 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Architect. 3.8 STORAGE OF SOIL MATERIALS WHPacific,Inc. P;ICity of Renton10379781DesignlSpecifications1100%SpecAicationsITechnical Specifications\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 5 No �1 Section 312000— Earth Moving (Cont.) A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 03 Section "Cast-in-Place Concrete" r D. Trenches under Roadways: Provide 4-inch thick, concrete-base slab support for piping or conduit less than 30 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches of concrete before backfilling or placing roadway subbase course. Concrete is specified in Division 03 Section "Cast-in-Place Concrete". E. Place and compact initial backfill of subbase material, free of particles larger than if11� 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. A. Place and compact final backfill of satisfactory soil to final subgrade elevation. G. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. 3.10 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. WHPacific,Inc. P:ICity of Penton103797aDesignlspeci ticationsI100%Specificationsl Technical Specificabons\312000-Earth Moving.dom Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 6 so Section 312000— Earth Moving (Cont.) 1rr 5. Under footings and foundations, use engineered fill. 3.11 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. rr 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF SOIL BACKFILLS AND FILLS w. A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 92 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. �.. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch. rrr WHPacific,Inc. Picky of Renton103797810esignlSpecificationsI100%SpecificationslTechnircal Specificafions\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 7 Or t Section 312000— Earth Moving (Cont.) 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. 4. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot (3-m) straightedge. wr 3.14 BASE COURSES UNDER PAVEMENTS AND REMOVED BUILDING SLABS A. Place base course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place base course under pavements and removed building slabs as follows: 1. Shape base course to required crown elevations and cross-slope grades. Grade to drain away from removed building and into existing drainage structures. 2. Place base course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 3. Compact base course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.16 FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified geotechnical engineering testing agency to perform tests and inspections. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. C. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and r replace soil materials to depth required; recompact and retest until specified compaction is obtained. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. WHPacitic,Inc. PACity of Renton103797810esignlSpeci ficationsI10091.Specificationsl Technical Specificatlons\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 8 �rtr Section 312000— Earth Moving (Cont.) C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. 3.19 UTILITY REMOVAL A. Remove utility as described herein or as shown on the plans. All areas affected by utility removal shall be restored to original state or as directed by the Architect or Engineer. 1. Disconnect and abandon existing power service and remove all associated cable, panels, and support equipment for power service to 820 building. Location shall be verified in the field. Contractor shall coordinate with John Campion (PSE) at 206-604-5836, a minimum of 10 working days prior to work. PSE will remove meter and disconnect service. Contractor shall remove all above ground conduit and cap all remaining below ground conduit at surface grade. 2. Disconnect and abandon existing gas service. Location shall be verified in the field. Contractor shall coordinate with John Campion (PSE) at 206- 604-5836, a minimum of 10 working days prior to work. PSE will remove meter. Contractor shall remove all above ground pipes and support equipment for gas service to 820 building, and cap all remaining below ground conduit at surface grade. 3. Disconnect and abandon existing phone service. Location shall be verified in the field. Contractor shall coordinate with the Century Link (C- Link) business office at 800-244-1111, a minimum of 20 working days �r prior to work. Contractor shall remove all remaining support equipment including above ground conduit, cable, and panels after C-Link has completed work. �. 4. Disconnect and abandon existing water service. Location shall be verified in the field. Contractor shall coordinate with George Stahl (City of Renton Water Dept) at 425-430-7400, a minimum of 20 working days prior to work. Contractor shall remove all above ground pipes and support equipment for water service to 820 building, and cap all remaining below ground service pipes. Contractor shall flush and test water system after WHPacitic,Inc. PA CityofRenton10379781DesignlSpecif ications1f00%Specificationsl Technical Specifications\312000-Earth Moving.doa Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 9 ern Section 312000— Earth Moving (Cont.) water service abandonment. Contractor shall coordinate this work with water dept. 5. Disconnect, remove, and cap sewer service at sewer main per sewer district requirements. Location shall be verified in the field. Contractor shall coordinate with Skyway Water & Sewer at 206-772-7343 a minimum of 10 working days prior to work. A Site Sewer Permit shall be obtained from Skyway Water & Sewer prior to work. This permit can be purchased END OF SECTION 31 2000 WHPacific,Inc. RICity of Renton103797SIDesignlSpeci ficationsI100%SpeciiicationslTechnical Specificafions\312000-Earth Moving.docx Renton Municipal Airport(RNT) 312000 November 2013 820 Building Demolition 10 ■r +rri SECTION 312500—SEDIMENT & EROSION CONTROL MEASURES ir. PART 1 - GENERAL •� 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. The work under this section consists of furnishing all necessary labor, equipment, materials, and performing all operations in connection with construction sediment and control measures. B. General: 1. All erosion and sediment control measures are to be placed prior to any disturbance caused by grading and or excavation and shall conform to the requirements of the appropriate regulatory agency for the State of Washington. 2. The Contractor shall be solely responsible for ensuring that erosion and sediment control measures are implemented and maintained at the site. 3. Soil disturbing activities include but are not limited to: Clearing and w grubbing, excavation for utilities and foundations, roadway and parking lot construction, construction or modification of site drainage, grading, and preparation for final seeding. + 1.03 RELATED SECTIONS A. 31 2000 — Earth Moving. 1.04 QUALITY ASSURANCE +�• A. Codes and Standards: 1. Comply with all pertinent local, State and Federal Codes and regulations. 1.05 STANDARD SPECIFICATIONS A. All Work shall conform to the 2008 Standard Specifications for Road, Bridge, and Municipal Construction (COSSS), and the 2008 Standard Plans for Municipal Construction (COSSP), unless otherwise indicated herein. WHPacific,Inc. P:ICity of Renton10379781Desgnl$pealficationsl 100%SpecificadonslTechnical Specifications\312500-Sediment&Erosion Control.docx Renton Municipal Airport(RNT) 312500 November 2013 820 Building Demolition 1 +i�lr Section 312500—Sediment & Erosion Control Measures (Cont.) B. The Contractor shall have one copy of the Standard Plans and Specifications at the job site. C. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. PART 2 - PRODUCTS 2.01 MATERIALS A. Synthetic Filter Fabric for inlet protection. w► 1. Pervious sheet of polypropylene, nylon, or polyethylene fabric conforming to the following physical and hydraulic characteristics: Physical Properties (Mina Requirement Test Method Grab Tensile, lbs. W120/F100 ASTM-13-4632 Grab Elongation, % 15 ASTM-D-4632 Mullen Burst, psi 275 ASTM-D-3786 Puncture, lbs. 65 ASTM-D-4833 Trapezoidal Tear, lbs. 50 ASTM-D-4533 UV Resistance, % 80 ASTM-D-4355 AOS, US Sieve # 30/40 ASTM-D-4751 Permittivity gal/min-sq. ft. 90 ASTM-D-4491 2. Filter fabric should contain ultraviolet ray inhibitors and stabilizers to provide a minimum of 6 months of expected usable construction life at a temperature range of 0 to 120 F. B. Sand Bags. 1. Sand, free from weeds, viable weed seeds, foreign matter detrimental to plant life, and dry. PART 3 - EXECUTION i11 3.01 CONSTRUCTION WHPacific,Inc. P:ICq of Renton1 0 3 79 7810es4nlSpecifirations1100%SpecificatlonslTechnicalSpecifications\312500•Sediment&Erosion Control.dou Renton Municipal Airport(RNT) 312500 November 2013 820 Building Demolition 2 9 go Section 312500—Sediment & Erosion Control Measures (Cont.) to A. Install sand bags at local drainage ways to prevent silt intrusion upon adjacent drainage courses. Remove straw bales following establishment of vegetation to cover and utilize as mulch at swales or on steep slopes. B. Prior to construction, install sand bags along the downhill construction limits in accordance with the erosion control standard detail to prevent silt intrusion upon adjacent land. C. Install sediment and erosion control measures on the down slope toe of all top soil stock piles. D. Maintain and remove all erosion controls as specified. 111 3.02 DUST CONTROL A. In areas subject to surface and air movement of dust, where on-site or off-site damage is likely to occur, one or more of the following preventive measures shall be taken for dust control: 1. Minimize the period of soil exposure through the use of temporary ground cover and other temporary stabilization practices. 2. Sprinkle the site with water until surface is wet. Repeat as needed. 3.03 SILT FENCE A. Silt Fences Are Appropriate For The Following General Locations: 1. Immediately upstream of the point(s) of runoff discharge from a site before INS flow becomes concentrated. Below disturbed areas where runoff may occur in the form of overland flow. do 2. Along the down slope toe of all top soil stock piles. B. Materials. 1. Utilize standard strength synthetic filter fabric for sediment barriers. The filter fabric shall be purchased in a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are necessary,filter cloth shall be spliced together only at a support post, with a minimum 6 inch overlap, and securely sealed. +.� 2. The standard strength filter fabric shall be stapled or wired to the fence and 6 inches of the fabric shall be extended into the ground. Filter fabric shall not be stapled to existing trees. rr 3. Support posts shall be spaced at a maximum 6 feet and driven securely into the ground a minimum of 24 inches. WHPacific,Inc. PACity of Renton10379781DesignlSpecificationst 100%SpeciticadonslTechnical Specifications\312500-Sediment&Erosion Control.docx Renton Municipal Airport(RNT) 312500 November 2013 820 Building Demolition 3 wlw + Section 312500— Sediment & Erosion Control Measures (Cont.) 4. The height of a silt fence shall not exceed 36 inches. Higher fences may impound volumes of water sufficient to cause failure of the structure. C. Maintenance: 1. Silt fences and filter barriers shall be inspected immediately after each rainfall and at least daily during prolonged rainfall. 2. Silt fences shall be inspected for depth of sediment, tears, and to see if the fabric is securely attached to the fence posts, and to see that the fence posts are firmly in the ground. Any deficiencies shall be repaired immediately. 3. Should the fabric on a silt fence of filter barrier decompose or become ineffective prior to the end of the expected usable life and the barrier still be necessary, the fabric shall be replaced promptly. 4. Sediment deposits should be removed after each storm event and/or when deposits reach approximately 1/3 the height of the barrier or when the sediments limit or prevent the flow of water through the fabric hydraulic. 5. Any sediment deposits remaining in place after the silt fence or filter barrier is no longer required shall be dressed to conform to the existing grade, prepared, and seeded. 3.04 SAND BAG EROSION CONTROL DIVERSION A. Sand bag erosion control barriers are appropriate for the following general locations: 1. Sheet flow applications: Sand bags shall be placed in a single row, lengthwise on the contour with ends of adjacent bales tightly abutting one another. 2. Channel flow applications: Sand bags shall be placed in a single row, lengthwise and oriented perpendicular to the direction of flow with ends of adjacent bales tightly abutting one another. The barrier shall be extended to such a length that the bottoms of the end bales are higher in elevation than the top of the lowest middle bale to assure that sediment laden runoff will flow either through or over the barrier but not around it. 3.02 STORM DRAIN INLET PROTECTION A. Install Storm Drain Inlet Protection as shown on Standard Plan 1-40.20-00. B. Maintain Storm Drain Inlet Protection in accordance with Standard Specification 8-01.3(15). 3.03 MAINTENANCE. WHPacific,Inc. RICity of Renton10379781DesignlSpedficationsI10091 SpecificationslTechnicalSpecifications\312500-Sediment&Erosion Control.docx Renton Municipal Airport(RNT) 312500 November 2013 820 Building Demolition 4 �w. Section 312500—Sediment & Erosion Control Measures (Cont.) .r A. Inspection shall be frequent and repair or replacement shall be made promptly as needed. B. Sand bag carriers shall be removed when they have served their usefulness, but not before the upslope areas have been permanently stabilized. END OF SECTION 312500 .r. +itw VW WHPacific,Inc. P.ICity of Renton10379781DesonlSpeci fications1f00%SpecificationslTechnical Specifications\312500-Sediment&Erosion Control.docx Renton Municipal Airport(RNT) 312500 November 2013 820 Building Demolition 5 +rr aw to lot Intentionally Left Blank rr wr �r APPENDIX A AC 150/5370-2F: OPERA TIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION vw Im as go No ift to a ow I ow ow Intentionally Left Blank .r +r U.S. Department Advisory of Transportation Federal Aviation Circular Administration Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS-100 to 1. Purpose.This AC sets forth guidelines for operational safety on airports during construction. w 2. What this AC Cancels.This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction,dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations(CFR)Part 139,Certification of Airports(Part 139). For those certificated airports, this AC provides one way,but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program r. (AIP)or the Passenger Facility Charge(PFC)Program. See Grant Assurance No. 34,"Policies, Standards,and Specifications,"and PFC Assurance No. 9, "Standard and Specifications." While we do not require non-certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. wr 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is +w open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC.Numerous ACs are referenced in the text of this AC. These references do not include a revision letter,as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction,design,and potential safety hazards during construction, as well as instructions for obtaining these documents. w I Michael J. onnell Director of Airport Safety and Standards r rw w w AC 150/5370-2F September 29,2011 wrr nr Intentionally Left Blank H rl Ill at September 29,2011 AC 150/5370-2F ww Table of Contents go Chapter 1. Planning an Airfield Construction Project I 101. Overview. 1 102. Plan for Safety. 1 103. Develop a Construction Safety and Phasing Plan(CSPP). 2 ow 104. Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans 7 201. Overview. 7 202. Assume Responsibility. 7 go 203. Submit the CSPP. 7 204. Meet CSPP Requirements. 7 205. Coordination. 11 wr 206. Phasing. 11 207. Areas and Operations Affected by Construction Activity. 12 208. Navigation Aid(NAVAID)Protection. 13 209. Contractor Access. 13 aw 210. Wildlife Management. 15 211. Foreign Object Debris(FOD)Management. 16 212. Hazardous Materials(HAZMAT)Management. 16 213. Notification of Construction Activities. 16 to 214. Inspection Requirements. 17 215. Underground Utilities. 17 216. Penalties. 17 rw 217. Special Conditions. 17 218. Runway and Taxiway Visual Aids. 18 219. Marking and Signs for Access Routes. 24 220. Hazard Marking,Lighting and Signing. 24 ww 221. Protection of Runway and Taxiway Safety Areas. 26 222. Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP 31 301. General Requirements. 31 am 302. Applicability of Subjects. 31 303. Graphical Representations. 31 304. Reference Documents. 31 rw 305. Restrictions. 31 306. Coordination. 31 307. Phasing. 32 308. Areas and Operations Affected By Construction. 32 nw 309. Navigation Aid(NAVAID)Protection. 33 310. Contractor Access. 33 311. Wildlife Management. 34 312. Foreign Object Debris(FOD)Management. 34 so 313. Hazardous Materials(HAZMAT)Management. 34 314. Notification of Construction Activities. 35 315. Inspection Requirements. 35 ON 316. Underground Utilities. 35 317. Penalties. 35 318. Special Conditions. 35 319. Runway and Taxiway Visual Aids. 35 Im 320. Marking and Signs for Access Routes. 36 321. Hazard Marking and Lighting. 36 322. Protection of Runway and Taxiway Safety Areas. 36 323. Other Limitations on Construction. 36 is Appendix 1. Related Reading Material 37 +w+ aw AC 150/5370-217 September 29,2011 Appendix 2. Definition of Terms 39 Appendix 3. Safety and Phasing Plan Checklist 43 Appendix 4. Construction Project Daily Safety Inspection Checklist 51 List of Tables rrr Table 3-1 Sample Operations Effects .........................................................................................................32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway............................................................................19 Figure2-2 Taxiway Closure.......................................................................................................................20 Figure2-3 Lighted X in Daytime................................................................................................................22 Figure2-4 Lighted X at Night.....................................................................................................................22 Figure 2-5 Interlocking Barricades.............................................................................................................25 Figure 2-6 Low Profile Barricades.............................................................. ...25 �r[ rr nr to e. iv r September 29, 2011 AC 150/5370-2F to Chapter 1. Planning an Airfield Construction Project r 101. Overview.Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However,careful planning, scheduling,and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations,some of the concepts,methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. rrr 102. Plan for Safety. Safety,maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised,the airport operator must strike a balance between err maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses,the necessary construction locations,activities, and associated costs will be identified. As they are identified,their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan(CSPP). The development of the CSPP takes place through r. the following five steps: a. Identify Affected Areas.The airport operator must determine the geographic areas on the airport r. affected by the construction project. Some, such as a runway extension,will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations:the Aircraft Reference Code(ACRC)for each runway; Airplane Design Group(ADG) and Taxiway Design Group (TDG)' for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; air airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations.To the extent practical, current airport r operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting(ARFF)personnel, and FAA Air Traffic Organization(ATO)personnel,the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned,through project phasing if necessary,to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance,then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, wr 1 Taxiway Design Group will be introduced in AC 150/5300-13A. war 1 Chapter 1 Planning an Airfield Construction Project ow AC 150/5370-2F September 29,2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified,the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs,but also loss of revenue from impacted operations.Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports,this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management(SRM)documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.1 1, FAA Airports (ARP) Safety Management System(SMS), for more information. If the FAA requires SRM documentation,the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development"phase of any project requiring a CSPP. i0 (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan(CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. ► a. List Requirements. A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement Program(AIP)or the Passenger Facility Charge(PFC)program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation,or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment,haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope,or impact line-of-sight. Such facilities may include passenger terminals and parking or other structures. However,extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures(see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document.The Safety Plan Compliance Document(SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details(for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights)during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of the CSPP,similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 2 crib rrr September 29, 2011 AC 150/5370-2F as c. Assume Responsibility for the CSPP.The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help to develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. rr 104. Who Is Responsible for Safety During Construction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction:the airport operator,the airport's consultants,the construction contractor and subcontractors, airport users,airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between r all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project.The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately r" remedy any deficiencies, whether caused by negligence, oversight,or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport,including construction. This includes the predesign,design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: irr (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3,Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. w For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require,review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate,tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9,Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. (Note"FAA"refers to the Airports Regional or District Office,the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations,flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or,if necessary,daily safety meetings with all affected parties to coordinate activities. (6) Notify users,ARFF personnel,and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen(NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by aw the CSPP and SPCD. to 3 Chapter 1 Planning an Airfield Construction Project aw AC 150/5370-2F September 29,2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants,the airport traffic control tower(ATCT),and construction contractors. (10) At certificated airports,ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security,ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD(for example, implementation of low-visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration(Form 7460-1)for conducting an aeronautical study of potential obstructions such as tall equipment(cranes, concrete pumps, other.), stock piles,and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case,a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal Oil, government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities.The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document(SPCD)to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re- coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project 4 September 29,2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging,barricading,erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees,employees of subcontractors or suppliers,or other persons enter any part of the air operations area(AOA)from the construction site unless authorized. ww (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment(cranes, concrete pumps, other equipment), stock piles,and haul routes when different from cases previously filed Y by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring No construction must: (1) Develop,or have a consultant develop,a project specific CSPP and submit it to the o airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor,develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees,employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing,or providing escorts,as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the ar purpose of conducting an aeronautical study of contractor equipment such as tall equipment(cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. �r err +� 5 Chapter 1 Planning an Airfield Construction Project AC 150/5370-21' September 29,2011 da Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project 6 September 29,2011 AC 150/5370-2F Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations 201. Overview.Aviation safety is the primary consideration at airports,especially during construction. The airport operator's Construction Safety and Phasing Plan(CSPP)and the contractor's Safety Plan Compliance Document(SPCD)are the primary tools to ensure safety compliance when coordinating construction activities with airport operations.These documents identify all aspects of the construction "r project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during .�. construction. All aviation safety provisions included within the project drawings,contract specifications, and other related documents must also be reflected in the CSPP and SPCD. rr 202. Assume Responsibility.Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals rr are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation/ Airport Airspace Analysis (OE/AAA)process. a. Submit an Outline/Draft.By the time approximately 25%to 30%of the project design is ON completed,the principal elements of the CSPP should be established.Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date,to the FAA for review at this stage of the project design. ow b. Submit a Construction Safety and Phasing Plan(CSPP).The CSPP should be formally submitted for FAA approval when the project design is 80%to 90%complete. Since provisions in the err CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document(SPCD). The contractor should submit the SPCD +� to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions.All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible,the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3,Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. ,r. (1) Coordination. +� 7 Chapter 2 Construction Safety and Phasing Plans rr AC 150/5370-21' September 29,2011 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids(NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) Wildlife management. i (a) Trash. (b) Standing water. Sit (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. (7) Foreign Object Debris(FOD) management. (8) Hazardous materials(HAZIVIAT) management ' (9) Notification of construction activities. (a) Maintenance of a list of responsible representatives/points of contact. (b) Notices to Airmen(NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. (10) Inspection requirements. (a) Daily(or more frequent)inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 +rat 4M September 29, 2011 AC 150/5370-2F as (a) General. (b) Markings. do (c) Lighting and visual NAVAIDs. (d) Signs. o► (15) Marking and signs for access routes. (16) Hazard marking and lighting. to (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas,obstacle free zones, and approach/departure surfaces (a) Runway Safety Area(RSA). (b) Runway Object Free Area(ROFA). (c) Taxiway Safety Area(TSA). aw (d) Taxiway Object Free Area(TOFA). (e) Obstacle Free Zone(OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document(SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition,the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor,the title of the project CSPP,the approval date of the CSPP,and a reference to any supplemental information(that is, "I ,Name of Contractor,have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject,the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including"night only"construction. ,rr (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans r AC 150/5370-2F September 29,2011 aid (iii) Modified runway "Aircraft Reference Code"usage. (3) Areas and operations affected by the construction activity.These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence(gate guards, daily log of construction personnel,and other). (b) Listing of individuals requiring driver training(for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii)Whom to contact if the ATCT cannot reach the contractor's designated person by radio. �I (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris(FOD)management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material(HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. irk (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily(or more frequent)inspections and specials inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs,and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 46 at September 29, 2011 AC 150/5370-217 (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings(paint, fabric, other). �. (c) Types of temporary Visual Guidance Slope Indicators(VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. ow (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones,and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: `•` (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. rir Section 2. Plan Requirements 205. Coordination. Airport operators,or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction(see AC 150/5300-9). In addition,the following should be coordinated as required: �r. a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. �r b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs,or changes to final grades in critical areas,may require an FAA flight inspection prior to restarting the facility. Flight inspections must rr be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b)for r required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing.Once it has been determined what types and levels of airport operations will be maintained,the most efficient sequence of construction may not be feasible. In such a case,the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: + ► • Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans V AC 150/5370-2F September 29,2011 • Duration of closures • Taxi routes • ARFF access routes Id • Construction staging areas • Construction access and haul routes r • Impacts to NAVAIDs • Lighting and marking changes • Available runway length1 • Declared distances(if applicable) • Required hazard marking and lighting • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings)should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA Air Traffic Organization(ATO)will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.)Of particular concern are: (1) Closing,or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing,or taking off in either direction on that pavement is prohibited. A displaced threshold,by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take-off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities,including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas,storage areas,and access routes near runways,taxiways, aprons, or helipads. b. Mitigation of Effects.Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 id September 29,2011 AC 150/5370-2F rn (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 208. Navigation Aid(NAVAID)Protection. Before commencing construction activity, parking vehicles,or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3)below.)Construction activities,materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected,the CSPP and SPCD must show an understanding of the"critical area"associated with each NAVAID and describe how it will be protected. Where applicable,the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material,as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and rr activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed(see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction ' vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1)below.) 209. Contractor Access.The CSPP must detail the areas to which the contractor must have access, rr and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage r are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area(OFA)of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.)This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign rw object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations.The CSPP should include specific vehicle and pedestrian 10 requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons,vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations,the CSPP should include the 'w following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety r� area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night,the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by 13 Chapter 2 Construction Safety and Phasing Plans ,w AC 150/5370-2F September 29,2011 construction personnel (for example, overnight,on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace(Part 77),and on NAVAIDs and Instrument Approach Procedures(IAP). See paragraph 213.e(l)below for further information. (3) Access and haul roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20,Ground Vehicle Operations on Airports,for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position(either in the air or on the ground)when given clearance to cross a runway,taxiway, or any other area open to airport operations. In addition,it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways,construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii)Common Traffic Advisory Frequency(CTAF),which may include UNICOM, MULTICOM. (iv)Automatic Terminal Information Service(ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and"shortened"runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT,escort, flagman, signal light,or other means appropriate for the particular airport. Chapter 2 Construction Safety and Phasing Plans 14 W! on im September 29,2011 AC 150/5370-217 (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor,which may include the CTAF for monitoring of aircraft operations. Frequencies r� may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT,the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. Even though radio communication is maintained,escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard"Ground Vehicle Guide to Airport Signs and Markings."This safety placard ++ may be downloaded through the Runway Safety Program Web site at http://www.faa. og v/airports/ runway safety/publications/(See"Signs& Markings Vehicle Dashboard Sticker".)or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport,including: (a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit"piggybacking"behind �•• another person or vehicle. The Department of Transportation(DOT)document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction,provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International,or American Association of Airport Executives. (b) Badging requirements. (c) Airports subject to 49 CFR Part 1542, Airport Security,must meet standards for "" access control,movement of ground vehicles, and identification of construction contractor and tenant personnel. rr 210. Wildlife Management.The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33,Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. L c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover)that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service(County Agent or equivalent)for assistance and recommendations. These agencies can "■ also provide liming and fertilizer recommendations. r 15 Chapter 2 Construction Safety and Phasing Plans w AC 150/5370-2F September 29,2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a)above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project,the CSPP should specify under what circumstances(location,wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris(FOD)Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers,and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing(other than security fencing)may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris(FOD)Management. 212. Hazardous Materials(HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities.The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below,as applicable. a. List of Responsible Representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, tiil maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility(control tower,approach control,or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station(FSS)so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28,Notices to Airmen(NOTAMs)for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a VA NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(l) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical,fire fighting, and police response. d. Coordination with ARFF.The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants,or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77.Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 mi r. September 29, 2011 AC 150/5370-2F parking areas for this equipment(i.e.cranes, graders,other equipment)on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material,to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2) Part 157. With some exceptions,Title 14 CFR Part 157,Notice of Construction, WN Alteration, Activation, and Deactivation of Airports,requires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport;the construction, realigning, altering,activating, or abandoning of a runway, landing strip,or associated taxiway; or the deactivation or abandoning of an entire airport.Notification involves submitting FAA Form 7480-1,Notice of Landing Area Proposal,to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency(short-notice)notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days,of a NAVAID owned by the airport but maintained by the FAA,provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. rw (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements(P&R)Group a minimum of 45 days prior to implementing an event nr that causes impacts to NAVAIDS. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA)do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDS. In addition,provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily,but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self-Inspection. b. Final Inspections.New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector(ACSI)to determine if a final inspection will be necessary. err 215. Underground Utilities.The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables,wires,pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations.Note that"One Call"or"Miss Utility" services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans(for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. rr 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29,2011 aw airport and will require the activation of any special procedures(for example, low-visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle/Pedestrian Deviation(VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs,and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project,verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following,as appropriate: OW a. General. Airport markings, lighting,signs,and visual NAVAIDs must be clearly visible to pilots, not misleading,confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings.Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X.The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b)below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking,and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m)intervals. Chapter 2 Construction Safety and Phasing Plans 18 ri September 29, 2011 AC 150/5370-2F ■O (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation rw numbers. Figure 2-1 illustrates. air +rr w rr .v Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings Ow are needed to identify the temporary beginning of the runway that is available for landing,the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1)above for the difference between partially closed runways wr and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing(see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches,takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. wr �r 19 Chapter 2 Construction Safety and Phasing Plans .w AC 150/5370-2F September 29,2011 rri (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement,but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. r�r REMOVE LEAD-ON CENTERLINE IF"X" TAXIWAY CLOSURE IS NOT INSTALLED MARKER CLOSED TAXIWAY p ��■iii lull Iii �puiiiiii iii a LOW PROFILE BARRICADE WITH FLASHERS .- I y, Figure 2-2 Taxiway Closure 01�' (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections,place an X at the entrance to the closed taxiway +rill from the runway. If the taxiway will be closed for an extended period,obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. ad Chapter 2 Construction Safety and Phasing Plans 20 iii go +r. September 29,2011 AC 150/5370-2F wr (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric,colored plastic, painted sheets of plywood,or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash,jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings,threshold markings, centerline markings,edge stripes, touchdown zone markings and aiming point markings,depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons,and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on-pavement markings. If the markings are not discernible on grass or snow,apply a black background with appropriate material over the ground to ensure they are clearly visible. wr (5) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard(see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10),but the dimensions must meet the existing standards. rrr c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures,disconnect the associated isolation transformers. Alternately,cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. wr .n rr rr .r r 21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-21' September 29,2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day,placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting,disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically,coordinate procedures with the FAA air traffic manager or, at airports without an ATCT,the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. r .> 4 Figure 2-3 Lighted X in Daytime ar Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed,a portion of the pavement is unavailable for any aircraft operation,meaning taxiing and landing or ail Chapter 2 Construction Safety and Phasing Plans 22 4 go �r September 29,2011 AC 150/5370-21' err taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service r (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold(that is,the portion of the runway that is closed). Alternately, .r cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked �. out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c)above. Markers seen by aircraft ,., on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting(see 14 CFR Part 139.309). At non-certificated airports,the temporary elevated threshold markings may either be mounted wfr with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in(7.6 cm)above ground. When any portion of a base is above grade,place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency,cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered,solar,or portable lights that meet the criteria in AC 150/5345-50 may �r be used.These systems are intended primarily for visual flight rules(VFR)aircraft operations but may be used for instrument flight rules(IFR)aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses(caution zone),as necessary. If the runway has centerline lights,reconfigure the red lenses, as necessary,or place the centerline lights out of service. (h) Relocate the visual glide slope indicator(VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights(REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. (i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible,deactivate the taxiway lighting circuits. When deactivation is not possible(for example other taxiways on the same circuit are to remain open), ++� 23 Chapter 2 Construction Safety and Phasing Plans rr AC 150/5370-2F September 29,2011 war cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects,consider relocating signs,especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and,to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices(MUTCD)and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections,which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking,Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft,and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material,waste areas, and areas subject to jet blast. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system(ILS)critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. cif b. Equipment. (1) Barricades,including traffic cones, (weighted or sturdily attached to the surface)are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds,prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles,gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians,they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs(for example"No Entry,""No Vehicles")as necessary. (4) Air Operations Area—General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area,and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above,collapsible barricades marked with diagonal,alternating orange and Chapter 2 Construction Safety and Phasing Plans 24 rri +ur September 29,2011 AC 150/5370-217 white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in(50 by 50 cm)square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway/taxilane safety area, or apron must be as low as possible to the ground,and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components;and weighted or sturdily attached to the surface to prevent displacement from prop wash,jet blast, wing vortex, or other surface wind currents. If affixed to the surface,they must be frangible at grade level or as low as possible,but not to exceed 3 in(7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. rrr ai. a rr Figure 2-5 Interlocking Barricades r1s on M No Figure 2-6 Low Profile Barricades (5) Air Operations Area—Runway/Taxiway Intersections. Use highly reflective rr barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However,even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area—Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans rrr AC 150/5370-2F September 29,2011 it aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties,sawhorses,jersey barriers, or barrels. (7) Maintenance.The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day,preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones(OFZ), object free areas(OFA),and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions(See paragraph 213.e above.)as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area(RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway(see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13).The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway rr is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled,cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags,as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is,the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other it surface variations,and capable, under dry conditions,of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 am September 29,2011 AC 150/5370-2F ■r b. Runway Object Free Area (ROFA).Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area(TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.)Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction(see AC +� 150/5300-13,Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. rr (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible,backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled,cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench r without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards,that is,the TSA must be cleared and graded and have no potentially hazardous ruts,humps, depressions, or other .. surface variations, and capable, under dry conditions,of supporting snow removal equipment,aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area(TOFA). Unlike the Runway Object Free Area,aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below,no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided,centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway �r object free area, subject to the following restrictions: + 27 Chapter 2 Construction Safety and Phasing Plans wri AC 150/5370-2F September 29,2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. rM (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft(includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment,and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width(with its main landing gear at the edge of the pavement),then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone(OFZ). In general, personnel,material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. C Runway Approach/Departure Areas and Clearways. All personnel,materials,and/or equipment must remain clear of the applicable threshold siting surfaces,as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non-towered)and ATO/Technical Operations(for affected NAVAIDS)and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure,clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case,the threshold has been moved for both landing and takeoff purposes(this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so,the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds. : Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement(to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel,equipment,excavation, other work.within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment(cranes, concrete pumps,and so on)unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft(300 m)of the airport property. Chapter 2 Construction Safety and Phasing Plans 28 M so ON September 29,2011 AC 150/5370-21' ia See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) Construction suspension required during specific airport operations. trr (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. err ou rm +rr wr .r rr. go 29 Chapter 2 Construction Safety and Phasing Plans rI AC 150/5370-21' September 29,2011 err rr Intentionally Left Blank No wr so riY Chapter 2 Construction Safety and Phasing Plans 30 wi go September 29,2011 AC 150/5370-2F go Chapter 3. Guidelines for Writing a CSPP to 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1,paragraph 204. The CSPP is organized by numbered sections do corresponding to each subject listed in Chapter 2, Section 1,paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204(for example, 1.Coordination,2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work go outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. rrr 302. Applicability of Subjects.Each section should,to the extent practical,focus on the specific subject. Where an overlapping requirement spans several sections,the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example,the requirement to protect existing underground FAA Instrument Landing System(ILS)cables during trenching operations could be considered FAA ATO coordination(Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity(Section 3. Areas and Operations Affected by the Construction Activity, paragraph "011 207.a(4)), a protection of a NAVAID(Section 4. Protection of Navigational Aids(NAVAIDs),paragraph 208), or a notification to the FAA of construction activities(Section 9.Notification of Construction Activities,paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement ar (Section 11. Underground Utilities,paragraph 215).The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSQ to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings."All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section 11"or"See Section 11 for ILS cable identification and protection requirements."Thus,the CSPP should be considered as a whole,with no 101" need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as r attachments. When other graphical representations will aid in supporting written statements,the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case,either copies of or a source for the referenced document must be provided to the contractor. 1`I 305. Restrictions.The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent("as-built")features such as pavements,markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 0.1 31 Chapter 3 Guidelines for Writing a CSPP �.1 AC 150/5370-2F September 29,2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects ■l Project Runway 15-33 Reconstruction Phase Phase II:Reconstruct Runway 15 End ob Scope of Work Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete(PCC). Operational Requirements Normal(Existing) Phase It(Anticipated) 116 Carrier:52/day Carrier: 52/day Runway 15,Average Aircraft Operations GA: 26/day GA:20/day Military: 11 /day Military:0/day Carrier:40/day Carrier:20/day Runway 33 Average Aircraft Operations GA: 18/day GA: 5/day Military: 10/day Military:0/day Runway 15-33 ARC C-IV C-IV Runway 15 Approach Visibility '/4 mile 1 mile Minimums Runway 33 Approach Visibility '/4 mile 1 mile Minimums TORA:7,820 TORA:6,420 ad TODA: 7,820 TODA:6,420 Runway 15 Declared instances ASDA:7,820 ASDA: 6,420 LDA: 7,820 LDA: 6,420 TORA: 8,320 TORA: 6,920 Runway 33 Declared Distances TODA: 8,320 TODA:6,920 � ASDA: 8,320 ASDA: 6,920 LDA:7,820 LDA: 6,420 ILS LOC only rnl Runway 15 Approach Procedures RNAV N/A VOR N/A ILS Visual only �} Runway 33 Approach Procedures RNAV N/A VOR N/A Runway 15 NAVAIDs ILS/DME,MALSR,RVR LOC/DME,PAPI(temp),RVR Chapter 3 Guidelines for Writing a CSPP 32 iwii September 29,2011 AC 150/5370-2F wr ILS/DME MALSF,PAPI, a 33 NAV RVR MALSF,PAPI,RVR aiwtr A IV IV(N/A between T/W H and R/W 15 end) l�"ili7KltPr ,ll+ AI�G IV IV +� ATg 910airs ate) 06:00—24:00 local 06:00—24:00 local AR1tF Tt�dex D D Air National Guard(ANG) Military operations relocated to +� hlaiditians' military operations alternate ANG Base Airline XYZ requires VGSI Airline XYZ requires VGSI Complete the following chart for each phase to determine the area that must be protected along the runway edges: Aircra Approach Airplane tane rp =1' ;Group RSA Width in Feet pr ! i,t'1 Divided'6 2* r� *See AC 150/5300-13 to complete the chart for a specific runway. Complete the following chart for each phase to determine the area that must be protected before the rrr runway threshold: Aircraft llenimum ,Airplay 1itaimun�.Dii�tar�ic�tt►Thresh aid RnCt I t °' +r i apt � Approaci Sat !.Ar Prri�Fr a . . o R�lir i roach +rrn � laar i, ,TII,.ar FV A,Ii,C,ar D Tl►reshaid* Slope's ft ft : 1 ft ft : 1 ft ft : 1 a� ft ft : 1 *See AC 150/5300-13 to complete the chart for a specific runway. 309. Navigation Aid (NAVAID)Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown,restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 wr for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. r 310. Contractor Access.This will necessarily be the most extensive section of the CSPP. Provide am 33 Chapter 3 Guidelines for Writing a CSPP so AC 150/5370-2F September 29,2011 sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials.Describe in this section specific locations for stockpiling material.Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. tw b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP,all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section,focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases,this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT)vehicles. Quote from, rather than incorporate by reference,AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two-Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic(AT)at airports with active towers, or monitor Common Traffic Advisory Frequencies(CTAF)at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations,this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication(that is, light signals,telephone numbers, others)must be included. All radio frequencies should by identified(Tower, Ground Control,CTAF, UNICOM, ATIS, and so on). d. Airport Security.Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements,perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences,and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security(wildlife)fence integrity maintenance as required. ri 312. Foreign Object Debris(FOD)Management. In this section,discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections,runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials(HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet(MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP 34 di September 29,2011 AC 150/5370-2F rr identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. �+rr 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives—and at least one alternate—for each party. List both on-duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport rr construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport(such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen(NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate,responsible for issuing and cancelling each specific type of Notice to Airmen(NOTAM)required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911,but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified,as applicable. If airport radio communications are identified as a means �r of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel,the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If r notification is to be made through Airport Operations,then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer(RE)and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as .rr those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies,whether caused by negligence,oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations,including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations(VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach,VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. rrr 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs,and visual NAVAIDS. ' 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September-29,2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs,and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable ai agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from,rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30,as required.Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices(MUTCD) and/or State highway specifications,not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas.This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access,movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required.Detail requirements for trenching, excavations,and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA,taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height(i.e. crane)restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional"box"within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ,and OFA boundaries. 323. Other Limitations on Construction.This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations,height(i.e. crane)restrictions areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 �a September 29, 2011 AC 150/5370-2F Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa. og v/airports/. err AC Tulle and Description Notices to Airmen(NOTAMs)for Airport Operators AC 150/5200-28 Guidance for using the NOTAM System in airport reporting. +�r Airport Winter Safety and Operations AC 150/5200-30 Guidance for airport owners/operators on the development of an acceptable airport snow 40 and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports AC 150/5200-33 Guidance on locating certain land uses that might attract hazardous wildlife to public- use airports. Painting,Marking,and Lighting of Vehicles Used on an Airport. AC 150/5210-5 Guidance,specifications,and standards for painting,marking,and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations on Airports r AC 150/5210-20 Guidance to airport operators on developing ground vehicle operation training programs. Airport Design rrr AC 150/5300-13 FAA standards and recommendations for airport design,establishes approach visibility minimums as an airport design parameter,and contains the Object Free area and the obstacle free-zone criteria. rrr Airport Foreign Object Debris Management AC 150/5310-24 Guidance for developing and managing an airport foreign object debris(FOD)program +rr Water Supply Systems for Aircraft Fire and Rescue Protection. AC 150/5220-4 Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste Basic information on the characteristics,management,and regulations of industrial so AC 150/5320-15 wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan(SWPPP)that applies best management practices to eliminate,prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. Standards for Airport Markings AC 150/5340-1 FAA standards for markings used on airport runways,taxiways,and aprons. Standards for Airport Sign Systems AC 150/5340-18 FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator(PAPI)Systems �w AC 150/5345-28 FAA standards for PAPI systems,which provide pilots with visual glide slope guidance during approach for landing. 37 Appendix 1 Related Reading Material AC 150/5370-2F September 29,2011 rt AC Title and Description AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853,Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs } FAA specifications for unlighted and lighted signs for taxiways and runways. Airport Lighting Certification Program AC 150/5345-53 Details on the Airport Lighting Equipment Certification Program(ALECP). Specification for Portable Runway and Taxiway Lights AC 150/5345-50 FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893,Lighted Visual Aid to Indicate Temporary Runway Closure 16 Standards for Specifying Construction of Airports AC 150/5370-10 Standards for construction of airports, including earthwork,drainage,paving,turfing, lighting,and incidental construction. FAA Airports(ARP)Safety Management System(SMS) FAA Order 5200.11 Basics for implementing SMS within ARP.Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. Grasses Attractive to Hazardous Wildlife FAA Certalert 98-05 Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. a Appendix 1 Related Reading Material 38 1 pit as September 29, 2011 AC 150/5370-217 im Appendix 2. Definition of Terms Notice Of Proposed Construction Or Alteration.For on-airport projects,the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable 7460-1 airspace,as defined in 14 CFR Part 77,safe,efficient use,and preservation of the navigable airspace.(See guidance available on the FAA web site at oeaaa.faa.gov.) rrr The form may be downloaded at http://www.faa.gov/airports/resources/forms/,or filed electronically at: https://oeaaa.faa. ov. Notice Of Landing Area Proposal.Form submitted to the FAA Airports Regional rr� Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction 7480-1 of a new airport;the construction,realigning,altering,activating,or abandoning of a runway,landing strip,or associated taxiway;or the deactivation or abandoning of an M entire airport The form may be downloaded at http://www.faa. og v/airports/resources/forms/. AC Advisory Circular to ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector W1 ADG Airplane Design Group AIP Airport Improvement Program rrr ALECP Airport Lighting Equipment Certification Program ANG Air National Guard Air Operations Area.Any area of the airport used or intended to be used for the as AOA landing,takeoff,or surface maneuvering of aircraft.An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways,taxiways,or aprons. am ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports rre ASDA Accelerate-Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service rr ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139,Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction-related personnel,equipment,and M materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan.The overall plan for safety and phasing of a CSPP construction project developed by the airport operator,or developed by the airport operator's consultant and approved by the airport operator.It is included in the invitation for bids and becomes part of the project specifications. M 39 Appendix 2 Definition of Terms r AC 150/5370-2F September 29,2011 ag Term Definition CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated Displaced Threshold beginning of the runway.The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris All HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array The runways,taxiways,and other areas of an airport that are used for taxiing or hover Movement Area taxiing,air taxiing,takeoff,and landing of aircraft,exclusive of loading aprons and aircraft parking areas(reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area.It is Non-Movement Area important to note that the non-movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE/AAA Obstruction Evaluation/Airport Airspace Analysis Object Free Area.An area on the ground centered on the runway,taxiway,or taxi ir11 lane centerline provided to enhance safety of aircraft operations by having the area OFA free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13,for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone.The airspace below 150 ft(45 m)above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects,except for frangible visual NAVAIDs that need to be located in OFZ the OFZ because of their function,in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches.The OFZ is subdivided as follows:Runway OFZ,Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ.Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group �rli Appendix 2 Definition of Terms 40 rri Oil September 29,2011 AC 150/5370-2F or. PAPI Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ors ROFA Runway Object Free Area Runway Safety Area. A defined surface surrounding the runway prepared or suitable RSA for reducing the risk of damage to airplanes in the event of an undershoot,overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SIDA Security Identification Display Area SMS Safety Management System +rr Safety Plan Compliance Document.Details developed and submitted by a contractor SPCD to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. rrr SRM Safety Risk Management A defined surface alongside the taxiway prepared or suitable for reducing the risk of Taxiway Safety Area damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group +K Temporary Any condition that is not intended to be permanent. The beginning of that portion of the runway available for landing and taking off in Temporary Runway End one direction,and for landing in the other direction.Note the difference from a r displaced threshold. Threshold The beginning of that portion of the runway available for landing.In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area rrr Takeoff Run Available.The length of the runway less any length of runway TORA unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. *a TSA Taxiway Safety Area Transportation Security Administration UNICOM A radio communications system of a type used at small airports. am VASI Visual Approach Slope Indicators rnr so 41 Appendix 2 Definition of Terms rr rr AC 150/5370-2F September 29,2011 16 Term Definition Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to VGSI landing pilots.These systems include precision approach path indicators(PAPI), visual approach slope indicators(VASI),and pulse light approach slope indicators (PLASI). VFR Visual Flight Rules VOR VHF Omnidirectional Radio Range VPD Vehicle/Pedestrian Deviation all rri NA r Appendix 2 Definition of Terms 42 .rr September 29,2011 AC 150/5370-21' ire Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid,not as a required submittal. Coot d natiorn Re€erence A dreased Remarks General Considerations Requirements for predesign,prebid,and preconstruction conferences to introduce the 205 ❑ ❑ ❑ IN subject of airport operational safety during construction are specified. Yes No NA Operational safety is a standing agenda item for 205 ❑ ❑ ❑ construction progress meetings. Yes No NA Scheduling of the construction phases is properly 206 ❑ ❑ ❑ addressed. Yes No NA Aire,=and Operations Affected by C©nstrnefion Activity'; rr Drawings showing affected areas are included. 207.a ❑ ❑ ❑ Yes No NA rr Closed or partially closed runways,taxiways, 207.a(1) El El 1:1 and aprons are depicted on drawings. Yes No NA Access routes used by ARFF vehicles affected 207.a(2) ❑ ❑ ❑ by the project are addressed. Yes No NA Access routes used by airport and airline support 207.a(3) ❑ ❑ ❑ vehicles affected by the project are addressed. Yes No NA Underground utilities,including water supplies 207.a(4) El El El for fire fighting and drainage. � Yes No NA Approach/departure surfaces affected by heights 207.a(5) El El 1:1 of temporary objects are addressed. go Yes No NA Construction areas,storage areas,and access routes near runways,taxiways,aprons,or 207.a ❑ ❑ ❑ as helipads are properly depicted on drawings. Yes No NA Temporary changes to taxi operations are 207.b(1) ❑ ❑ ❑ addressed. Yes No NA 43 Appendix 3 Safety and Phasing Plan Checklist r�l AC 150/5370-217 September 29,2011 Coordination Re€erence;. Addressed Remarks Detours for ARFF and other airport vehicles are 207.b(2) ❑ ❑ ❑ Eli identified. Yes No NA Maintenance of essential utilities and 207.b(3) El El El SWII underground infrastructure is addressed. Yes No NA Temporary changes to air traffic control 207.b(4) E] 1:1 1:1 procedures are addressed. Yes No NA NAVAIDS Critical areas for NAVAIDs are depicted on 208 ❑ ❑ ❑ drawings. Yes No NA r Effects of construction activity on the performance of NAVAIDS,including 208 ❑ ❑ ❑ unanticipated power outages,are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 ❑ ❑ ❑ Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 ❑ ❑ ❑ on drawings. Yes No NA Procedures for coordination with FAA 208,213.a, 1:1 r-1 El ATO/Technical Operations,including 213.e(3)(a), identification of points of contact,are included. 218.a Yes No NA Contractor Access' The CSPP addresses areas to which contractor will have access and how the areas will be 209 ❑ ❑ ❑ accessed. Yes No NA The application of 49 CFR Part 1542 Airport 209 ❑ ❑ ❑ a Security,where appropriate,is addressed. Yes No NA The location of stockpiled construction materials 209.a El El El is depicted on drawings. Yes No NA The requirement for stockpiles in the ROFA to 209.a ❑ El 1:1 approved by FAA is included. Yes No NA Requirements for proper stockpiling of materials 209.a ❑ ❑ ❑ are included. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 e rw September 29,2011 AC 150/5370-217 ON r a r 11 I WereOft A Remarks +rrr Construction site parking is addressed. 209.b(l) ❑ ❑ ❑ Yes No NA Construction equipment parking is addressed. 209.b(2) ❑ ❑ ❑ Yes No NA M Access and haul roads are addressed. 209.b(3) ❑ ❑ ❑ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting,Marking and Lighting of Vehicles 209.b(4) El ❑ El Used on an Airport,is included. Yes No NA rrr Proper vehicle operations,including 209.b(5), ❑ ❑ ❑ requirements for escorts,are described. 209.b(6) Yes No NA Training requirements for vehicle drivers are 209.b(7) ❑ ❑ ❑ addressed. Yes No NA rr Two-way radio communications procedures are 209.b(9) ❑ ❑ ❑ described. Yes No NA Maintenance of the secured area of the airport is 209.b(10) ❑ ❑ ❑ addressed. Yes No NA Wildlife Management The airport operator's wildlife management 210 ❑ ❑ ❑ rr. procedures are addressed. Yes No NA l±ortiign Object Dobri�s Management " The airport operator's FOD management procedures are addressed. 211 El El El Yes No NA .r+ Hazardous Materials nagenaent The airport operator's hazardous materials 212 ❑ ❑ ❑ management procedures are addressed. r Yes No NA Natification of Construction activities Procedures for the immediate notification of an airport user and local FAA of any conditions adversely affecting the operational safety of the 213 ❑ El El airport are detailed. Yes No NA am r 45 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29,2011 Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact El El ❑ for all involved parties and procedures for 213.a contacting them 24 hours a day,seven days a Yes No NA week is specified. �r A list of local ATO/Technical Operations 213.a 1:1 1:1 El personnel is included. Yes No NA •list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA •list of authorized representatives to the OCC is 213.b ❑ ❑ ❑ included. Yes No NA ii Procedures for coordinating,issuing,maintaining and cancelling by the airport operator of 208,213.b, ❑ ❑ ❑ NOTAMS about airport conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of information on closed or hazardous conditions on airport movement areas by the 213.b ❑ ❑ ❑ airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, 213.c ❑ 1:1 El fighting,and police response are addressed. r Yes No NA Coordination with ARFF personnel for non- 213.d 1:1 1:1 1:1 emergency issues is addressed. so Yes No NA Notification to the FAA under 14 CFR parts 77 213.e and 157 is addressed. ❑ ❑ ❑ Yes No NA Reimbursable agreements for flight checks and/or design and construction for FAA owned 213.e(3)(b) ❑ ❑ ❑ NAVAIDs are addressed. Yes No NA Inspection Requirements Daily inspections by both the airport operator ❑ ❑ ❑ 214a and contractor are specified. . Yes No NA Final inspections at certificated airports are 214.b ❑ ❑ ❑ specified when required. Yes No NA Underground Utilities Procedures for protecting existing underground 215 ❑ ❑ ❑ facilities in excavation areas are described. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 an September 29,2011 AC 150/5370-2F 1 IET "er�e ess Remarks Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 ❑ ❑ ❑ are detailed. Yes No NA "s' Special Conditions Any special conditions that affect the operation of the airport or require the activation of any 217 ❑ ❑ ❑ M special procedures are addressed. Yes No NA Runway and Taxi va usual Aids-Marking,Lighting,Signs;and Visual NAVAIDs The proper securing of temporary airport ❑ ❑ ❑ markings,lighting,signs,and visual NAVAIDs 218.a is addressed. Yes No NA Frangibility of airport markings,lighting,signs, 218.a,218.c, ❑ ❑ ❑ and visual NAVAIDs is specified. 219,220.b(4) Yes No NA +rr The requirement for markings to be in compliance with AC 150/5340-1,Standards for 218.b ❑ ❑ ❑ Airport Markings is specified. Yes No NA wr The requirement for lighting to conform to AC 150/5340-30,Design and Installation Details for Airport Visual Aids,AC 150/5345-50, 218 b(1)(f) ❑ ❑ ❑ Specification for Portable Runway and Taxiway Lights,and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified. The use of a lighted X is specified where 218.b(1)(b), ❑ ❑ ❑ appropriate. 218.b(3) Yes No NA The requirement for signs to conform to AC 'r 150/5345-44, Specification for Runway and Taxiway Signs,AC 50/5340-18, Standards for El 1:1 El Airport Sign Systems,and AC 150/5345-53, 218.c Airport Lighting Certification Program, is Yes No NA +rr specified. M#rking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and,to the extent 219 ❑ ❑ ❑ practicable,with the MUTCD and/or State Yes No NA irr highway specifications. 1[lla amng"d';'l wit3»g Prominent,comprehensible warning indicators rr for any area affected by construction that is El El El normally accessible to aircraft,personnel,or 220.a vehicles are specified. Yes No NA rrr 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29,2011 Coordination Reference Addressed Remarks Hazard marking and lighting are specified to E] El El identify open manholes,small areas under repair, 220.a stockpiled material, and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a ❑ ❑ ❑ rrl related hazards. Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.6(1) ❑ ❑ ❑ subjected to typical winds,prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) ❑ ❑ ❑ deliberate act. Yes No NA Red lights meeting the luminance requirements of the State Highway Department are specified. 220.6(2) 1:1 1:1 1:1 Yes No NA Barricades,temporary markers,and other objects placed and left in areas adjacent to any open runway,taxiway,taxi lane,or apron are specified 220.b(4) ❑ ❑ ❑ to be as low as possible to the ground,and no Yes No NA more than 18 in high. Barricades marked with diagonal,alternating orange and white stripes are specified to indicate construction locations in which no part of an 220.6(4) ❑ ❑ ❑ aircraft may enter. Yes No NA Highly reflective barriers with lights are specified to barricade taxiways leading to closed 220.b(5) ❑ ❑ ❑ runways. Yes No NA Markings for temporary closures are specified. 220.b(5) ❑ ❑ ❑ ril Yes No NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.b(7) ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA Protection of Runway and Taxiway Safety Ards The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), ❑ ❑ ❑ runway or taxiway is open for aircraft 221.c(1) operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate 22 Lc( ), ❑ ❑ ❑ FAA Airports Regional or District Office and 221.c(2) Yes No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 No September 29, 2011 AC 150/5370-2F CoerdinWbn ? Refereaee Ad�€1 i s ed Remarks Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) ❑ ❑ ❑ by operational considerations,are detailed. Yes No NA The CSPP specifies that open trenches or wr excavations are not permitted within a safety area while the associated runway or taxiway is 221.a(4) El 1:1 El open. Yes No NA err Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the 221.a(4) ❑ ❑ ❑ associated runway or taxiway is open is detailed. Yes No NA an The CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) ❑ ❑ ❑ construction site. Yes No NA Grading and soil erosion control to maintain 221.c(5) ❑ ❑ ❑ RSA/TSA standards are addressed. Yes No NA N The CSPP specifies that equipment is to be 221.b ❑ ❑ ❑ removed from the ROFA when not in use. Yes No NA +rr The CSPP clearly states that no construction may occur within a taxiway safety area while the 221.c ❑ ❑ ❑ taxiway is open for aircraft operations. Yes No NA Wr Appropriate details are specified for any construction work to be accomplished in a 221.d ❑ ❑ ❑ taxiway object free area. Yes No NA ou Measures to ensure that personnel,material, and/or equipment do not penetrate the OFZ or El El 1:1 threshold siting surfaces while the runway is 221.e open for aircraft operations are included. Yes No NA Provisions for protection of runway approach/departure areas and clearways are 221.f ❑ ❑ ❑ included. Yes No NA 'Other L mltkions on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator 222.a(2) El 1:1 El has approved their use. Yes No NA The CSPP prohibits the use of flare pots within 222.a(4) E] 1:1 El the AOA at any time. Yes No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft(300 m)of the airport 222.a(3) ❑ ❑ ❑ property. Yes No NA 49 Appendix 3 Safety and Phasing Plan Checklist �r w wr on September 29,2011 AC 150/5370-21' ur Appendix 4. Construction Project Daily Safety Inspection Checklist wr The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. ur Potentially Hazardous Conditions Item Action N uired or None do ,Excavation adjacent to runways,taxiways,and aprons improperly backfilled. ❑ Mounds of earth,construction materials,temporary structures,and other obstacles near any open runway, ❑ taxiway,or taxi lane;in the related Object Free area sr and aircraft approach or departure areas/zones;or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding ❑ 3 in(7.6 cm)from pavement edges and ends. Heavy equipment(stationary or mobile)operating or idle near AOA,in runway approaches and departures ❑ areas,or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the ❑ monitoring of navigation and visual aids.Unauthorized or improper vehicle operations in localizer or glide slope critical areas,resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units(that is,equipment with slim profiles)—cranes,drills,and ❑ similar objects—located in critical areas,such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards,such as holes or excavations, ❑ on any apron,open taxiway,or open taxi lane or in a related safety,approach,or departure area. Obstacles,loose pavement,trash,and other debris on or ++n near AOA.Construction debris(gravel, sand,mud, ❑ paving materials)on airport pavements may result in aircraft propeller,turbine engine,or tire damage.Also, loose materials may blow about,potentially causing personal injury or equipment damage. rr .r 51 Appendix 4 Construction Project Daily Safety Inspection Checklist wwr AC 150/5370-2F September 29,2011 Item Action Required ot, None Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA.Fencing and other markings ❑ that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed)and taxiways that could cause pilot confusion and provide a potential for a ❑ runway incursion.Inadequate or improper methods of marking,barricading,and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass seeds,tall grass,or standing water—on or near ❑ airports. Obliterated or faded temporary markings on active operational areas. ❑ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to ❑ any open runway pose aviation hazards. Failure to issue, update,or cancel NOTAMs about ri airport or runway closures or other construction related ❑ airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/ taxiway lighting; loss of navigation,visual,or approach ❑ aids;disruption of weather reporting services;and/or loss of communications. Restrictions on ARFF access from fire stations to the runway/taxiway system or airport buildings. ❑ Lack of radio communications with construction vehicles in airport movement areas. ❑ Objects,regardless of whether they are marked or flagged,or activities anywhere on or near an airport that could be distracting,confusing,or alarming to ❑ pilots during aircraft operations. Water,snow,dirt,debris,or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking,lighting,and pavement ❑ edges.Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles(gasoline,diesel fuel,oil)on active pavement areas,such as runways,taxiways, aprons,and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 rr r September 29,2011 AC 150/5370-217 Artiad a red. or Nflrie Failure to maintain drainage system integrity during construction(for example,no temporary drainage ❑ provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors ❑ should make provisions for coordinating work on circuits. Failure to control dust.Consider limiting the amount of area from which the contractor is allowed to strip turf. ❑ Exposed wiring that creates an electrocution or fire ignition hazard.Identify and secure wiring,and place it ❑ in conduit or bury it. Site burning,which can cause possible obscuration. ❑ Construction work taking place outside of designated ❑ rir work areas and out of phase. do M +rr so wr r r �r r 0 53 Appendix 4 Construction Project Daily Safety Inspection Checklist to AC 150/5370-217 September 29,2011 Intentionally Left Blank 4w Appendix 4 Construction Project Daily Safety Inspection Checklist 54 at �r APPENDIX B UTILITY SHUTDOWN REQUEST FORM v. to wii di wr Intentionally Left Blank Sri yrr rr. CITY OF RENTON RENTON MUNICIPAL AIRPORT rrr APPLICATION FOR CONNECTION TO WATER SYSTEM Project Name: do Project Description: r to Airport Tenant Phone: Fax: rr► Company Name: Contact Person: as Address: Street Address City State Zip Code go Billing Address(if different than above): Street Address City State No Zip Code City of Renton Line of Business Representative- go Location of Service: CIP Number: Project ID Number: Date: No City of Renton Project M Pho..P Number: am Design Firm: Design Project Manager: Phone Number: Lead Design City of Renton representative, Phone Number: Connection Requested for: ❑ New Domestic Service (Requires Reduced Pressure Backflow Prevention Device) ❑ New Fire Service(Requires Double Check Valve) ❑ New Irrigation ow go Expansion/Replacement of Existing Domestic Service Expansion/Replacement of Existing Fire Service Other Required Date for Connection Requested Size of Domestic Service(Meter): inches Fire Flow Header Size: inches Fire Flow Rate: gpm Fire Flow Duration: gpm Hydraulic Calculations Attached: ❑ Yes ► No ❑ ❑ Drawings Attached: Yes No As-built ❑ Drawings Researched: Yes ❑ ❑ No Page 01 5000- Drawing Numbers: rit NOTES: Utility Shutdown Request Form must be completed before connection during W construction phase(7 days notice required). Prepared by: Date: City of Renton Approval No Date so w irr CITY OF RENTON RENTON MUNICIPAL AIRPORT APPLICATION FOR CONNECTION TO SANITARY WASTE SYSTEM Project Name: Project Description: �r Airport Tenant Phone: Fax: Company Name: Contact Person: Address: Street Address City State Zip Code so Billing Address(if different than above): Street Address City State rr Zip Code City of Renton Line of Business RepresentntivP• Location of Service: yr CIP Number: Project ID Number: Date: City of Renton Project Manager.;Ph^ Number: Design Firm: Design Project Manager: r'r Phone Number: Lead Design City of Renton representative. Phone Number: Connection Requested for: an ❑ New Sanitary Service ❑ Expansion of Existing Sanitary Service(Replacement) ❑ Other Required Date for Connection: Where Connected(Give manhole number(s)or attach sketch): wr "it Projected Average Daily Flows:gpm Type of Facility Served: Size of Facility: sq.ft. Number of Fixtures: Size of Lateral: in. Slope: in./ft. Invert Elevation: Pressure or Gravity: Material: New Easement Required: Yes❑ No❑ Calculations Attached: Yes❑ No (If yes, outline on comments section below) rw Drawings Yes❑ No❑ As-built Drawings Researched: Yes ❑ No Attached: Drawing Numbers: Comments: at Ifii ❑ The property owner is responsible for the installation,maintenance,and liability of the lateral from the system union to the building served. ❑ Inspection of new service piping on the property is required before covering. When ready for NOTES: Utility Shutdown Request Form must be completed before connection during construction phase(7 days notice required). Prepared by: Date: ..................... .. ...... ._....... . .. ..._. .... _ . .. ......... ..... .. .. . .... . ....... ............ ........................................... ......_.... ................. City of Renton Approval Date am so CITY OF RENTON RENTON MUNICIPAL AIRPORT trr APPLICATION FOR CONNECTION TO ELECTRICAL SYSTEM Project Name: Project Description: +rr Airport Tenant Company Name: Contact Person: Phone: Fax: Address: Street Address City State Zip Code Billing (if different than above): Address Street Address City State Zip Code City of Renton Line of Business Representative: Location of Service: Project ID Number: Date: CIP Phone Number: WW City of Renton Project Manager: Number: Design Firm: as Design Project Manager: Phone Number: rs Lead Design City of Renton representative, Phone Number: Project Presented to Proactive Electrical System Team(PEST)(431-4953) on 1. Load Requirements New Replaced Net Connected KVA Demand KVA Emergency KVA 2. Schedule Design Completion Date 3. Schedule Need Date for Power Connection 4. Permanent Load Temporary Load 5. Estimated Power Factor(.95 City of Renton Standard) 6. Power Factor Correction Added? Yes No ❑ ❑ 7. Are Harmonic Generating Loads Present? Yes❑ No❑ ad If Yes,Actions Taken to Prevent Harmonics Problems: 8. Medium Voltage Feeders Serving Load 9. Existing 30 Day Demand Load OR Current Panel Schedule ► 10. Identify Transformer and Loadcenter, Switchboard or Panel Serving Proposed Load 11. Underground Raceway Ampacity Optimization(Neher-Mcgrath) 12. Load Flow Analysis 13. Voltage Drop Calculation 14. Short Circuit Study 15.Protective Coordination Study 16. As-built Drawings Researched: Yes❑ No❑ If yes,Drawing Numbers NOTES: Utility Shutdown Request Form must be completed before connection during construction phase(7 days notice required).Prepared by: Wi Date: .. ......_ City of Renton Approval Date so rrli so 46 vi 0 di rrt r APPENDIX C REG ULA TED MA TER/A L S S UR VE Y REPORT rir Intentionally Left Blank al �r �rw wr Regulated Materials Survey Report Building 820 Demolition Project 820 Perimeter Road W Renton, Washington ATTENTION: .r. In accordance with current asbestos regulation, this report must be kept on site throughout asbestos abatement and/or renovation of Building 820 located at 820 Perimeter Road W in Renton, Washington. r September 18, 2008 Project Number: 41108-008047.00 Prepared for ++�► WH Pacific Bothell, Washington Bureau Veritas North America, Inc. Health, Safety, and Environmental Services 4636 East Marginal Way South err Suite 140 Seattle, Washington 98134 206.763.7364 www.us.bureauveritas.com 0 aU vas as Section Paqe EXECUTIVE SUMMARY.....................................................................................III 1.0 INTRODUCTION............................................................................................1 1.1 PURPOSE......................................................................................................1 1.2 SCOPE...........................................................................................................1 1.3 PROJECT INFORMATION ............................................................................1 1.4 BUILDING DESCRIPTION.............................................................................1 1.5 SOURCES OF INFORMATION .....................................................................2 1.5.1 Summary of Previous Survey Information ...............................................2 2.0 METHODS OF THE SURVEY 3 ....................................................................... Oki 2.1 ASBESTOS....................................................................................................3 2.1.1 Miscellaneous Materials..........................................................................3 2.1.2 Surfacing Materials— material spray or trowel applied. ...........................3 2.1.3 Thermal System Insulation......................................................................4 2.1.4 Laboratory Analysis.................................................................................4 2.2 HEAVY METALS............................................................................................4 2.3 LEAD..............................................................................................................5 2.4 OTHER REGULATED MATERIALS (MOLD, MERCURY).............................5 2.5 LIMITATIONS......................................... 2.5.1 Limiting Conditions ..................................................................................5 2.5.2 Limitations of the Survey.........................................................................5 3.0 RESULTS ......................................................................................................6 3.1 SUSPECT ACM .............................................................................................6 3.2 HEAVY METALS............................................................................................6 3.3 LEAD-CONTAINING MATERIALS.................................................................6 3.4 MERCURY.....................................................................................................7 3.5 MOLD.............................................................................................................7 3.6 POLYCHLORINATED BIPHENYLS (PCBS)..................................................7 4.0 APPLICABLE REGULATIONS AND GUIDELINES......................................7 Wd 4.1 ASBESTOS....................................................................................................7 4.2 LEAD..............................................................................................................8 4.3 OTHER REGULATED MATERIALS...............................................................8 „ 5.0 FINDINGS......................................................................................................8 ■r }U Ma r .t T C1 i6 Tables Table 1 — Positive (Asbestos-Containing) Asbestos Bulk Sample Results Table 2 —Trace Amounts of Asbestos Bulk Sample Results Table 3 —Asbestos Bulk Sample Results Drawings HZ-1 —Asbestos Sample Location First Floor Plan HZ-2 —Asbestos Sample Location Second Floor Mezzanine Plan r■ HZM-1 — Regulated Materials Location First Floor Plan H ZM-2 — Regulated Materials Location Second Floor Mezzanine Plan H ZM-R— Regulated Materials Location Roof Plan Photographs 1-4 Appendices A Asbestos Laboratory Sample Results B Heavy Metals Laboratory Sample Results C PCB Laboratory Sample Results D Previous Surveys E Laboratory and Personnel Certifications Wr � ii au V& Milli a r as � Mr. David Williams Page iii WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport = Executive Summary WH Pacific(WHP) retained Bureau Veritas North America, Inc. (Bureau Veritas) to conduct a regulated materials survey, including asbestos, heavy metals, lead, mercury- containing items, mold, and polychlorinated biphenyls (PCBs), of Building 820 and breezeway located at 820 Perimeter Road W in Renton, Washington. Sample collection was limited to asbestos, lead, heavy metals, and PCBs. The findings for other regulated materials were based on visual observation and research. The fieldwork was performed from June 12 over various times until August 22, 2008 by Mr. Terry Lewis, Mr. Andrew Wong, Ms. Ginnie Psachos and Ms. Teri Choate, all AHERA-accredited Building Inspectors. 3 Asbestos The purpose of this portion of the survey was to fulfill the building owner's requirement to perform an inspection for asbestos-containing materials (ACMs) in a building prior to renovation, demolition, and to assist in developing technical specifications and drawings for the asbestos abatement project. Also, the survey was performed to provide information in order to meet the AHERA asbestos sampling protocol as stated in 40 CFR 763.86. This sampling protocol is required for all asbestos surveys prior to renovation or demolition of a building under the Puget Sound Clean Air Agency, Regulation III, Section 4. In addition, the survey assists the building owner in meeting the "Good Faith Inspection" Oil requirements as stated in Washington Administrative Code 296-62-07721 (Communication of Hazards to Employees). Under the regulation, the Owner of a building to be renovated or demolished must present to a contractor prior to submitting a bid a written statement whether the materials to be disturbed contain asbestos. Bureau Veritas relied on previous survey information conducted on the interior of Building 820 by Bradshaw's Environmental Resourse, Inc. Bulk samples were collected of materials not identified within previous survey information. Additional bulk samples were collected of previously identified non asbestos containing materials for verification purposes. The following ACMs were reported by Bureau Veritas' NVLAP-accredited analytical laboratory to contain >1% asbestos and thus are considered asbestos- containing. The locations of these materials are shown on the regulated material location plans. The quantity listed is the approximate quantity of material expected to be impacted by the project. iii pu v r m m Mr. David Williams Page iv WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18,2008 820 Building, Renton Municipal Airport = rir Material Asbestos Type Approximate Quantity Roofing material 3%-10% Chrysotile 18,700 SF Pipe fittings on fiberglass pipe 10% Chrysotile 250 EA runs 9"x9"floor tile and associated 3%-5% Chrysotile 18,000 SF mastic 12"x12"floor tile and mastic 2% Chrysotile 200 SF Sheet vinyl and backing 20% Chrysotile 60 SF err Black felt paper and associated 3% Chrysotile 400 SF mastic Sealant 3% Chrysotile 15 LF Notes: EA—each, LF—linear feet, SF—square feet. In general these materials were in good condition. The following assumed asbestos-containing materials are either present or assumed to be present in the building: Material I Location Approximate Quantity Gaskets I Boiler room 140 EA Notes: EA—each The following materials were found to have trace amounts of asbestos (less than one percent, thus they are not considered asbestos-containing): Material Location Gypsum wall board and joint compound Throughout building Light Gray mastic Mezzanine, Room 22135 Yellow mastic associated with black stair Stairways tread Materials containing one percent or less asbestos are regulated by the Washington State Department of Labor and Industries for worker protection purposes only and are not regulated to the same degree as materials containing greater than one percent asbestos (asbestos-containing materials). Materials that did not contain asbestos based on this survey are as follows: • Gray sealant • Gray texture paint • Brown felt paper and associated mastic • 4" Beige cove base and associated mastic • Gray sheet vinyl flooring • Gray poured flooring and leveling compound iv Fu v � a Mr. David Williams Page v WH Pacific Project No.41108-008047.00 r Survey for Regulated Building Materials �s September 18, 2008 820 Building, Renton Municipal Airport r • 4" Blue ceramic wall the • 12"x12" Off white wall tile and associated brown mastic • Yellow insulation wrap associated with HVAC • Blue vibration joint cloth • Gray window caulk Materials visually observed and considered non-suspect were fiberglass insulated pipe runs and thermoplastic wire insulation associated with building wiring to outlets and light fixtures. MW The purpose of the survey for other regulated materials was to identify potential hazards on the site, communicate the hazards to prospective bidders and develop technical specifications for work impacting these materials. Heavy Metals Interior cement masonry unit (CMU) wall and associated mortar were suspected to contain heavy metals. Analysis confirmed mercury concentrations of 120 milligrams per kilograms (ug/Kg) and lead concentrations of 300 ug/Kg. Lead Based on Bureau Veritas' analysis, the paints and coatings throughout the building on various building materials have detectable levels of lead. In essence, all materials or pieces of equipment that are painted or coated should be assumed to contain lead. There are detectable levels of lead in the CMU. The following materials are assumed to contain lead: • lead pipes lead soldering on copper lines • galvanized ductwork iron tin • sheet metal and mechanical equipment • pipe covering • some supple and return grilles Lead concentrations may be high enough that there could be concerns about waste disposal (i.e., plaster ceilings or walls based on calculations) for individual items; however, this depends on what materials will be recycled and what materials will be disposed and what the final waste stream will be. Mercury Potential sources for mercury are as follows: fluorescent light tubes (there are estimated to be 3,700 tubes) and cement masonry unit wall. Mold Bureau Veritas did not observed water damaged materials. v *U v a r m as Mr. David Williams Page vi WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials a September 18,2008 820 Building, Renton Municipal Airport ' Polychlorinated biphenyls (PCBs) A portion of the light ballasts was examined for labels identifying their PCB-content. Labels stating "No PCBs"were not observed on the light ballasts examined. There are approximately 924 light ballasts that are potential sources of PCB. The exterior sealant between the concrete tilt up walls was identified as PCB containing. N to OW a. No +ir wr wr vi wr Fu v go � r m as Mr. David Williams Page 1 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials reR September 18, 2008 820 Building, Renton Municipal Airport QMMOVIN 1_0 INTRODUCTION WH Pacific (WHP) retained Bureau Veritas North America, Inc. (Bureau Veritas)to conduct a regulated materials survey of Building 820 located on the west tarmac of the Renton Airport in Renton, Washington. The fieldwork was performed from June 12 over various times until August 22, 2008. Mr. Terry Lewis, Mr. Andrew Wong, Ms. Ginnie Psachos and Ms. Teri Choate, all AHERA-accredited Building Inspectors, conducted the survey. 1.1 PURPOSE The purpose of the survey was to fulfill the building owner's requirement to perform an inspection for asbestos-containing materials(ACM) in a building prior to renovation and to assist in developing technical specifications and drawings for the asbestos abatement project. The purpose of the survey for the other regulated materials was to identify potential hazards on the site, communicate the hazards to prospective bidders, and develop , technical specifications for work impacting these materials. 1.2 SCOPE The survey included asbestos, heavy metals limited to mortars, lead, mercury-containing items (fluorescent light tubes and thermostats), mold, and PCB-containing items. The survey was based on our initial proposal dated February 1, 2008. The scope of the inspection included the interior and the roof area of the building. Sample collection was limited to asbestos and heavy metals. Findings for the other regulated materials were based on visual observation and research. , 1.3 PROJECT INFORMATION The Renton Airport, Building 820 project, at this stage, consists of a pre-design study prior to demolition. 1.4 BUILDING DESCRIPTION ■r Building 820 is a square-shaped building located at 820 Perimeter Road W in Renton, Washington. The building is approximately 29,400 gross square feet. The building contains, from ground up: first floor and second floor mezzanine, The building was originally constructed in 1963 primarily as an electronics manufacturing facility known as Electronics Laboratory Building 5-14 for BOEING. However, over the years the primary use has changed and the building is now vacant. 1 *u u 9 c :, m oe Mr. David Williams Page 2 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials at September 18, 2008 820 Building, Renton Municipal Airport = r The building is a poured tilt up concrete structure with poured concrete flooring. The building has suspended ceiling grid that serves as chases for ductwork and plumbing. „r The boiler room in the northwest section of the building supplies heated water for occupant use. Supply air ducts are in the suspended ceiling throughout the first floor and second floor mezzanine. 1.5 SOURCES OF INFORMATION During the course of the assessment the following documents provided information or assistance to Bureau Veritas: SOURCES OF INFORMATION mm Document Name Type of Date of Source Document Document Asbestos Survey Report Asbestos January 30, 2007 Bradshaw's Survey Environmental Resourse, Inc. wr The BOEING Company, Plans 1963 Austin Associates Transport Division Engineers Electronics Building 5-14 Refer to Appendix C for copies of the previous survey conducted by Bradshaw's Environmental Resourse, Inc. and the architectural plans associated with the structure by Austin Associates Engineers. The information and documents supplied to Bureau Veritas during the course of this project were assumed to be complete, true, and correct and were relied upon by the Bureau Veritas survey team. Additional sampling and survey work was performed by Bureau Veritas to verify extent of ACMs and other regulated materials. 1.5.1 Summary of Previous Survey Information In previous reports, the following materials were determined to contain asbestos: �. • Roofing materials, • Pipe Fitting insulation on fiberglass pipe runs, • 9"x 9"floor tile and associated mastic, • Sheet vinyl and backing, See Appendix C for a copy of the previous survey. rrr �rw 2 ■r a v�9 aw Z , Mr. David Williams Page 3 WH Pacific Project No.41108-008047.00 is Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport = 2_0 METHODS OF THE SURVEY 2.1 ASBESTOS Bureau Veritas conducted a walkthrough inspection and sampling of the building. Each portion of the building was inspected for suspect ACM. Materials within the building that were similar throughout in terms of color, texture, and date of material application were identified as a homogenous sampling area (HSA) and recorded. Bureau Veritas's asbestos survey was performed following a modified sampling protocol rrw for the renovation/demolition areas as outlined under AHERA, 40 CFR 763, the Puget Sound Clean Air Agency, Regulation 111, Article 4, and the State of Washington Department of Labor and Industries WAC 296-62-077021. The inspectors determined approximate quantity of materials by field measurements and drawing take-offs. Representative bulk samples from each homogenous sampling area were collected in accordance with protocols outlined in the USEPA AHERA regulations. Also, factored into our sampling was information gathered from previous surveys. If a previous surrey determined that the material contained asbestos, that information was relied on. Sections of the material were removed and placed in sealed containers, marked with a sample identifier and shipped under strict chain of custody procedures to Bureau Veritas' NVLAP-accredited laboratory for analysis. All samples were taken within EPA guidelines to minimize potential contamination to the surrounding area. Bulk sample locations, notes, and observations were made on-site at the time of sampling. Once a homogenous area was identified along with the approximate quantity the following sampling scheme guidelines were followed. 2.1.1 Miscellaneous Materials Samples of these materials deemed sufficient by the Inspector were collected in a random manner. 2.1.2 Surfacing Materials —material spray or trowel applied. The 3, 5, 7 guide as outlined in the USEPA AHERA sampling protocols was followed in determining the number of samples collected for each homogenous material. The 3, 5, .w 7, guide is as follows: 3 irr *u v 9 :� Z r m m Mr. David Williams Page 4 '0 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials a September 18, 2008 820 Building, Renton Municipal Airport = tw Size of the HSA Minimum#of Samples to be Collected Less than 1,000 ft2 3 Between 1,000 & 5,000 ft2 5 Greater than 5,000 ft2 7 2.1.3 Thermal System Insulation Samples were collected in a random manner with a minimum of three per material per system, or the materials were assumed to contain asbestos. 2.1.4 Laboratory Analysis Asbestos bulk samples, copies of the field data sheets, and chain-of-custody submittal sheets were delivered to Bureau Veritas' laboratory in Kennesaw, Georgia for asbestos analysis. Bureau Veritas participates in the National Voluntary Laboratory Accreditation Program (NVLAP) for quality control procedures. As specified in 40 CFR Chapter 1 (1-1- �" 87 edition) Part 763, Subpart F, Appendix A, each sample was analyzed using polarized light microscopy (PLM)/dispersion staining techniques, in accordance with U.S. EPA Method 600/M4-82-020. Detection limits for this type of analysis are approximately one �► percent (by volume). Materials containing more than one-percent asbestos are considered to be asbestos-containing materials (ACM). Bureau Veritas performs reanalysis of 10% of all bulk samples analyzed for asbestos, as part of our Quality Management Program. Detailed results of the laboratory analyses are contained in Appendix A. 2.2 HEAVY METALS ow Bureau Veritas collected one bulk sample for heavy metals analysis. In the Seattle and Tacoma area, it is known that mortar may contain heavy metals. A bulk sample was collected of the suspect building material. A container was held under the sampled surface to catch any debris that fell during sampling. Each sample was placed into a pre-labeled plastic bag and secured with a locking mechanism. Subsequently, a wet cloth was used to clean the area; all residual material was placed into a plastic bag and removed by Bureau Veritas. Total metal bulk sample, copy of the field data sheet, and chain-of-custody submittal sheet were delivered to Bureau Veritas' laboratory in Novi, Michigan for metal analysis. The bulk samples were analyzed in accordance with the Environmental Protection err Agency (EPA) Method 6010. Detailed results of the laboratory analyses are contained in Appendix B. err 4 MW Fu v 9 so � a o> rA Mr. David Williams Page 5 WH Pacific Project No.41108-008047.00 'o Survey for Regulated Building Materials a2 September 18, 2008 820 Building, Renton Municipal Airport = 2.3 LEAD Eleven representative paint chip samples were collected of the homogeneous paints present in Building 820. The area of paint to be sampled was scored with a sharp knife or scalpel, and the paint film was lifted off by sliding a thin blade along the score and underneath the paint. Bureau Veritas removed the paint down to the substrate (i.e. concrete, wood, steel, etc.), making sure all layers of paint were intact. Additional paints may exist under the surface coat in different areas other than those tested. The sample was placed into a pre-labeled plastic bag and secured with a locking mechanism. Subsequently, a wet cloth was used to clean the area; all residual material was placed into a plastic bag and removed by Bureau Veritas. Lead bulk samples, copies of the field data sheets, and chain-of-custody submittal , sheets were delivered to Bureau Veritas' laboratory in Novi, Michigan for lead analysis. The bulk samples were analyzed in accordance with the Environmental Protection Agency(EPA) Methods 7000B and 6010, respectively. Results of the laboratory analyses are contained in Appendix B. 2.4 OTHER REGULATED MATERIALS (MOLD, MERCURY) Bureau Veritas performed a visual survey for potential water incursion and mold sources, as well as for sources of mercury. For the other regulated materials, no sampling was performed. Our results are based on visual observations and research. ; 2.5 LIMITATIONS 2.5.1 Limiting Conditions as Bureau Veritas's site inspection included a physical inspection of accessible areas. Breather walls and ceiling spaces with no access hatches were not accessible in w numerous areas throughout the building. We did not attempt to disassemble equipment. Building equipment could contain asbestos materials that may not be discovered until exposed during demolition activities. r 2.5.2 Limitations of the Survey The conclusions of the report are professional opinions based solely upon visual site observations and interpretations of analyses as described in our report. The opinions presented herein apply to the site conditions existing at the time of our investigation, and interpretation of current regulations pertaining to regulated materials. Therefore, our opinions and recommendations may not apply to future conditions that may exist at the building, which we have not had the opportunity to evaluate. The regulations should always be verified prior to any work involving regulated materials. Within the limitations of scope, schedule, and budget, our services have been executed in accordance with generally accepted practices in this area at the time this letter was wr 5 r. �U y a r m oa Mr. David Williams Page 6 WH Pacific Project No.41108-008047.00 at Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport ■=' t:7" =<f prepared. No other hazardous materials/wastes were investigated. No other conditions, expressed or implied, should be understood. 3_0 RESULTS 3.1 SUSPECT ACM Lists of the suspect ACM and sample results are provided in Tables 1 -3, attached to this report. Information concerning sample locations and analytical laboratory results can be found in the attached Table 3 and the drawings. Copies of the laboratory analytical reports are in Appendix A. Photographs of asbestos-containing materials are behind the photograph tab. Of the twenty eight samples collected, two sample was found to be asbestos-containing (>1% asbestos) and six samples were found to have trace amounts of asbestos (<l%); these materials are listed in Tables 1 and 2, respectively. + . Materials that did not contain asbestos based on this surrey are as follows: • Gray sealant • Gray texture paint • Brown felt paper and associated mastic • 4" Beige cove base and associated mastic • Gray sheet vinyl flooring • Gray poured flooring and leveling compound • 4" Blue ceramic wall tile • 12"x12" Off white wall tile and associated brown mastic • Yellow insulation wrap associated with HVAC • Blue vibration joint cloth • Gray window caulk Materials visually observed and considered non-suspect were fiberglass pipe runs and thermoplastic wire insulation associated with building wiring to outlets and light fixtures. �,. 3.2 HEAVY METALS Bureau Veritas collected one bulk sample to determine heavy metal content in the interior cement masonry unit (CMU)wall and associated mortar were suspected to contain heavy metals. Analysis confirmed mercury concentrations of 120 milligrams per kilograms (ug/Kg) and lead concentrations of 300 (ug/Kg). 3.3 LEAD-CONTAINING MATERIALS Bureau Veritas collected eleven bulk samples for lead analysis. Six of the eleven samples collected had detectable levels of lead. wr The paints and coatings throughout the building on various building materials have detectable levels of lead. Copies of the laboratory analytical reports are in Appendix B. rr. 6 � a T tl9 Mr. David Williams Page 7 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials �gB September 18, 2008 820 Building, Renton Municipal Airport MINI1• U.:'Itt>f EVISEEM rfl 3.4 MERCURY Potential sources of mercury observed by Bureau Veritas are as follows: • Fluorescent light tube: 3,700 light tubes Mercury was identified in the bulk CMU and mortar sample taken. 3.5 MOLD Bureau Veritas did not observe any visible signs of fungal growth. 3.6 POLYCHLORINATED BIPHENYLS (PCBs) Bureau Veritas examined a portion of light ballasts labels. Labels stating "No PCBs" were not observed on the light ballasts examined. There are approximately 924 light ballasts that are potential sources of PCB. The exterior sealant between the concrete tilt ' up walls was identified as PCB containing. 4.0 APPLICABLE REGULATIONS AND GUIDELINES As indicated in Section 3, several types of regulated materials were identified during Bureau Veritas' survey. The following summaries of regulations applicable to these arr regulated materials are included for discussion purposes. 4.1 ASBESTOS There are three regulatory agencies that govern asbestos removal at the University of Washington in Seattle, Washington. They are as follows: The Puget Sound Clean Air Agency (PSCAA) regulates asbestos removal and building demolition as it relates to air pollution. Their guidelines are based upon regulations of National Emissions Standards for Hazardous Air Pollutants (NESHAP). Under PSCAA so regulations, it is unlawful to conduct demolition or renovation of any building without an asbestos survey conducted by an AHERA building inspector. The summary of the asbestos survey must be posted on site or communicated in writing to all persons who may come in the contact with the material. PSCAA conducts compliance inspections on selected asbestos abatement projects and may fine for violations. The PSCAA regulations also require the submittal of a notification form and fee prior to ACM removal and building demolition projects. The Washington State Department of Labor and Industries (L&I) regulates the protection of asbestos workers on the job site through the Washington Asbestos Standard. These regulations identify the standards for personal protection, permissible exposure limits, hazard communication, inspection requirements, approved removal techniques, and other related issues. A submittal of a notification form is required ten days prior to start of to 7 err 11I� Pu V t =w r am ao Mr. David Williams Page 8 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials ' September 18,2008 820 Building, Renton Municipal Airport a ' irr abatement; however there are no fees involved. L&I conducts compliance inspections on selected asbestos abatement projects and may fine for violations. im The Environmental Protection Agency(EPA) is responsible for enforcing federal environmental protection laws covering water and air pollution and hazardous waste. No notification or fees are required prior to an asbestos abatement project. 4.2 LEAD In general the regulations related to lead address worker protection and waste disposal. If paint or building materials containing lead (any detectable level) are impacted during renovation, demolition or maintenance activities, workers must be protected in accordance with Washington Administrative Code WAC 296-155-176-Lead in Construction. The employer must meet the requirements of this regulation, including instituting employee medical monitoring, a respirator program, a work practice program, proper training, and hazard communication. In accordance with WAC 296-155-17609 2(a) and 2(e), until the employer performs an employee exposure assessment, the employee shall be treated as if he/she were exposed to lead concentrations above the permissible exposure limit(PEL). rr Under the Washington State Department of Ecology regulations, lead is considered to be a toxic substance. If a solid waste leaches more than five milligrams of lead per liter (5 mg/1), it is considered to be a dangerous waste under Washington State law, and must be disposed of in a regulated landfill. In order to determine whether a solid waste suspected of being contaminated with lead should be classified as a dangerous waste, a representative sample of the solid waste should be collected for analysis of lead ` leachate under the Toxicity Characteristic Leaching Procedure (TCLP) extraction method. «� 4.3 OTHER REGULATED MATERIALS For the other regulated materials the objective is to protect workers during the work and to properly disposal of waste. 5_0 FINDINGS If during the course of renovation, suspect materials are discovered that are not identified in this survey, the materials should be treated as asbestos containing or lead containing until the material is sampled by an AHERA Certified Building Inspector or r Washington State Certified Lead Inspector and analyzed by a NVLAP or ELPAT accredited laboratory. err +rr VP 8 U Ve a 08, r m ro Mr. David Williams Page 9 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport = KIMMM Asbestos The following ACMs were reported by Bureau Veritas' analytical laboratory to contain >1% asbestos and thus are considered asbestos-containing. The locations of these materials are shown on the regulated material location drawings. The quantity listed is the approximate quantity expected to be impacted by the project. The list also includes materials found to be asbestos-containing during previous surveys by others. Material Asbestos Type Approximate Quantity Roofing material 3%-10% Chrysotile 18,700 SF Pipe fittings 10% Chrysotile 250 EA 9"x9"tan floor tile and associated 3%-5% Chrysotile 18,000 SF mastic 12"x12" Floor tile and mastic 2% Chrysotile 200 SF Sheet vinyl and backing 20% Chrysotile 60 SF Black felt paper and mastic 3% Chrysotile 400 SF Sealant 3% Chrysotile 15 LF Notes: EA—each, LF—linear feet, SF—square feet. In general these materials were in good condition. as The following assumed asbestos-containing materials are either present or assumed to be present in the building: Material Location Approximate Quantity Gaskets I Boiler room 140 EA Notes: EA—each The following materials were found to have trace amounts of asbestos (less than one percent, thus they are not considered asbestos-containing): Material Location Gypsum wall board and joint compound Throughout building Light Gray mastic Mezzanine, Room 22135 Yellow mastic associated with black stair Stairways tread Materials containing one percent or less are regulated by the Washington State Department of Labor and Industries for worker protection purposes only and are not regulated to the same degree as materials containing greater than one percent asbestos (asbestos-containing materials). Heavy Metals Interior cement masonry unit(CMU)wall and associated mortar were suspected to contain heavy metals; analysis confirmed the presence of mercury and lead. ■r 9 10 go �.0 v W , m Mr. David Williams Page 10 r�r WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials rb September 18, 2008 820 Building, Renton Municipal Airport a rr CMU was above the detection limit in the sample taken. The mercury concentration was 120 ug/Kg and lead concentration was 300 ug/Kg. See Appendix B for the laboratory wr results. Lead w. Based on Bureau Veritas' testing, the paints and coatings throughout the building on various building materials and equipment contain lead. In essence, whatever material or piece of equipment is painted or coated should be assumed to contain lead. There are 40 detectable levels of lead in the clay tile mortar. The following materials are assumed to contain lead: i„ • lead pipes lead soldering on copper lines • galvanized ductwork, iron, tin • sheet metal and mechanical equipment io • ceramic tile walls Lead concentrations may be high enough that there could be concerns about waste disposal (i.e., plaster ceilings or walls based on calculations) for individual items; On„ however, this depends on what materials will be recycled and what materials will be disposed and what the final waste stream will be. rr► Mercury Potential sources for mercury are as follows: fluorescent light tubes (there are estimated to be 3,700 tubes) and cement masonry unit wall. rrr Mold Bureau Veritas did not observe any visible signs of fungal growth. Polychlorinated biphenyls (PCBs) A portion of the light ballasts was examined for labels identifying their PCB-content. Labels stating "No PCBs"were not observed on the light ballasts examined. There are approximately 924 light ballasts that are potential sources of PCB. The OW exterior sealant between the concrete tilt up walls was identified as PCB containing. ow as 10 No eau Up �► a os � Mr. David Williams Page 11 WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials ns September 18, 2008 820 Building, Renton Municipal Airportt =�t� Recommendations and cost estimates were issued under separate cover. as ,�1 1 Report prepared by: Ginnie Psachos Consultant Seattle Regional Office Report reviewed by: ' Thomas Mergy, RG Environmental Services Manager Seattle Regional Office September 18, 2008 40 r yr 11 �u v :w ad ae' Mr. David Williams Page ii rtr WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport 0111MEN;�' +r hiYm:a� as ww an rrr TABLES rr TABLE 1 — POSITIVE (ASBESTOS-CONTAINING) ASBESTOS BULK SAMPLE RESULTS TABLE 2 — TRACE AMOUNTS OF ASBESTOS BULK SAMPLE RESULTS TABLE 3 — ASBESTOS BULK SAMPLE RESULTS ow No aw .y � L \ � \ \ 0 2 � � / e � @ . / k0 \ / 2 \ � § } d = � ) k } \ 4) 3 � 2 0 } a e 0 0 ■ } } 3 § � � 04 E� 2 ? 2 2 0 0 \ � .2 z z � m5LL >- V) k c eo2 = \ k k / 0 § » .E k : kk 0 0 a 2 m 0 CL' $ « to ; § ° c k \ g22 E £ «tea kJw c -D 0 ca� � 2 / \ w k ) -1 C ! k E 0 L LO g 0 b k 0 -0 0 ¥ / k CL c E \ 2 \ 9 k /cn g CL 15 % / 6 6 e 2 G G U R k � g 0 0 2 � } G ) k 7 20 0 0 LL LL c v � k & � z � d '°r iI a°i a�i m m a'0i a'ai a'Di 2p m m 6 a00+ 0 d d y 0 N N N Cl) N d r r N N N L L L L L 0 0 0 t U U U loll N c c U U c C c U o 0 0 Q O 0 o a O O O c Z Z N M Z Z Z V V V -O U U U V) to V5 0 E m f6 f6 am m t d o N h 02 C C fl. •� N T T T j O O f6 CL U m m c d Y C7 C7 C7 C N 3 3 U O L L t m 0 m O) O) N m m m N J J J m 7 7 > > 7 7 0 7 7 7 7 0 0 O O O O :3 0 O O N O N 0 0 'O N N N O N N N J c c c c c c c c c c c c N N N 0 m 0 0 N N QI N N +� o 0 Co 1 0 a o 0v o 0 tm 0 0 0 0 0 0 i 0 0 0 0 0 0 0 0 0 0 Z mo _ 2 U mo 2 m = _ m Z m 0 aw 42 V CE r N M — N r- H O w a m O d p B Z 0 0 0 0 0 0 MAD 0 o U. Z Z Z Z Z Z N £ p c to m c= 0 0 0 0 0 0 c 'v ° Uo C7 C7 C0 C0 0 cc _ c 4) m V aNi Q N c D O t 4 0 U - c t3 CL v_ a m m m m ,� E E E rn m m io c O C Q U E 3 U 2 2 y 'rD E ° rn v E c -x 0 0 C7 > !0 c dt d 'L y l0 W L L CL cm 0) g IX cc v Oslo a w a LLI o m a m LO m o Q LO 0 3 g O O O 0o O 0 o � WAD d O m e R LO c E W o Z o lA o o c V W E v 0 U U 0 0 w o L6cEuicEuicE y t J 0 0 0 m a� o m a� O m m E E N E N �p` O N 16 0 d O 0 0 E O E °' E N ` O 'N cc M U v Z 0 0 ° 0 0 0 7 E lot �' O � m N OO N M V 'd a ¢ 3w E o 0 o 0 0 0 v N co 00 co m - � •m a m E m r�r 0 a°> 0 a°> a°� a°� m E Q1 0 c c fc0 c c lc0 4' M 0 0 N N N 0 O A N a !A U _o 0 E LL. W V ^2 () O r Z 'SIN a a aaa aaa as as a as as a as a a i m an d m m m m (1) 42) m a) m m m m a) (1) m m m m m W 0) U Ti iu 16 6 0 0 6 0 0 5 0 = '6 '6 'U 7) 5 = — v 13 t ti 1111 Be d °: °? a; °? :? 0 :? O d d d o a� d N N o o a) d m a� �- m (D 4) m d m m m Q) a) Q) Q) Z d m m a) m Z Z (D m 0 a) D coo 0 0 0 00 U t 00 00 D L t Do 0 0 () a) a) a) a) a) a) a) N N a) N U a) a) a) a) a) U U a) m a) a) c c c c I C C C C C C C C C C C C C Q O O O O O O O O O O O O c O O O O O o c O O O O Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z C Z C C Z C Z CL a a m m � c ca CO cc 0 0 o o o m d o ami a) >- m m } ca ai (0 ti ii 0 > .- o d '' m CL a'S U) m co d co 06 U) 1- m c c U- c U c U y C9 0 m 0 m (9 0 C9 0 m m m m m` m CO '(D "69 m U) co U) U) U) U) 0 U) U) U) U) () U) to co 0 m 0 0 U) U) U) U) (n 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 U1 3 3 3 3 3 3 3 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 3 0 0 0 0 0 0 0 a) (D a) a) 0 a) () 0) a) a) a) a) a) 0 a) 0 0 a) a) a) a 0 a) 0 a) J c c c c c c c c c c c c c c c c c c c c c c c c c a) () a) a) () a) a) a) N a) a) a) a) () () a) 0 a) 0 a) 3 a) m 0 a) O) tm 01 0) O) O) m O) O) O) a) O) O O) O 0) , O w, O O O w, 0 0 0 �,., O O w, 0 0 O O 0 0 O O o 0 j 0 a 0 0 'O O (D 072 O •l0 0 0 0 (0 O O O (p O O •(0 O O O O O O O O O O •x O O O O O O N O O xaxxxaxxxaxxaxx x x xx xx xx � x0xxmxaxm m N CO I N M .-- N N N .- N .- N M N M N �+ J d � O 0 ate ` 0 0 0 0 0 0 0 0 0 0 0 w } Z Z Z Z Z Z Z Z Z Z Z LL d 0 m c m G ° a a a a a a a a a a a CL rn= 0 0 0 O 0 O O 0 0 o O E c 'o 0 0 O O 0 0 0 o O 0 0 C- :2 C C9 C9 C9 C9 C9 C9 C9 C9 C9 C9 C9 CD to cco O m m m c N ui N w m -a c •° c r d tC a a) is �o a c c c n0 -0 00 00 ° d O v ai ai U0i a m m m a) = a) = o_ n. c � y a) m a� � y u � 0 � 00 8m 3c� cc L Q Q 3 N N .y v E E c m m m X m m m a 0 O c n a o :? E E E .0c .2) c 3 •- 3 - W C 41 >. T T T Y Y Y a) m a) m uJ uJ .� 7 J 4) w N N N N 0 0 W'm m T C Tc T Q � � C9 m m m "v 'v 0 ° a a a Q a a a Q a a Q C. d m N M 't N M LO O p _ O O O O O O O O O O O O O O O O O O O O O O a � 3 ° a �c°- o t o E c E E CD x c ca c 0 ° a E E m c w n e- d = m M a C O .E7 7 U U y N E 3 0 m 3 E E E U U �° ,° m m Z U) 0 0 0 $ U U U a m E N Cl) to O n co O O r w m a Q Q Q Q Q Q Q Q Q Q Q a` )m 0 ED E O o 0 0 O o 0 0 0 0 0 3 c N N N N N N N N N N N m co 0o co 00 00 aO co co co co co -5 -0 N U) U) a) '- a) C U) U) U) U) V) Ul W N U) Ul U) a O 3 3 3 3 3 3 7 3 3 3 O O 3 O O O O O O O O O E m `; R d a) a) m (D m a) m E H m m _m m _m _m m m _m co A c� °0 °0 °0 °0 c� c� °0 o m UJ U) _a 0 N uJ O C U U o « Z `m dd � m teL ° d d4) 4) �i � m d d U. 0) a) (L) ) i � rrr a ti 2i ti ti - ti ti t) t) ti ti ti ti v .6 ti t5 ti v' o 0 0 t5 4) a _4) _4) d 2 mm aama _) 2BZ w V) U) m m m mm mm m mm mm mm mmmmm Z r m U U U � w m m m m U m m d m m m m m m m m m m m m c c c c c c c c c c c c c c c c c c o 0 c c Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O rw z z z � zz z z z zzzzzzzv v v z 1, cc C C C U U U 6 C > 2 m O L o L o L N u1 5 N F- V U U V .U. V 0 m m m Q C 'f0 m m 0 .� N m m co m N m m m N m CO m t`T4 050 's m a U) Y 3to A L L U 3 c c c c 3 �y�c 3L> 3LU� U� C9 t T 0 0 'c�5 3 a) 0 3 3 3 3 0 0 m _m d0 _Omc 3 mo 00 20 75 0) rn rn y 0 m >- m m (9 m m >- m mm m >- O } O > O � -i J m G U) U) 0 U) U) ~ 0 U) U) U) V) 0 0 U) 0 U) U) (n U) N U) N 7 3 3 3 U) 7 U) 7 7 7 3 3 7 7 3 7 7 7 7 7 3 3 3 O O O O 3 0 3 O O O 0 0 0 0 0 0 0 0 0 0 O O O m m m N O m O '0 CD m m m m m m m m m m m m m m m J c c c c c c c c c c c c c c c c c c c c c c c c a) °) m m m m m m 3 N m N m m m m m m m m N m m a) m 0) c 0) 0) O O 01 O) O) 0) 0) O 0) 0 .9 O 0 0 O O O d O I O O O 0 0 0 0 0 0 0 0 O O O E O E E E E E E E m E E E E E E E E E E E E E E 0 -2 O 0 0 O O O O O -_ O 0 0 0 0 0 0 0 0 0 0 O O O = LL 2 22 m1: ll) 2 22 2 = 222222 = 2 2 m � N — N O N N (N r N O N r• N N � v J C� m O Z a s o 0 0 0 0 O 0 0 o O o 0 0 0 z z z z z z z z z z z z z z ai 0 m c m 0 ° v v v v v v v v v v v v v CL O 0 O 0 0 0 o O O O 0 0 O 0 E c a 0 O O 0 0 o O 0 0 0 O O 0 O w m c O O C9 C9 C9 C9 C9 C9 C9 C9 C9 C9 C9 C9 co V d m 3 m a+ N O U) m N C m C C U .0 U U U O O 0 N N C N O O fA O O 'V t o N 6 ° m p m C "6 o an d m E m E vii Ui U)i T T T w r c c c m m m @ o M o m > c'� cy5 o .0) m ~ iv o iv o Q Q Q C7 C7 0 N J c Ly m m > m x X a > > > rn rn rn 3 CD a� T m N N 2 2 2 J J J m L 3 U O m - 3 Q Q Q Q Q Q Q Q h ° IL co A O M IT LO CO ° ° ° ° ° ° ° ° ° O O O O O O O O O 0 m ui 3 c E c c c a� c - m m m 3 m 3 �6 3 = o m -0 — O Q aNi m ° $ m m 16 ° 3 3 3 ° 3 v 3 v m o ; ai f6 ° > rn a a m E v E c � v m °o z ° ui w () 3 -v Z 0 3 -a 2 .E M 0 o o �' w o Q Q Qwm v u� m — O me O m y �' w 0 :-0 y ui c 0 0 ° m r= o Sri> )ri> > E v J c a m E m E 0 o m p m 2 m 2 m 2 m m m o m U m ° ° m O. E C •@ E 2 E O O M w N z N O N O N O N N N N N c N m p m E 0 E � � Z5o o � oaNiv o � o �) 000vovEm of Em o �� ° m 0 N o Z m U) U) U) O m ° ° m of 3 '0 2 z v� � E � E -0 Gm 3 E N_ M_ �_ LO Cfl n c0 0) O CN 04 CNy M I7 (ma(yy "°' m Q Q Q Q Q C%j C14 O Q Q Q Q Q Q Q Q Q `> � m N O N O O O O O O O O m N N N N N N N N N 3 t� O co co co O (O co co co CO 00 O 00 00 75 'm0 3 (D .� C W CA U) to 0 U) U) U) (j] U) N U) U) U) Q_d O 7 3 3 3 7 3 3 3 7 7 3 3 3 3 O O O O O O O O O O O O O O E E m m m m m m m m m m m m m m O c c c c c c c c c c C C c C CA m _m m m m mm C6 ym N 6y3 QN l6 u N l6 �y U) to c°) c) c) Ea t) t� c) c)) (A U c U p•li C6 _N U) N N N U) V) N_ V) u1 U) uJ U) uJ EO d U o e z . � U) —_ k k k � 3 3 m e § k 2 / ) % 1 Q. o � M 4) 0 7 7 0 k § » @ I 6 0 _ J ; -J � . o % k § k k 2 ja J � � \ ; G ad ■ , � � c2 CL CD 2 2 - < M 3§ 0 LL § § $ £ k ] o / 2E ■ / _ � � 2 ° 3 \ E \ CD Lu m ■ 04 / \ � \ k \ j \ ° @ co . C14 c o ° 2 \ \ 6 Z © k 2 \ 0 0 mC 0 LO m k ¥ $ ° ca 2 c,4 E Z5 9 c @f E Ex ± \ e o E ou 2 � W ¥ 2c \ E ° g m � _ / U % % k 7 m § § k » c co co c a t \ Qw ! 2 k k k E k ) k @ E cc 2 § ) \ k§ v 5 & S E 6 \ o ] � wlr AU V 9 y m as Mr. David Williams Page iii ow Mr. Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18,2008 820 Building, Renton Municipal Airport ' 110 arr rw DRAWINGS ACM SAMPLE LOCATIONS - HZ-1, HZ-2 ASBESTOS-CONTAINING MATERIAL LOCATIONS - HZM-1, HZM-2, HZM-R w. o 110 L co � q I ■r I O Z ICI CA AL AL AL AL O I I e ampW79 � r r of 5�� ° m N� sR H 9 �2 s�� °� m m g§§Z8 v N ° � z z z n z z czii czi czi 5;w 5 P A tl tx a % I ,0 }�' K 'r r��WAY�1�yY Wi 111 if',' f P P 3 �,-'..,.. i r w v v V O O � I ► r i O N O o wr► ' w t N A A v I GO ■. m j t 4 11,1111 IMP LIS -, 4 TIN , i I O II m Z �I A m D g r m z Z Z a i au u ar � m Mr. David Williams Page iv WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials s September 18, 2008 820 Building, Renton Municipal Airport = ' rrr rrr PHOTOGRAPHS 1-4 aw � � � � � � � � alkabss asbestos-containing aa2bAmoClumn aura ��� B@yCryol. Vr» � Site Renton Municipal Ai 20 Building qO Project No. DBe Client W#Pcmc £loms4nlm 21-8/2$8 : Subject Gray asbestos-containing sealant located above maroon door aE Bea wall.0%Ces&t Vr_ Site Renton Municipal Airp o Building 820 P me No Date \ Client WH Pacific 41108-008047 00 2pa2Z &m . � +rr vrr rrr yw r OW Subject Grey PCB-containing sealant located at W wall,5'left of garage. Bureau 3 Veritas r Site Renton Municipal Airport Building 820 Project No. Date Client WH Pacific 41108-008047.00 7/1-8/22/08 w w +w. WN Subject Black PCB-containing sealant located at W wall,5'left of garage. Bureau 4 Site Renton Municipal Airport Building 820 Project No. Date Client WH Pacific 41108-008047.00 7/1-8/22/08 wrr 4 Mr. David Williams Page v WH Pacific Project No.41108-008047.00 at Survey for Regulated Building Materials September 18,2008 820 Building, Renton Municipal Airport Mlt APPENDIX A wr ASBESTOS LABORATORY ANALYTICAL RESULTS ww ra0 wrU V!9 e a r m w tm 6 am go ANALYTICAL RESULTS Date: 30-✓un-08 CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0806189 Date Received: 6/26/2008 un Client Reference: 41108-008047.00/001 Report Date: 30-Jun-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP Lab ID Client Sample ID Analyst Date Sampled Date Analyzed 001A 820-A01 TD 06/12/2008 06/30/2008 tlYhf Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 1 Homogeneous Gray&Yellow Paint None Detected Non-Detected Binder/Filler (2) 98 Homogeneous Gray Sealant None Detected Non-Detected Binder/Filler (3) 1 Homogeneous Black Sealant None Detected Non-Detected Binder/Filler aw 002A 820-A02 TD 06/12/2008 06/30/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate rw (1) 1 Homogeneous Gray&Yellow Paint None Detected Non-Detected Binder/Filler (2) 1 Homogeneous Silver Paint None Detected Non-Detected Binder/Filler (3) 98 Homogeneous Gray Sealant None Detected Non-Detected Binder/Filler 003A 820-A03 TD 06/12/2008 06/30/2008 err Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 1 Homogeneous Gray&Yellow Paint None Detected Non-Detected Binder/Filler (2) 99 Homogeneous Gray Sealant None Detected Non-Detected Binder/Filler 004A 820-A04 TD 06/12/2008 06/30/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate awr (1) 100 Homogeneous Gray Textured Paint None Detected Non-Detected Binder/Filler Microscope Documentation ar Instrument Manufacturer Model Description PLM 1 Olympus BH-2 AS-OL-28 PLM Microscope WII The reliable limit ofquantitation of the method is 1%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<I%"."None Detected"indicates that no asbestos fibers were observed. aw + Analyst(s)Name/Date: 6/30/2008 am 1 of 3 am �o yr t s m a+ a ANALYTICAL RESULTS Date: 27-Jun-08 CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0806193 Date Received: 6/27/2008 Client Reference: 41108-008047.00 Report Date: 27-Jun-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP Lab ID Client Sample ID Analyst Date Sampled Date Analyzed 001A 820-A05 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 80 Homogeneous Black Mastic None Detected Non-Detected Binder/Filler (2) 20 Homogeneous Brown Felt Paper None Detected Cellulose fiber 95% Binder/Filler 002A 820-A06 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Brown Felt Paper None Detected Cellulose fiber 95% Binder/Filler Mastic Layer Comment. Mastic layer inseparable from sample. 003A 820-A07 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 98 Homogeneous Black Felt Paper Chrysotile 3% Cellulose fiber 95% Binder/Filler Mastic (2) 2 Homogeneous Brown Mastic None Detected Cellulose fiber 3% Binder/Filler Layer Comment: Black mastic layer inseparable from sample. Total 3% 004A 820-A08 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 95 Homogeneous Beige Cove Base None Detected Non-Detected Binder/Filler (2) 5 Homogeneous Brown Mastic None Detected Non-Detected Binder/Filler 005A 820-A09 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 90 Homogeneous Beige Cove Base None Detected Non-Detected Binder/Filler (2) 5 Homogeneous Brown Mastic None Detected Non-Detected Binder/Filler (3) 5 Homogeneous White Mineral Mixture Chrysotile 2% Non-Detected Binder/Filler Total<1% The reliable limit ofquantitation of the method is 1%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<I%"."None Detected"indicates that no asbestos fibers were observed. Analyst(s)Name/Date: 6/27/2008 1 of 5 r illa �'"re r a m ANALYTICAL RESULTS Date: 27-Jun-08 CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0806193 Date Received: 6/27/2008 Client Reference: 41108-008047.00 Report Date: 27-Jun-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP a� Lab ID Client Sample ID Analyst Date Sampled Date Analyzed 006A 820-A10 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 13 Homogeneous White Joint Compound Chrysotile 3% Non-Detected Binder/Filler Paint (2) 2 Homogeneous Brown Paper None Detected Cellulose fiber 95% Binder/Filler *W (3) 85 Homogeneous White Gypsum Board None Detected Cellulose fiber 3% Binder/Filler Gypsum Total<1% 007A 820-A11 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 10 Homogeneous White&Brown Paper None Detected Cellulose fiber 95% Binder/Filler Ila Paint (2) 90 Homogeneous White Gypsum Board None Detected Cellulose fiber 3% Binder/Filler !_ayerComment No joint compound present. 008A 820-Al2 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Gray Sheet Vinyl Floorinc None Detected Cellulose fiber 20% Binder/Filler rYr 009A 820-A13 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 98 Homogeneous Black Stair Tread None Detected Non-Detected Binder/Filler (2) 2 Homogeneous Yellow Mastic None Detected Non-Detected Binder/Filler 010A 820-A14 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate Wlti (1) 99 Homogeneous Black Stair Tread None Detected Non-Detected Binder/Filler (2) 1 Homogeneous Yellow Mastic Chrysotile 1% Non-Detected Binder/Filler Total<1% The reliable limit ofquantitation of the method is 1%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<I%"."None Detected"indicates that no asbestos fibers were observed. Analyst(s)Name/Date: +: "T " 6/27/2008 2of5 •r IW a�u v�9 c .. n s m m ANALYTICAL RESULTS Date: 27-Jun-08 CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0806193 Date Received: 6/27/2008 Client Reference: 41108-008047.00 Report Date: 27-Jun-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP Lab ID Client Sample ID Analyst Date Sampled Date Analyzed lit 011A 820-A15 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 70 Homogeneous Gray Flooring None Detected Non-Detected Binder/Filler Cemetitious Material (2) 30 Homogeneous Tan Leveling Compound None Detected Non-Detected Binder/Filler 012A 820-A16 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 98 Homogeneous Blue Ceramic Wall Tile None Detected Non-Detected Binder/Filler (2) 2 Homogeneous Yellow Mastic None Detected Non-Detected Binder/Filler 013A 820-A17 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 90 Homogeneous Brown Wall Tile None Detected Cellulose fiber 95% Binder/Filler Paint (2) 10 Homogeneous Brown Mastic None Detected Non-Detected Binder/Filler irk 014A 820-A18 TD 06/26/2008 06/27/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 90 Homogeneous Brown Wall Tile None Detected Cellulose fiber 95% Binder/Filler Paint (2) 10 Homogeneous Brown Mastic None Detected Non-Detected Binder/Filler rr Microscope Documentation u Instrument Manufacturer Model Description PLM 1 Olympus 131-1-2 AS-OL-2B PLM Microscope The reliable limit ofquantitation of the method is 1%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<1%"."None Detected"indicates that no asbestos fibers were observed. Analyst(s)Name/Dater J 6/27/2008 3 of 5Iri trtt 4pU Y 9 t .t s m m 8 ANALYTICAL RESULTS Date: 02-Jul-08 MW CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0807009 Date Received: 7/2/2008 Client Reference: 41108-008047.00.001 Report Date: 02-Jul-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP Lab ID Client Sample ID Analyst Date Sampled Date Analyzed 001A 820-A19 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 55 Homogeneous Yellow Insulation None Detected Mineral wool 95% Binder/Filler Cellulose fiber 1% Granular Minerals Resin (2) 45 Homogeneous Off-White Cloth None Detected Cellulose fiber 95% Binder/Filler Granular Minerals 002A 820-A20 KC 07/01/2008 07/02/2008 rrr Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 55 Homogeneous Yellow Insulation None Detected Mineral wool 95% Binder/Filler Cellulose fiber 1% Granular Minerals rra Resin (2) 45 Homogeneous Off-White Cloth None Detected Cellulose fiber 95% Binder/Filler Granular Minerals 003A 820-A21 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 55 Homogeneous Yellow and Gray None Detected Mineral wool 95% Binder/Filler its Insulation Cellulose fiber 1% Granular Minerals Resin (2) 45 Homogeneous Off-White Cloth None Detected Cellulose fiber 95% Binder/Filler Granular Minerals 004A 820-A22 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Light Gray Mastic Chrysotile < 1% Non-Detected Binder/Filler Granular Minerals Resin Total<1% itrt err The reliable limit of quantitation of the method is I%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<1%". "None Detected"indicates that no asbestos fibers were observed. I Analyst(s)Name/Date: 4d&iccf 'K 7/2/2008 1 of 4 m � 1 sa ANALYTICAL RESULTS Date: 02,/ul-08 CLIENT: BUREAU VERITAS-SEATTLE Sample Type: Bulk Work Order No.: A0807009 Date Received: 7/2/2008 Client Reference: 41108-008047.00.001 Report Date: 02-Jul-08 Method Reference: EPA-600/M4-82-020/EPA/600/R-93/116/NYELAP Lab ID Client Sample ID Analyst Date Sampled Date Analyzed 005A 820-A23 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Light Gray Mastic Chrysotile <1% Non-Detected Binder/Filler Granular Minerals Resin Total<l% 006A 820-A24 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Light Gray Mastic Chrysotile <1% Non-Detected Binder/Filler Granular Minerals Resin Total<1% 007A 820-A25 KC 07/01/2008 07/02/2008 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Bluish-Gray Duct None Detected Synthetic fiber 20% Binder/Filler Resin 008A 820-A26 KC 07/01/2008 07/02/2008 I0 Layer POB Sample Morphology Asbestos % Other Fibers % Particulate (1) 100 Homogeneous Bluish-Gray Duct None Detected Synthetic fiber 20% Binder/Filler Resin Microscope Documentation Instrument Manufacturer Model Description PLM 5 Olympus BH-2 Olympus Polarizing Microscope I > The reliable limit of quantitation of the method is 1%,although asbestos may be qualitatively detected at concentrations less than 1%. Samples which asbestos is detected at<1%are reported as trace,"<1%". 'None Detected"indicates that no asbestos fibers were observed. Milli Analyst(s)Name/Date: kd,4 C 7/2/2008 2 of 4i1 NVL Laboratories Inc. 4708 Aurora Ave.N.,Seattle,WA 98103 For the scope of accreditation under NV LAP Lab Code 102063-0 Tel:206.547. Fax:206.634.1838 www.nvllabs.com Bulk Asbestos Fibers Analysis www.nvllabs.com By Polarized Light Microscopy �r Client: Bureau Veritas North America, Inc. Batch #: 2810797.00 Address: 4636 E. Marginal Way South, Suite Client Project#:41108-008047.00 140 Date Received: 08/22/2008 wrr Seattle,WA 98134 Samples Received: 2 Attention: Ms.Teri Choate Samples Analyzed: 2 Project Location: Renton Airport, Bldg 820 Method: EPA160OR-93/116 tiro Lab ID: 28065781 Client Sample#: 820-A27 Location: Renton Airport, Bldg 820 Layer 1 of 1 Description: Gray thin soft material with paint Non-Fibrous Materials: Other Fibrous Materials:% Asbestos Type: % Binder/Filler, Paint, Sand None Detected ND None Detected ND Lab ID:28065782 Client Sample#: 820-A28 Location: Renton Airport, Bldg 820 Layer 1 of 1 Description: Gray putty material with paint Non-Fibrous Materials: Other Fibrous Materials:% Asbestos Type: % Binder/Filler, Paint None Detected ND Chrysotile 3% wv W rr� Sampled by: Client Analyzed by: Lyudmila Veh Date:08/22/2008 Reviewed by: Nick Ly Date:08/22/2008 Nick , Note: If samples are not homogeneous,then subsamples of the components were analyzed separately. AA bulk samples are analyzed using EPA 600/R -931116 Method with the following measurement uncertainties for the reported %Asbestos(1%=0-3%,5%=1-9%, 10%=5-15%, 20%=10-30%,50%=40 -60%). This report relates only to the items tested. If sample was not collected by NVL personnel, then the accuracy of the results is limited by the 04 methodology and acuity of the sample collector. This report shall not be reproduced except in full,without written approval of NVL Laboratories,Inc. It shall not be used to claim product endorsement by NVLAP or any other agency of the US Government. Page 1 of 1 sr .,3 I �N tp N K EL a w C m CL U. W / ® G ' O 4 O N ISO a o c a ® C m = dD m a s vaZU ¢ C7 m to aac a h E m m n a a c � m a m = om omma�e C it a� L C �z G 2 � ` v v 0 � �U- a ca . Q " rr1 m 2 m can a, ,re ® RZ 0 0 p Q m o vaia .c t ai It m CL EF= gym ovmmm C p m OCZ L) t! C� tYt�$ QO co 2 of 3 iii to dw a 5z \ ac o CL CL 0 U o V p \ E E E p m m m c �Z3 0v .- m e n u LL • � i � O } d 3 \ s � m N W yYl� x x yL(( X pp a LL m p- t p Im WE E � sieup]uwJ)o.aagwnN v� U � � � � • LU w c N � �"" -c g > _ CL f.2 UA Ui og X �: � ®/ � ❑�❑ as � � �' PW I � W z° W U � (1) o = no+ Li a f: W L c c Uhmw F n Ai d ew IE D ® � _r _ t� .�° rte. e i• U. f ° U) U gE y� to E P } y Q O L I Sl� P� PS Z 2 -�9 O • N „ N W t N C C yy d L Z U�� U h w� j5 fAaz Liu. 4 of 5 `"''. My • 3 4� � k ' w z i � L A =+ a G o u rA ® � w s v1 z a Sa C � T r uO yv w+ C rA i Z U•. N W 9 ��� � � 67 .•t� � J u C 3of3 iw do 4 Y AO Ca s= ra In �► ; zj- cz "1 40••.. dvS clt Cc m af^i 6 G CCc C N r0 �„� � � •�, � °� �: d � "� d- � ter_ � Z 74 c� J 9 Q 1 Q rl � CA- ce Oft JA CL o � S ,I•,;. �. T„+ a7 aH0!•1 V � 'ya ` fiJ "-7 ._fl '� ""� y T. � �F +,� �'1 S 66, a $ p a rn U P- A >'< 5of5 Aw c D m PIK W J " C � CL �° W n. i i a � o0o J y 4. y � \ 4 of r a a o CC a m c w cIJ z 0 we m a•• d L q u a p to E m o m m m W v 4 A ci mc � m ale Ic -'Sina E o �( 0 V [2 cp q L N c Z G n y0 (n m H tJ� U U z -- N N CD 4 .. rZ Q G l� �: � '•tee "w r. m ERZ y ti ai �, 'O N �! O N m c< m o O Z E t CL Q Crj XzU UFl UCOG � QO h 3 of 4 N t�7A a a a 4a u ++n■ cz w3 0 Q `�C + 1"- o CD a N 1-�� c o � £ £ a � ira � y qC WC A f ry 1`j re N N N N Aw Q' CA rrr vi 00 Cl 00 OQ 4o Oct O g�. a � y GQ V1 N V QI Ift 4of4 aw NVL Laboratories, Inc. BATCH ID 4708 Aurora Ave N, Seattle, WA 98103 CHAIN Of CUSTODY 281079 7.00 Tel. 206.547.0100 Emerg.Pager. 205.344.1878 SAMPLE LOG s Fax: 206.634.1936 1.888.NVL.LABSt(6885.5227) -° •• • Client NVL Batch Number Street Client Job Number �'//OS- U 8,0 y 7. t''U Total Samples Turn Around ❑2 4-Hrs D 4 Days Project Manager &e-1 �-Hrs ' 2 Days 0,5 Days Project Location D 3 Days ❑6 to 10 Days ' Please call for TAT less than 24 Hrs Email address's xi' GJ�tc G1S, Phone: Fax: of til/%P 5 . cv�. D Asbestos Air D PCM(NIOSH 7400) ❑TI=M(NIOSH 7402) D TEM(AHERA) D TEM (EPA Level In D Other Asbestos Bulk IZPLM (EPA/600/R-93/116) D PLM(EPA Point Count) D PLM(EPA Gravimetry) D TEM Bulk D Mold/Fungus D Mold Air D Mold Bulk D Rotometer Calibration METALS lnst./Det Limit Matrix RCRA Metals 171 Ali a r e s D Total Metals D FAA(ppm) C3 Air Filter ❑Paint Chips in cm D Arsenic (As) D Mercury(Hg) 12 Ali �s ❑TCLP Q ICP(ppm) D Drinking water � 0 Waste Water D Barium(Ba) D Selenium(Se) D Copper(Cu) D GFAA(ppb) D Dusttwipe (Area) D Other Q Cadmium(Cd) D Silver(Ag) ❑Nickel (Ni) D Sal D Chromium(Cr) D Zinc(Zn) D Paint Chips in% D Lead(Pb) ❑Other Types D Fiberglass D Nuisance Dust D Other(Specify) of Analysis O Silica O Respirable Dust Condition of Package:O Good O Damaged(no spillage) D Severe damage(spillage) Seq.# Lab ID Client Sample Number Comments(e.g Sample area,Sample Volume,etc) AIR 2 Z v- C le- 3 4 5 6 7 8 9 10 11 12 13 14 15 Print Below Sion Below Comvany Date Time Sampled by zS 1/N4- Z G� Iii Relinquished by Cho. �.. ��vao L/ 02 Mtf Received by ,rP Analyzed by Results Called y Results Special Instructions: Unless requested invwriting,LA samples will be disposed of two (2)weeks after analysis. a aQ N TM t/1 aaA •T � Ln 5 ix ,arty' Q IX y ov a in v aq[ m r'. 10 e 3 " � s 2 a ¢u v ,� # a Mr. David Williams Page vi WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials a2s September 18,2008 820 Building, Renton Municipal Airport E 1[1E61 ;w21RR Mwnsr� APPENDIX B HEAVY METALS LABORATORY ANALYTICAL RESULTS di tr I ANALYTICAL RESULTS Date: 30-.ru„-08 Client: BUREAU VERITAS-SEATTLE Work Order: 08061202. Project: 41108-008047.00/Renton Airport Lab ID: 08061202-001 Collection Date: 6/12/2008 Client Sample ID: 820-Lol Matrix: PAINT CHIP Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead ND 80 mg/Kg 1 6/27/2008 DH Lab IDc 08061202-002 Collection Date: 6/12/2008 Client Sample ID: 820.-L02 Matrix: PAINT CffiP Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead ND 82 mg/Kg 1 6/27/2008 DH Lab ID: 08061202-003 Collection Date: 6/12/2008 Client Sample ID: 820-1,03 Matrix: PAINT CHIP Reporting w Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B ' Lead 160 82 mg/Kg 1 6/27/2008 DH Lab ID: 08061202-004 Collection Date: 6/12/2008 Client Sample ID: 820-1,04 Matrix: PAINT CHIP Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead 410 82 mg/Kg 1 6/27/2008 DH Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits 1-Analyte detected below quantitation limits R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range " -Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 2/3 tir, ! ANALYTICAL RESULTS Date: 30-Jun-08 Client: BUREAU VERITAS-SEATTLE Work Order: 08061202 Project: 41108-008047.00/Renton Airport Lab ID: 08061202-005 Collection Date: 6/12/2008 Client Sample ID: 820-L05 Matrix: PAINT CHIP Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead 200 82 mg/Kg 1 6/2712008 DH Lab ID: 08061202-006 Collection Date: 6/12/2008 Client.Sample ID: 820-1,06 Matrix: PAINT CHIP Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead 200 79 mg/Kg l 6/27/2008 DH 1 Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below quantitation limits R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 3/3 � tti F wo ANALYTICAL RESULTS Date: 01-Jul-08 Client: BUREAU VERITAS SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-OOIA Client Sample ID: 820-L07 Matrix: BULK Tag Number: Collection Date: 6/26/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead 470 82 mg/Kg l 6/30/2008 CAW 7 7 Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range •-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 2/7 j i ANALYTICAL RESULTS Date: 01-Jul-08 Oil Client: BUREAU VERITAS-SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-002A Client Sample ID: 820-1,08 r Matrix: PAINT CHIP Tag Number: Collection Date: 6/26/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst tll� METHOD EPA 6010E Lead ND 140 mg/Kg 1 6/30/2008 CAW I I i I Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits 3-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits rl B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 3/7 rrt ANALYTICAL.RESULTS Date: 01-Jul-08 Client: BUREAU VERITAS-SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-003A Client Sample ID: 820-L09 Matrix: PAINT CHIP Tag Number: Collection Date: 6/26/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst 7 METHOD EPA 6010E Lead 2,000 120 mg(Kg 1 6/30/2008 CAW rr . i i rr Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range •-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 4/7 i ANALYTICAL RESULTS Date: 01-Jul-08 Client: BUREAU VERTTAS-SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-004A Client Sample ID:. 820-L10 illl Matrix: PAINT CHIP Tag Number: Collection Date: 6/26/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010B Lead 2,100 80 -g/Kg l 6/30/2008 CAW lid I i r1 i . lrlf Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 5/7 I ' its I _ ANALYTICAL RESULTS Date: 01-Jul-08 Client: BUREAU VERITAS-SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-005A Client Sample ID: 820-Lll Matrix: BULK Tag Number: Collection Date: 6126/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst. 7 METHOD EPA 6010B Arsenic ND .100 mg/Kg 1 6/3012008 CAW Barium ND 100 mg/Kg 1 6/30/2008 CAW Cadmium ND 50 mg/Kg 1 6/30/2008 CAW 7 Chromium ND 100 mg/Kg 1 6/30/2008 CAW Lead 300 100 mg/Kg 1 6/30/2008 CAW Selenium ND 100 mg/Kg 1 6/30/2008 CAW Silver ND 20 mg/Kg 1 6/30/2008 CAW MERCURY_;METHOD EPA 7471A Mercury 120 60 µg/Kg ] 6/30/2008 CAW wt+t Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range •-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 6/7 "'1 I i ill �I ifr ANALYTICAL RESULTS Date: 01-Jul-08 Client: BUREAU VERITAS-SEATTLE Work Order No: 08061240 Project: 41108-008047.00 Lab ID: 08061240-006A Client Sample ID: 820-1,12 Matrix: PAINT CHIP Tag Number: Collection Date: 6/2612008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst METHOD EPA 6010E Lead ND 520 mg/Kg 1 6/30/2008 CAW Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 7/7 CIS' m m p o r6 L j 1 a J O ! W O. a. ti O ' Z R . � GC a m O w r V m a m CO v � m O � v� ZU ¢ c.� a.. m m► .a � o m do to3tmmio ommm m c "a a m C 7 O V m I C ° m 8 4 sm 3: oCa!) E CL v . O y N +� O v ■ � E E E � . � •� Q is v J m ° Owl � a Z N tlZ rz CV Q Z C \ -0 O � 0 'to AM m J J AM _ E wrr E m¢ca I I m z m m o � �m �� , Vf� C � 4A tJ� •.• R1 lrZUcSUF- - +rr ow I . ° s ' s �n a� � t wl qu c O S y Q ° as PC S. S �4 -0 cj.. r aw 0 O W W ej s o vi r Y N CZ gO O C O p V7 y 0 0 p Q o Vo i m 0 0 E E E 00 � � � S . `om m m Q m n ff u m m o3�a W� Q y o ❑ o Q C m _m m r NH qd m ao- W O _ a • M � m r fx m ¢N' m w q n Z • v¢m 4r� x ��Q... ���. a m>CT ¢ l m c a 06 •12 O t O R C CD m E U V ' siaupquoo yo jagwnN 0 m m m m o m co p o N ai m �m w 7 'r ?r iC m OZ' S a V o L 3 �Q £ E mm $° m Wv0&OM CL W Z � U QQ m io mwr a ° CJ U2 j N cc a m " 7 m U) o pV � o m E o 00u) J _ ® p � °c o m ;W�< e� E 0 u C N\SAS C tal =0_1 O m m Ti m OO ` fJ r c 7 'C a _ = 'O O a f� O O` p O a m m m O m 3ana T a m uv o a -mo in m;Ec o v`5 f r`°mov V3 w z �pe. rn a L f7azW�a P i v .ai R 0 p ct ZZ Z 4w 4.4 Ca aaA a� .�°. 3 U o �. r-- ow a Ln CO QD u a Q N N L Z:f A XA Ul U) i 1 N N r1 Z" III Sao ° p W N � A4 Lj �h U V 9 a r m ao Mr. David Williams Page vii '�"' WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport a to me me APPENDIX C iw PCB LABORATORY ANALYTICAL RESULTS i No wo ANALYTICAL RESULTS Date: 30-Jun-08 Client: BUREAU VERITAS-SEATTLE Work Order No: 08061204 Project: 41108-008047.00 Lab ID: 08061204-001A Client Sample ID: PCB01 Matrix: BULK Tag Number: Collection Date: 6/12/2008 Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst PCBS BY GC;METHOD EPA 8082 Aroclor 1016 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP Aroclor 1221 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP Aroclor 1232 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP Aroclor 1242 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP Aroclor 1248 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP Aroclor 1254 32,000,000 2,500,000 ltg/Kg 2500 6/27/2008 BVP Aroclor 1260 ND 2,500,000 µg/Kg 2500 6/27/2008 BVP !III Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 2/3 r an we ANALYTICAL RESULTS Date: 30-Jun-08 Client: BUREAU VERITAS-SEATTLE Work Order No: 08061204 go Project: 41108-008047.00 Lab ID: 08061204-002A Client Sample ID: PCB02 M Matrix: BULK Tag Number: Collection Date: 6/12/2008 ,o Reporting Analyses Result Limit Qual Units DF Date Analyzed Analyst PCBS BY GC;METHOD EPA 8082 Aroclor 1016 ND 4,900,000 µg/Kg 5000 6/27/2008 BVP Aroclor 1221 ND 4,900,000 µg/Kg 5000 6/27/2008 BVP Aroclor 1232 ND 4,900,000 µg/Kg 5000 6/27/2008 BVP Aroclor 1242 ND 4,900,000 µg/Kg 5000 6/27/2008 BVP Aroclor 1248 ND 4,900,000 Itg/Kg 5000 6/27/2008 BVP Aroclor 1254 93,000,000 4,900,000 pg/Kg 5000 6/27/2008 BVP rM Aroclor 1260 ND 4,900,000 gg/Kg 5000 6/27/2008 BVP rr+ rr so trtrr trite Qualifiers: ND-Not Detected at the Reporting Limit(RL). S-Spike Recovery outside accepted recovery limits to J-Analyte detected below the Reporting Limit R-RPD outside accepted recovery limits B-Analyte detected in the associated Method Blank E-Value above quantitation range *-Value exceeds Maximum Contaminant Level T-Tentatively Identified Compound(TIC) 3/3 No �n . i"N I VE 0 • e` - 'X` n nR'•S- trJA--T I■.y�Mz'"k..��. � ,e.,,lS�zvm`� 1 I A OZET"t k AN as *U v � a m Mr. David Williams Page viii WH Pacific Project No.41108-008047.00 Survey for Regulated Building Materials e September 18, 2008 820 Building, Renton Municipal Airport = �r +rr �r err APPENDIX D PREVIOUS SURVEYS a. ';:i�Vle k Mr. David Williams Page ix WH Pacific a Project No.41108-008047.00 of Survey for Regulated Building Materials September 18, 2008 820 Building, Renton Municipal Airport APPENDIX E err LABORATORY AND PERSONNEL CERTIFICATIONS irr 4t �: � r � �+� r( 1 !a "�:\. jC ( ,� 1 r., rC � .�,,, t�l�,'r rr• ����!'- � ''✓,\�/�'���-�^ �C\`�/?f 1`'S i�� ��'�11 r\ j -f J,tw/ �� - I 7';:y -/�^,.X��)_��� � :,�.ILJ!!"�1�)O I r' -c�ql�.,j� 73 v �,_rat � ,J f n.� � )�\ .r '��.'��r q�i1 1 �f_: �i. � 4r'-��l�'��`=/ a�..- IL.fr 1 ' _ � rr.1 �5.��-",1' •c Z:� � � ...= �. t/L L Zvi J- �vN •h.n' t�JJl.•..., l ,.:'AN�.,...5 � Z= Y"u llr tH ih i ,fir xl ' AM- , �' � -� � • 11 /Ylll i 1 /• r - f , f f Jr/u , bil r�l r of lP�� e - ►f- F �'i' Jt rl` ( tTO ' T� f � A 77 r� r ._ r I, ..`�� tr r - 'ys=1 Z7;.:! �� �!:. v �� �� Vf /.cam'-f�/ ��, / T�.�� V,�/"\�1 A � � Gl \��-' -1 li/ tJ� Ic.l�• f Y� _ lff iii Intentionally Left Blank rr +wr wr APPENDIX D o. wo STANDARD PLANS to ow m. 00 o VA W Intentionally Left Blank lit ow E a KK a iii ~ IL _ t IL nm err 4 � Z Z 4 lit do a a 16 W W s a to 2 .- N o1 e s* W � S `X a' H 2 c� U w K W U z i rc � o m N�. e S � f Z o0 �u .�_,�� �•ryy w< W 2 �✓' ' wt cc LL mN S¢� W V ° H 1 S w N OMOAAO VSII :AS NMVMO DRAWN BV: FERN LIDDELL *` m R. T �m aj �N A� m Zym 0 m^ 3 p x m z? G) m c �O� >Z D m ? Amm � 0 Z L - D 9 n z /C mmz z r a ��" m m0 y +ym Dy N �p z:j m m �zm m / n 9 v � z I - Vim Z m A I{Il�m / N O Z m _ a m tim 3 mm m 0 z O m o �mm I RI m c O a G \\ zm m m m i m y r \ �'/ � o O m z\ D 0m D Z Fi �� m IM I >O r n'm '- m r O _+z m '�z m 0 n $D n < 2 0� m > m n 0 z N I o z X S m Dm z I y v J D 113 291 LI m y r 1 �Z m 3 / Zyx s i MVO mom m ? ma x m o m m m 1 I / m O m i yD n z m i O m 'A O ° "mp W N J F a m o gym z O O p ;47 m Wv3�'o m� �m z �o"m 3m mm z cV'3 3 o Oy ao mm O° c n 0 Gmi gd 4g1c y m r m o G �' D xm n mm m m = s &t3 3 m WO e�*, n _ m END 7m 90G O. x m m g ch 3 p i1 3 01m � �Z �v »3 vc cn nIDgor° YaQ ; �3 z v X00 3 on m� m c ; g '$` p m ate° gew00 z O N Jd Q o r n O �m A3 0L'. O ry fn°mm ° a'm5. my N G W O A m N .T m g m a �g O m O 3 O p Z a ap Oy C3 O O f O 4 _ O y m . 7 7�.. t�b a;� �y y Mm �� 3 m o ° e , m - m W fD (lull� -m ;g Am M m 5� a w 9 ggyd v m m y m �a .1.' O Z MA m ° m 3 p ~ N 0 ills .1 m r m m-Z CD 0 z 0 Z pm�0 of V! &L a fo a w .. ,m +r aw APPENDIX E ow to DAILY SAFETY CHECKLIST #w .0 aw of a. a =r Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments,unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects.The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions.It should be customized as appropriate for each project. Potentially Hazardous Conditions 'Item Action Required or None ■r► Excavation adjacent to runways, taxiways, and aprons improperly backfilled. ❑ Mounds of earth,construction materials,temporary structures,and other obstacles near any open runway, taxiway,or taxi lane;in the related Object Free area ❑ and aircraft approach or departure areas/zones;or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 in(7.6 cm)from pavement edges and ends. ❑ Heavy equipment(stationary or mobile)operating or idle near AOA,in runway approaches and departures areas,or in OFZ. ❑ Equipment or material near NAVAIDs that may ■l degrade or impair radiated signals and/or the monitoring of navigation and visual aids.Unauthorized ❑ or improper vehicle operations in localizer or glide ► slope critical areas,resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units(that is,equipment with slim profiles)—cranes,drills,and similar objects—located in critical areas,such as OFZ ❑ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards,such as holes or excavations, on any apron,open taxiway,or open taxi lane or in a ❑ to related safety,approach,or departure area. Obstacles,loose pavement,trash,and other debris on or near AOA.Construction debris(gravel,sand,mud, paving materials)on airport pavements may result in ❑ aircraft propeller,turbine engine,or tire damage.Also, loose materials may blow about,potentially causing personal injury or equipment damage. f s 820 Building Demolition Daily Safety Checklist Page 1 of 3 ww = �` Ac�netilici br Noue Ow Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA.Fencing and other markings ' that are inadequate to separate construction areas from ❑ open AOA create aviation hazards. Improper or inadequate marking or lighting of runways W (especially thresholds that have been displaced or runways that have been closed)and taxiways that could cause pilot confusion and provide a potential for a wa runway incursion.Inadequate or improper methods of ❑ marking,barricading,and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass seeds,tall grass,or standing water—on or near ❑ M airports. Obliterated or faded temporary markings on active operational areas. ❑ wr Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. ❑ No Failure to issue,update,or cancel NOTAMs about airport or runway closures or other construction related airport conditions. ❑ r Failure to mark and identify utilities or power cables. Damage to utilities and power cables during ow construction activity can result in the loss of runway/ taxiway lighting;loss of navigation,visual,or approach ❑ aids;disruption of weather reporting services;and/or loss of communications. Restrictions on ARFF access from fire stations to the runway/taxiway system or airport buildings. ❑ Lack of radio communications with construction vehicles in airport movement areas. ❑ Objects,regardless of whether they are marked or flagged,or activities anywhere on or near an airport that could be distracting,confusing,or alarming to ❑ pilots during aircraft operations. Water,snow,dirt,debris,or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking,lighting,and pavement aw edges.Any condition or factor that obscures or ❑ diminishes the visibility of areas under construction. Spillage from vehicles(gasoline,diesel fuel,oil)on yy active pavement areas,such as runways,taxiways, aprons,and airport roadways. ❑ No 820 Building Demolition Daily Safety Checklist Page 2 of 3 MW item Action Ruired or None Failure to maintain drainage system integrity during construction(for example,no temporary drainage provided when working on a drainage system). ❑ Failure to provide for proper electrical lockout and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors should make provisions for coordinating work on ❑ circuits. Failure to control dust.Consider limiting the amount of area from which the contractor is allowed to strip turf. ❑ Exposed wiring that creates an electrocution or fire rri► ignition hazard.Identify and secure wiring,and place it in conduit or bury it. ❑ Site burning,which can cause possible obscuration. ❑ Construction work taking place outside of designated 0 work areas and out of phase. ❑ INA 820 Building Demolition Daily Safety Checklist Page 3 of 3 lv.UWens -- WSG-G-SLUE0 I 8L6LE0 uwrOy�oedgrr\,mrM+ �y�vNO(tis ELDZI9ZILL 3IVa 101d TWOS 3WVN 3114 ONIMtltlO a3BWf1N lO3fOad 9086-L96-OV-A 008IrL96-9Z4 LW%VM'ua4log 0 S99U ELDZISZ/LL 1'°31s"' l33PObd NO[illOW3a Maine OZS ODE-ISIS 3NOoLZI �, MSO °3n°Nddv 1NO&JIVlVdIaINnN NOlN3'd ��l ��� dV0 03MO3HO NOlN3b JO A11O U _�_dH ' HM NMtlaO w yd``� Pl yr g°�,�6 SNaVW3a 31tl0 AO 'ON HM 03NOI530 133 H S �13nOO 1 v �' SNOISIA3a OTN1133HS L e 3 0 O �+ 0f 316 oV Y N N m Z 2 2 N 3AV AUVd o GAO � a _ N 3 N{t1 z z VEftS1DEDR Of Z N W V a La tD � Fyp,1N�Eft PVE 9 Z V Zi JQ Z d 0 O000 a- zP s'y Z � � Q Z J n W Z Z J Z Q W Z 0 J J Z LD CD rr � Q Z Op J2 QZ W OP J 2 0 O Z Z J 2 W o Z o 0 0 C� zp -32 0 0z 0 W =1Z0Z [iZZw LJ OJ JO WU �-- N wWF- WaWa0W L_ 0- J rr � � WOwOwUZ = o Z O W J O W 0 w O � CAQJOJULL, t- M W W / 1 0 J 00 � W � otS � uJ. � > O O00 wU) w N Z J O oOW L- W -9C 0 Q Z Q W r o W j W � W Z Z W -i O W -j Z = O Z Z oe W � � OOOw 0U- a a } a EL W � �W � � ¢ � 0 � � 0 �= tnZ 0 W vc=i � ww Q W (D 00U- ZW WZJJ CD U U co w Z W W W W Z � O W � O O Q Z J O W L L O L w a � w w w =) Q z W UF- cncn [ - [� cn � [Lcnoom t— N M T N M CO N � X ❑ Q o v� O g = �— N M 't7 � � � �— N N CO M d' W U) 0 0 0 U Q Q Q Q Q Q Q Q Q cm qu . O � AR RAVER z Q z RUNW a ----- _ F- 3 r -- --J z w �TQ _ -i-'-- a w O H U O 6 d v U O zO a f_7 U Zz z z d OE`� _ U N - �2 n d Rl [LOSO YfIOAV"11 [6M P-LOSO-0-131.6L£O\I!^!O\s6wM000\u6!saO\gL64£O\uOluaa 10 A#!O\'d :H1Vd] [gl3'PJopuo3S-dNM 3-LUS] [£odsu!6jo WON OOLS4Q3!a :831101dl [uepi-q- :NoN1f1V] [Wd Lf:Zl£LOZ WS L :31VO] Yr MWN anowe t*"~ wammom Muun1ol mommol Wap~ spoon Ltd omomw 1i1ANO lmwm� 401000 ow"Nrw 1wWom 40mm"No ""own go" t/•S2-/� lvumens ,OZ=„ W03-0-SLUCO SLUM tuw'oBpedLyn mmm '�13'IyNO(y.' ELO*MZ/LL 31V0101d 31VO5 arM13111 DNIMVeD N38WnN 103rONd 9O9V-06-9Z4>E1 0081-L96-SZb ,pAt 0% DAB v v LL086 VM'11-109 a _ U0ZfCZW 11031SV1 103f OHd NOIlIIONM ONldlins OZ8 OOC aIS is L096L 3N ODLZL Gsv MSO 03AO8ddV W N 1vo D3Na3HO 12i0d2�ld 1dd101Nf1W NO1N32i V dH�l y NO I NMI �O CIO ^NSy iD 15 SM1VV/3U 31VU A8 'ON HM 03NDIS30 w Ay�yo HM N N`d�d �O�IlNOO 1N3WIQ3S '8 NOIS0213 .12i`d�lOdW31 = SN0191A3N 01NI 133H5 °m Z O 0 Dn m W m O O W U FO- N N O w 0 O W Z m H-w 0 W} _~ LL 2 W Q Q W ° F > F-U O F- ° Q N ❑1- N LL a U W H ❑J Z- W w Z W Z N Q W Z 2 J a Lip m Z 7 W U a W z Z M 7W- W a Z W z 7 F-a W R Z>°m6' Z OI-Fa23 0 a0'CS z U w O Sz 5-Z ~° gam' °U xZ ~aaaNNZ¢� ❑mF JO ? m0 p ?y0 mp ZDO/LLLi, 2aWY O O h'¢ U W¢r`nOw¢ W zagD=OHO° w}- Jy O ❑ w W OS O❑2 ZZzQm O m Kul �O a w U F Z a�o O z H-W O¢ m°°" p J U W aJ H 1-0 U Dn¢ a g xx •• 1p� U 0 W K H F=`L J_ ❑ Z_7 a W O Z m W z Z W N W } Z_ m Z O 0-LL,Z I i 00.W °D n 1- UO DnJ ❑W❑ w' LrUOa¢W >J J Y Wz xx fnZy 3 N OZ ZF- ZOFUZDn W Ti 1-J�7U 3rLK J W mU d W W ¢ 7Z aZ W �aF-F- pV ZO QU¢ O�OLai,QDn� �mav� Z❑Z W O NaZ a> 2 N O UDY O� -.0 mw�0 Y W Q W K W D N z Z a 0 °O N O In W Q Z U U¢ 3 O U w N J LL Z Z a W U m N❑O a 0 a �z mO W g-�N xD�nm1-O>.WW 0- =^�> ZU O O a Ora x z z ym�� °O O O i 0 O T U ZZ 7 W W H FQQQK W U N O ° �O OZLL WZ W zaUaQLL¢OH-mO N�~O TLO X W Z W W Za �2U fnJYU ° d a¢ z= �pODnU�O OzK�wNwwUU H'xo� W= z 3° OU W. HW'-=w¢ Z ,o NNV �LL wV0°z6Oai L°u�zcW.�..�o¢= w��rn 00 w ¢ ❑ Og }Z a-F- az.Dn"' g - W.Nw �0 ��wz~w0� UoUZO�UawL~i. Y��a w�vi a ¢ ww ❑w mmz �O�z a z J(�w �� Uy(70�Hw-r� WOW L,axmC7 -�❑w x ° L°L m� LL° Cc, aV°, Oww z=1 LaiZZU�tn❑U °U Dn W OJ W mOJ? OZ 1- W Hr z❑ —¢.Q UZ� ¢¢XU Dn . ��.F Om O-¢O z°4a Dnw��x~aU,42 �O Jx �¢� Oz w w qQ W ❑ r o zzJ Utn JOUK.m UOaH- wHUi-D'OZ¢ m wwa J z"m w Waw W2 >W az WT zzw O° W Z N =0 LLF w°a t7n 0 Q° U°V w K U 0 F O z ^o O m z Q Z ?W. e- O m O DSn 0 >OU-z 3: w 1-a zx� o ~ �ww °w �oOvi~¢zW aWo~o °U�a �m`O C7 zOw mp Lwi LJL IW-i 0¢� >za�O Du cc a 3 Z F¢� w OODn¢=z�u~. OUZOUiOw�ww wmmo gOD~n OLL w Jai �O mz �wN ¢~am~j z Z?U 2 ❑❑3 Z W W O O !_U o m m C7 O W G Z z Z m =¢ O z O N q T °Z F W W O a W�LL Np 8n'z' IYZF Jo=oar= z�Wv� tiwp 00 ~O OZ OQ wU z�x wzz v~i w ¢ ~ ❑°z aN wD:7m¢°DLa o1¢-z�W H"���1- �O`�w� Z° a z❑ z w- �x �W ❑mm V o W;Uz z ❑ W W o W Wo: wuK °z�QZOZ�m zwwzaOoWwm UO=D11 ¢ = WF w �O WZ oil �U+ azWO O U - O u Z °z°aw whoa aug3❑ro�z v0-ioJ¢�w owrJ z�j° oc�c9 aw �� zp Oa DO KEz~LLO J z Z a w W aOw wQ¢ OcJJw Jp WZa OFZZa�¢z� � '00 v7�0 o_w FL` ¢� ¢- w>i W ma°WZ w w J J U (9 z0�m �UN ¢°❑�V�zw wF-oq^F.—M.-- nu) W W xru wug= W U a� �a O.� Uw3 -W-W W-zQO o z J K -j 0 z a O 8Ew Z W O W ZZ n0Z W ate Z ZO >am W W W yd aU� m_� U)VJ Zx 2U ZZ OUJ 2daKK Z ° w�Z Owl m0 W¢y�F• ZmO�O W V yC7} OH�> O W U �Z �Q ON �zz OO LLLLQ °�ja ❑ O 0 1-1 - Q yR'¢ FSa' °R'-=(n- m 07000 a'a¢am CO O VJ_W fna Z❑ W_z .J10qzZaJ Up 0L,y ww0U W W O ❑ C Z 1-LLU F LLN Ng WmaOOJ aWH-DO�0 nZ0 maU DOzH CZ °ti HW WQ 4�z Fz WJf m OC ° ��— Q DO V O ° O OOir LL100 waF"t0ii?zi zww❑oa}z°x Oozw zLD m :D(9 W w C.7 U) OYm UzZ05 m m o f o Z m m Z ¢a0 LJ?J OO�Fz�W DnZZO❑mz0 Q�•Qw¢W r¢¢n0 W �❑ ¢m UO mF wO�LL w mo L`Uzg O J J O_ OOU DyOa W Q~Q W W a W W LL_ZZOOa W m>W mp W D LurO mm Z Dnx ~ w J J� m W tn�OZj F LYm� �K--L a'm Cp,Z°W F N Oma�Q7 W(n a NC DnNC W W �2 W H OZr ?O W W !- W 7fn C70 Z O Z Z EL a.to W D7F JwNO-°atn W m°O JJ W OU W }O}d W ZO- >Q }1- W Z zNDn JM 1--=Z W Dn 00 LY LU xl1Z JD- C } x W Zm-mm W W 2 z mR Ol1 O Z- xU L-QY J W Q 00 xZIY W 2 - O a¢°d�a �» ao?a dz�> FinaWDnOUCC1 a °a 'S0< U� a3 -2 amn a❑m Ld` mU Hww❑� W W r LV W fV lM Q u) O !. co O) J ry O \ O o Ur \' I W w ryaro _ IF °o= �� m �°� ron ;N LL W 0 mi� 6 I�m�m 7 6L6r 1 — PRO O NN d HW W z,aDN W i W W NW ARAN 1 A AWJ ARAN AGAN 1A7 AW 1,A(— N VII I / VV a YV NHBV VV z c c z O ❑ °'q'°"fro U I2BDCD J I-LIA w I Z W _ P a o _ U) zu� 3m� I 6SD / W I w D O U O C) m O O I U w £'6L 00 C I O W co LU= (n Q n w � ro o O N LL ED 'oe sF I U CL ? iE21 I I W F' W U U W f- Do LL I C \— — -•�5 I mu5" LL W W mma- I UN I I % 0 $ LL N to I I 0 I � 0-0 PAVED I _ 3 'del 810VV1�13d 7%5'RCB D EL �uig v°i¢3m C) mr: Y4 (,n o -- 6�9c F2ANIER AVE o1g PAIMER AVE N __-- [LO33 '1nakvi) [6^+P LO J3-J-9C6L£0\!^IO\s6m,mo�0\uGlsaO\eC6 L£0\uoluaL to A1.J\d HiVd] [qp P1opuD15-d HM 3],IS] [£udsul61oy4oN 0019qu111 d31101d] [II-PI-11- -dOH1nv] [Nd L£Z1 £LOZ/SZ/LL 3LV01 immowr amomm +Mw~ L""nm lu"nnr *Noma 41110000111110 lawwwIN *V wLw momvm"L womw *Menlo unwar vmm� rw+ Dor loomelp wr"Q W" v- iviumns OZ=.L ww�oypea4m'MAVM1 ��a 1reorbs 2r lOdd-0-8L6L£0 I 8L61E0 0komtu 31tl0 ioid 3lvOS 80BPlSfi•SZ6 Aid OOBP lS69Z4 ,�'!�ba�'I'sra''b v o 3WVN 3114 DNIMtlHO H38WON 103fOHd 00C a1SIS 41966 3N OO Z� 0 _ ELOZ msa 11031,V 1O3M0 ld NOIlIlOW3a ON1411ne oze ��� Iva 03AOilddtl (Y� --��� y ava 03m"a 12�OdZllb lbrN3J J 1W NOlNO2i w V y�Or� ..io q��'T HM NMtlHO NOlN32i JO �lllO _ y .tl ��� SN2itlW3H 31tl0 AB 'ON HM 03NDIS30 NV-Id NOIlI�OW3a lll�ilfl '8102I1N0O 311S w SNOISIA38 OJNI 133 HS F Z < a C7 = 0 ��U� ❑ U �� 00FW.. W Y W t~n C7 rnK Z Z wW a w¢ ❑ Ow o!�¢ moa Cl) r x z W a❑ ¢ LL O xZ m �rx-z� o z 6a gmg J 3 w o ❑ F �o n p ¢ ZW a v p0_ Jpa Ja'Nm ¢W ¢ 0 E5 W O ¢ ox J OQtn fi `°� x e 3 0 LOU W U❑ W O Q JQ a W M-- O H 7 0 W Y Z W U)Z -r W? 4xa Z =f/l pF' 0 Q to W m}W z❑z Z❑Z�❑ 6. �K W •vZ Oa❑O =moo mya N¢�� pOp ¢ w Z Z =ox ¢� ¢hW z m OFN(7 r?z z W i�z s° y m az❑ �__ W r �.J rQn a- 2Om pQJ ODU W Qza ¢U N Z oU LL�IL W Q �Z 2N LL rjr "lir',w.. tl1 m O O o N❑m F-Z>1- U� W 7 W O W po r FJ W xx O ❑p U W o f �_ O m� ❑OWp �-WN UZU ¢YWj O¢W z0 O } Y W$z0 U� UHp w N ''❑9 WOO¢ Z Q. �• ZZUWU' aUa�O �Y1_ ��mm JQ3 Lil �a W O ij O�a t, 7¢Z ❑ W 0W❑ r CJ� aU' �� Uw �!C Jo ZKO z W E 0, Q:Q W ❑ W to 3 mJR� 1-Z �NF- LLR'�Z y�W Z❑ dm W N DU j W O z3U 000 0 ot-� zNOO' K Wx = UF- 0 rn F-aLL ZN Z'ZO o F JOo OU F-It JO LL LLZ Y >J O 3 N Q Q W W Z a LL O- O_ o-W O �NpU �0 W�FW,m 00 ❑ �Z Z W ZZF W wjz C0 m � ,YH- C0m \. a0az wa0 toz M��w 5—;i QO G m0 C7 I2-QQQZ r- is ��O QpQ map XVW.Z \\ mU z ILL O:Q =jp =gHO H W a T W W W 4 CF' m ZZNZO O W W~ K x W Q F2 W Z W W W¢¢r a 1 Oo ❑ W IS- oQ (7 o wJ WIC rti1,�L i U Z W W r O z Z Z f`2 ❑ r W ❑ W O O x-�J F WUtiW Z0 r W�>O Wo>jW OWn to'g Oa,C00 o ¢° o <o �_ 8°¢W =a= � J ❑�z ¢m F- m LL }_ a K}U w O ¢❑ ¢ W O W LL 'Q LL v W t a> W O Y 2 y U 4- J F- 3 0= U a UO W o a LL K W C0 W�`F J> ❑W K N a'F- Z Z J F- W Z W J W W `�Q ~O Z W a H m Q❑ y W i2 U W f g t >�Z >M O a M a Q❑a 3 Q W _ cc Z pU Z> Q W W O= z W a m W a y.An 5» QQ W-9 W g a x- ?i W N L ¢W W W W W o m f/1(- J Q z?W w W m o F�.bi'Lx I i�', M r W Y-J H O Z W Q W m N J m N a N W}Z O U > W fw/1 a LL x p LL a. fn J�j J (7 U Z W z0' m❑W ooU JamOa W¢¢m 00 ¢ Z Z ❑��� Opp JU❑w rn 8ZMm �mU 6-pI- JU' Wo z Q x>>>rm W a zi OH O w w J ❑ w_ H z Z UF- Z0- T' W O-❑ Z O 2 Q Z❑QUQO W m� J 0 Z W O F� LL W O❑ Co p W Q¢U a' } K W OLLaZ �aa ZQ W Z~�KN zm W f-, �� Z (�F W J WW W¢(na ¢I'z ~ALL o Z J0:M ��mp p0 pw paml- m wLL F= >� J Oa Ix-S W z o�0 ¢emuu,, U ¢ ¢❑w W W }U Z y U w w Z= Q=J Q pw wo m wrn aa0 O W W ¢ Z ❑QUm ZOZ aka❑ 00o UWa�IW-- W3=W �O z ¢o c9� 3�wv �Zx WNW �wLL� k;:+\\j W W ¢JYO OO W ONIW- JO aZ W z W Q�U "W W iW-LL a ZO OUKa W�> ?mow W W O ❑m ,} v:\i L U W¢W o �a 7 mz O W a¢ 3 QO ¢ ❑z tq� z a-H O p W p t t� ttw\ W U U J U V z o U3p°-'� W J F- V' LL J z f/1wU2- a❑❑ �ovZ-i m I-Z a z w~ -..d o >co O W W 7 a¢ a z K a p H•o K W F.. m W m~ �- �¢ ¢N H❑ O z W m h❑ Q m aW J O_x m U a ,rye, X., O f C �> U�❑LL ,via >I0H-.C7w ¢�wU O� m Og mF" C7z00 OOH- I-Um '�4 m o°o >?j 7 W m p W Z j U O _U O a'a O m W J QQ z m Z O a LL W U U Z J y W x ¢Q LL z Q r L L Z � m N-..•01 fA W >J z W C7 ae K oo pUj� LL¢W W J C7 H 24aoo LL~ 3 R. y ~LL W O W Y(.0 a'Rp>J >U W O U O W Q 0 x J W O p a' U~Q Z N W 1- aOJ Vl Q W W Z m W Q a'J�T O ❑ ZF O- 'Z C) J N o a Q J? F W¢m 2 W W Q W~ W W O W W- ❑r W LL C 7 F❑ p O Z S 0 ❑W co Z w o0❑Q ¢�W H xUZ ¢OJ❑fq N=m O LLU Q ma U LL� W(9 Fx-d J W Q QUQ 7 (OH �FN� x ^i''�3' '.\\/❑a a �� 0 >1: a a �F�zx xyw� o� w } ¢ ow xzO�Wj �xa 0=of m z0 WLL7wp zJ �;��: pT W MR OompOZ (OZwY o��o° 3aNN H o OW a0 � }}Ul �2}x ¢po FFW WWr QQ N ¢ F-_ ❑7 W F W U K O(7 2❑ '. -.t 'p'4^\�_ J F-� zp�E z�¢O z�0!0 '�g6U¢ w�¢W -� LL-O ¢ w ¢ SfF❑ N z_ F- W 0r-Z ULL 0 ti_¢a Nola c~irT-'3 y�[xgoa4 aU CO do W z¢m Z❑ coo zany xwalFw- UWO cai w0 'a_xWp ..mh•.,iL!�i\�ZW X❑ro J X N�Z X W�❑ W f~/1 W Z U a�Of Q G m W ° m a < ¢m o Q p K W U>Z K O J FU ❑�Z j Z �\g H Z W c�� w¢>O wF>W J�p O W ww O uix rn z< via Oma ¢ww W U �i OOOm oa ~x \\ -> Z N Z O Z Z r z W�I W Z ❑ ❑ ❑ ¢ } z_ J ,/ J Z 0.ern S-.2.6 S W J OU' 6mU Zo�W 0 F-tx/1 a ¢m mH ❑�W W aJO alx•F-C7 p❑ O F aLL�N O azag Q O p,$a UW a ❑mxCO� QUOrQ C.)om zz Om Ug JH W�p I"zOz z W wa F-❑z� NJ Y� o 00 dz� O �a x 3 �W a� zOmzz w 2 w_ O QQ J O a z-t-w r� �' zW w w W r F x p Q W _W 0 W 2 ~ K O J U g o a I'�' Co M N Z (D O c W x Z W U LL S d z O °�¢�W ¢pQ� a=QO =�QZ owC¢ Z o� Z °a m (n om a�v=iz NWm �W WF ww as M<OW� �N 300 0 ❑axm ❑I-xm¢ ❑HU�p �LLa.7 O zQ W z' cn< W W 0 u<, JE -� J�K a' c zdw^tLg am0 a3mx ¢34a�° WWNW 1- oCi o� F H a� mwa� rr>a ¢>0m ow ¢� arroir 4a� wH W �mm0 F009 I-W KY F-W FJQ F-F-}m V W❑ H W rn OO Jxo0 ¢HS 2F..m❑ J m 2O xmp W 0 0 a W Z zizwi W Ld zz_QO? Zz_U¢¢ W- Caj = �0 a x� W 0 �� mw QO> WZO OZJU O 00 OW E 0 Or z xhx z0OU¢ zpg W z❑KU z❑ ¢U z W Z f„ J W 7 J > J f-m U2 2Z W OE I-.p W MN HH ~--r W LL UN W Oaa>LL Oxr� oxr-W OKYUj OLLY� ¢LL U O O zZ z`r'z¢ jFW UFyo wma 0 UQpWO LL0 uw��� N zJ �oz N0o❑x N�-W U �❑ 3 sJ 00 Wm pa ¢0, 9Jw �¢ �� a�JJ �a J 0a W 5 OJ 00L O z W w w z O ¢ W F- W Ua a U- aOtp F-OOm U F-E- F.aa oLLUWU) 6 oa odO¢ oU3¢m o>3a za m ❑Z) x W W(n ❑�mW JmJ z�l< FFw zz zN�� �0 F O Z SW O N 7 U J W J O W o0= LLJ Oo 020 W W Z (V t•l N N m < W F--W LL W rn❑ ¢❑Q U❑Z O ¢a U 0 Q�U of W W a: a Z \ O O I �J ; v� W CC Q CC W o f a u ><~ ar o w }0�O wZ z u> >w oq� m o° ¢>z� O<¢ ❑ `r m> �� v o p�O K a w "� W F O - aNUa W W m '' ��m W M EO�If rra� h3mm O e� a F Z W ui LL W S a �> oo�O1 a LL azz O❑C7 zcm,°,.mz m ^ .9-: a ,o - - Z 0 z CO ❑>F T"3�,m a n " w > 4-z°z z011 o°.�< �'.Ji °'= of LU 6• o _`°,P �y Wa O lx...-.� ¢ a LU ❑° — — — w ¢ aw lQZp�,fn0 a aeo o X Y 'W Iraor,! W W ��f— o l z W W Z z A W W M1 N \AI 1 N U V o);t 4 v d iv W LL W _ --z - i z ?g a amp o I \ O - I \\ \ \\ m m ❑ \\ \ \ \ J 0 d W z O — — \ S t® �\ \ ��� \\ �(4 Imo_, o W 3 "X H W J Z O 'n zW¢ �m }z ZzZ _ =°=3 0 \ \ Z\\ \\ \ if "� Q 2Q CL W W _ T z - =.�� i I o X Q LL \ O� W zcr" 3mz I \\\ \\ �\ \ I I AWI W 6 W mF J I \ \ \\\\ \ J \\ \\ \ 1 V m J LL I \ \ m\ \ I I W Fn / Z a W Lij �_-Z� z2Z \ �W O-z N O \ � \\ \ \ I I m 00 06 z ~W � , ! I 0o� \ �\ \ b CD O \ Z �z LL z cn jU o Z o O N \ LL ^I o U — v J \I�\\ \\\ \ \ W Q = A\ v co O I \ LL CD VV g J J PAVFl Q -- O( _ N __ W C14 0 3 'a2i 2i — 313VVW3d —� o o m w Z ------_._ i -�� o 8 p W w a ❑ _ ❑ w ¢ O 0 w > r a ¢ z a Z co of a O ❑ o w �rc3m� � H zcr _m< omo> J H ❑W / o a 3 _ _--__.---. Z Y ❑a W \ W [Iodo ino,Fvij f e.WP LCdCl-o-ece�co\eAl. Aseoi,MO,pVu6ls-auAHLecioA�owea ro Ar!3\.d -H1Vd7 [ghwoP—mS-dHM ]1a S7 [�odsw5:owoN-ools+o.a a_110 d7 [-11-1 6OHinv7 [wd sc a e,oz/wzt aiva7 for~ toIlri VOPOW hell/ *mum" MmoM "Now amom VINUMw ""Nor Mr1/ Woomm 1wom owsm OWWw "WMWO 4~ *INN" ' �I21 -rollmens .OZ=..I WAO-0-ML£0 8L6L£0 wo009uedym mn+.x 011u0lss 800-06-SZ4-j 008YL96-SZ4 bb �N3�ty�,''ov fLOZ/Zt2t 31V9Isyl 3TYJS 3WtlN 31130NIMtlHO 2138NN1N lO3fO8d L L006 VM'n-A-B L UAU fLOZRL2t 11031Stl1 iDBrOW N0I1I10W3Q ONimine Oze 00f.1s 7s tASOL 3N 001ZL MSO 03AOHddtl w q dtlA 03 MVW 12iOd2il`d ldN3O 11W NO1N O V 1~�• HMI NMtlHO NOlN�2i d0 AllO SNHtlW3l1 31V0 AS ON HM 03NOIS30 NVId NOUV'dOlS3�1 311S SNOISIA31I 03NI 133H5 LU C7 a.J K U U ❑ H Z ❑O a a a x w Z w It 7 Q LL O Y OJT ❑w D:U KF_ Or Vim¢ LL Oz w O xQQ =w0 ¢ 2� Z Oz w¢ Q O Q LL U w W z =0 x 4 zd r w Z m Or N 0 • am° U a� <? oU tri�LL¢ 0z �Lli w �? z �U., ¢Ow W O 0 O FJ X aO. ❑U 0 4) o�¢�°❑ri0 ow a° o oo0w So Paz o w °oW�� • t_ nWFNnor ❑w �Q �Jwp a rz rNr =Z, wx�z 3N Z�tnr�i z rr 00 c� ma2LL �v�z,a❑Za m W Jr W 0 O w w m w m r r a x C7 Z W 2 J X Z r r a? zCr M:, O x J= N Om O LL}O F Y o Z O O w LL m O }2 r yS QFW X Z w Q V =� 2 MW ZQ'0 o W J J O O w Z r r r r m Ow wa n'w wo c V Q a O LL 0 Z U Z w O X°Q O Z LLa'o W m o z wOa OeU O O o U U FO- W O O O Z Or N J 2 W m XU w a U � W z DF i v ¢ ORW m w a2¢w m O O❑f n a U Z U v W W W W O 2 W to r J Q Z J W W ❑O❑ ❑O Q O z a 11-x0 W LL rw❑ _ ❑¢wO W m2rLL z¢ z0 OI_ OrZ� Ow0 W UIW- ❑ iiOx W U QU' w U m } }�W x ?2N a W ON OO Jw' wato¢ KOZ Q FLL RO Z¢ J°ar C7 zZU�y U� Uz 2JL �awz Ojz rn�Q Q o¢cWim g a0 �� 0`Z:z vZ ❑x 3z°wo �ww aNiuJriw �HOuwi�ar0 Op� O� ?U OS Via w�} ?mow U dui �¢ON ¢ Zwra?NI=❑ �U� �w z vmi�oz aom �mz m Oz W NLLr 7 ❑rw❑?zvi W�a LLw 7a amp❑ Sz° m0� Q rW azwm w c5z<T2f3 O¢0 O� mr C7z00 OO W F'•L)M w w�a- 02z ❑ mZaa.Z W zoo Z W OO ?OZLL -00. W 2'J O F 111 = LLO r°Q❑or a Z}KFZUw �Ka �� pw =ZOW 7mw 0=0= m ZU w �� ¢ O w Lo" 0 a v1 X r r o!>X =<, 1'r w ai� z 0 0 0 r�❑r3uai� ?aQ ?W �? ❑pZZw x2° yrz Xz wUrz 11yy11 pp Z Q N W LL d ❑ r ❑V U U Z❑Q Y =w W w W- U w 0 LL cc w❑ N Q LU Oz H ui O,Z Q ,LL O w Z O/Y Z r O Z t n l Y Q O O /Y W w U W W W Z J U O w-UrOW� O �w U W W U° ❑J❑r z X Z O r F--N 00' W O m ?x x? U' ❑ U r Z O_!r oN K z O F?OU❑QOm j = jwaQ O� ¢4aar WSO ZZ01Z F� F- zWwW m m LL tnN°O5�❑W m r O0r r JU gOa W jN W "'.1 Zw T< w K Q>W r � � W Z W 0!Z�rnZZ O O OLL GZ (n S J W W w 0)W m -LL",>r W W d a 2�,2 m O W Z WOp EM a zoo z0O W wa mryo �ry r0} W� JwLLof O_ oro 4 X oW o-r o � Jwmr >a >Wm ow a aapW a JzwW rnww >}x U� F- p0 xOx �x x f. p Jm x0 x O >W w W ZZ W to JFnn- J W O 4U4 W rra rQRY' a'!i >_- 0-w xru'O O a U �vrim�OONo �w� �ma Z 0'm w W�> wz0 Oz¢w E3 00 O'wLL w 0 i- ��/ w J¢a¢¢V w❑a wwx J rN Uy_r¢ w0� U�yIK wtn UQU L) 0 L L K Z-"1 U U ❑Q W ❑W w Q O z W J Z O >J r J w° 11 Q K K w w r Q LL L O m W1-�3zwwz wK�v w�c7 W wai �am2 ° �N z��Q ww zz z�ZEtpn Z Z LL D W a a W 0 LL w <W z x w O m» J w J O w O m ! 0 0 O r O w W O QMOD W OOO Qmm ¢0_W w i- LL W m❑ Q❑a U❑z0 Qa UU Ur UK W U r V M O U� Oz J N - 2_ o .O� 2 i33� VF0 _ 6 U� --- W—T LL OU O -- -� II o — Ow Z -vF0 Mpdw - w ZI W--- W VV AWN ry� z z � r r f= nenN WanN"&"" zSZ a AWN m w O W - - LU g — - � N was iYSO J� - U) j ��-� m F-a d (`') LL c nm ♦�1 'V �'z W Z torn Z J o� � Z l a W LL OU Z O J I -rnm^ 1.0 z°n¢3 I `/) K O z Z rn m J_ p ro �a�� �F- Mcwio s s1 LL l Fj U)/ J I ° wo C u 0 z w o¢ x o O Z_ LLJ S w 00 F3 m❑ o W LL �[� v� o� _ -- nm J \ I Q t U U) to I i I I o — C� ° G — �, o�� LL I W 3 X13-OVYI Gd F-Z U J � Z1nz_ o O [longlno v�] 'fimolono-o-ec6«�\u^oAss��mola��e�seoAaiecccV��,�aa 10 4113A1 -Hivdl [V1—uouulS-dwA ]ids] [�Od Su, A oo1SU-1d �j31icid] �apo�lm �,voHinv] [wd es r sloz;zliu 31 va; rroww mumoo vavww sommo wMN avio� goompo "maw OWWWO #U1++m "Nome Allwr loomm womoe memo" 0-00 4I0wo WLILIr as ,0.L=uB/L BMP'L LV 8L6L£0 CIOZV2L 31VO 1014 31V0S 3VfVN 31Ii ONIMVba 2J38141114 103rOHd eoar1,9esz0■ed ooJrJ-seszr 4058 tlM o o,o«nIxsr.s m v au V ae s elOrAwz ua31SVI 103rObd N0I1I"I0W3a Maine Oz8 005 448'48 LOW&3N 002& �,,q_,y MSO 03AOHddV S�94f 120d2IV TddIJINIW NOlN32 �11H�2V swa 0H0 03?31S103J 001 NMVHa NOlN3 �O JllO z S)ILVW3H 31v0 AS 'ON Stld 03IU33HS NV-1d NOI-LIIOVY30 �3A3-1 dVO 3IId/NOUVONnoi ILL I SNOISIN3N 03NI 133HS �� go 26 0 *w y� 82 a 66 € o zc � ut `8"v pip V0. 2'mK 8 WC�� UJ�O �1��-(~j QQW O LLI �, WFFFd � �J aJ` W3v�iw 25� 0 wE S�'` y �o��$ Q� E a o � I I I I I ------------ -- -------- ----- ----- - ---- --- -- --- - 1----- �� _ ------ - --------- _---- ----- ---- - - ---- _-- -----+------------ 'lo I o : oQO--- o 0 o 0 0 O 0 0 o I I li I' IL_JI III �<rc° jo 0'O' O '. O O' II NOW � II I jl I �-w`ay li a III I. d I I L &y s�j�o i wgt �° w0008 - oso - o o: 0 o Q 0 `o 0 --�- L N _ F-y I I I HOR I I I I I I o I : L�pJ I O O O O OI O — — O O I 5o o -g` a j 8v. 1H �� 38m 0 81 2 o R o L_J c0 o J I I I ( I l i I I I I i IL JI � I /gyp I " O O O 6 O `^ I I c25 cs I I 7 8 I I m I 1 -=F I _" I §o a I II I I I I I IIIIII I I UU d�CZ Z�L ID Q W . 0 0 F � 7-- o a I - ---- , I O .. m i I I I I I I 11 ym> I III p� I j'I7 �] oL1JIW — ---J III'--J--co o ---------co O - -----0 .o--'---- p I I I` o ---------- ---- O — t__ z Z Il Ik ill IC III 11 I{ II �w II s� CD Z I I o I C) on w I vs fit •a�+a co\ana'oza uns.a go .3 :uvd7¢► /ron - v,111= [•w c\dl NV3 :aolunvl [rd aLc zzj eLva IMrarr�r wrwl+ wrr�r r�raw Irrlrr+a I�rlr�rr IIM.w rrnw► •.rr �r+rw r.r� �+rrrr � rr.rrN vr�..rl Jf� aw.rrr IaM�llll/ ,�wM --S1 „0-,L=,8/L BMP'dLN I 8L6L£0 owec°'— SL vzwn 31v0 ioid 31V0S 3WVN 3114 ONIMVHO I N3SWON 103row BOBPLSBSZ4>LL OOVM181408 noyoniwsv.x jo 3ivis SLOwVZL 110316v1 1O3f021d NOIlIlOW3a E Nlallfl9 OZ8 N ILOSB vM'HWIOB 000mH�is v unva� OOE IS 4496L 3N 0MU MSG 03AOi dH�l svj 03NO3H0 lbOd2ild lydIOINIW NOlN32i T I�� aaa3is"ls a �j 001 NMVNO NOIN321 AO ki1O a S94E r s�rovw3a 31vo we 'ON SW 03N01530 NV-1d NOIlI1OW3a �IOO1d 1S�JId SNOISWM OdN1133HS �+ 7w LL° F 0 IS Q p U N 1 0 u"1 O K R LL ad �w d>a� �2 -�o AW w�° LIJ O 3 ~ 2 MI � o o� s � o � H. o y(yyOyyy�{12��Z ��� JpJp F uy .o-oz as r1-11 r=-------- '�-�- -i=1—L=-------------------- _-I 'I'�. L L---- -- -----— —-_--------- ,. —.-- —1 _ _ _..—.--IIr—..—..-- —1I--------_ _ I i— — _____ -1� __. _.. �.L.. .1+s Ir.. LL I I 71 III ��y II I 51 IIII o II', I vz� y`ay� L- -j 3J� gw�5 1 I rC_� LWJ I I ll o HI' J_p6O I Ili 11 �I_ F-i - -� -- - - I II I .0-.OZ 11. I I I � II II ' If. II I 1 o II dI I I II rl H L_J � II II I I I I r 11 II I i L I I I I � II L ° itII I I ' I IIII IIH zO �X a II ���_T 00i wooc�t- IIV r-_ J � U" \��r `-"T ~ LJI-�- I I I III, Ir 7-T\ I I I I II' I I 1=J rX, ❑ i Ir7-� II11 I III III I I ° o �zo of N i r ------I �_ -.IN .. ___ 1- LL I I I�' �i I� VII II III �Z Ir � L 00 C) LL- I N� III II 11 m ml m �� m W II I�JI�JITJI�JII�JI�JII II II. '.II Li QI I,, I I I I I II II I �� JI C--= --II L___- I II. --- ---- ---- __-_____----- -- r ----' - 1I g Z L____________________________________________ L _--____-_____---__------- fill� mI �°vpz um wa NKW w(UUUw�J m // fynl N OOW I w O O UM � $0 O o p L [unc(m -inoA v\"-4S 64x1 vt\OL1-+a co\6vle as uow•a so�L�yyN�3 ;HLvd77 [0.H :a3uaw] [11v► :WOHLnv] [nd ot:¢¢wzluln -Ava] 1111or '1w111W 11♦wrlr rlr"r dmmm L11 411110w ano1/ 11111114111110111111 ammo)r Mrr "_r SOW IOWA nlnms" umgw owns" ,rprLL1N rumens .0-,L=«B/L BMP'£LV I 6L6L£0 wm•a��pedywrxv..x 9091-a OlOw 99924 fLOL47J13 31V0101d 31V'J6 3WVN 3llj',7NIMV!!O a3ewnN 1o3fOad 1L069 tlM'eeWO9 �aloomxns vwHVae CLOLISULL L031Stl1 103rOldd N01111OW30 EM(nine oze ODE o1S'1S W98L 3N OOLZL MSO 03AOaddV co dHAk 00i 03NO3HO 1210d2i1t/lt/dIOINIW NO1N32i a3a3isl�aa 59� �1 NMVaO NOlNS2i JO ul� � sHavw3a Siva AB 'ON swi amolsm NHIdNOW10V G =1008 83MOI V HOOIJ GN003S 2wISIA311 i I o3N1133Hs µµ QyF �C z IaUWU t LL G Q i ZGI i�i 8 go PH ffi � rih~O� C� zui � � �NCSZ �Yig aa� U) z LLO tuu�J{HI H v- �i� mK 3� Z Of §§w � ti uj LU 9i _ � n o 2 OW �¢O m -_ ---- — — --- ----r...--�-- _—_ II 01+I-FH+-r+l 11 IJII.IIIIIiI I 11 �Iu���� i I III ° I ICI J. in � I I o u �''� II I S~ 8� u'' z IF `J U I I fJ I 8� n II / 'll ; r w I I I Q z �W 11_ lil § l II �___�-� L U I U I L� II ii I ----- J 1j li All I, '4 I I y ll I �3� 111 �o� Ij LL J ui 06 Z I' 2 3 'a�° ll 0 I n 1, Il J L ; All Oa'' m z J I L Or 0 1 I a$ � o r ll 0Ji4 I ill 0 7 i-�--- 612 W W'I� �'------------- I it �I � vow i - o I wzdN��j I g @o I gam I li I ' 8�ti°S0m I li II HH0 I _ - I Z J C) I m ao [LinOAd1 -.IW ] [aw'clvI" 6411pM vL\e6Ao Lo\avlB ON-t-v GOMOZ\3 :luvd] [---- 31Z NZIS :a 1113 [---- :WMnv] [MV CO:1L CIM.19i MVo rrr "NNW solmol ammi 111"ww NON Nnrrrr ON~ Illowslil" 11"Mi w®P wmnw wow" "OWNS 111"We" fin" %~ won" 40000 r11I1O6nS .0-,l.=.8/L BMP'ti LV SLUM �vd4.— EIDU97JII 31V0 101d 31V0S 3YIVN 3_"ONIl 838NnN 103fOad 9DB4-IS6-9Z4-d o0ar- -01, azvis 3096 vm'neaoe SLOTWS L UG318Vl 103f'021d NOIlIlOW34 JNI(]llft8 OZ8 ODE GI CIS IIISbI 3N OWL \ �_� msD D3noaddv lbOdUIV lVdIJINIW NOlN3U SVJ dHM 01 a3>103HO NOIN321 30 1 110 I3� 03 31ISI03a �J S94C SHaVW3a 31V0 AB 'ON SVd 03NOIS30 NV-1d NOIl IMM 4008 83ddn SNOISIA3a L OJN1 133NS �+ ° �w �w m �� 3 8 � fin- E�3 URI H H 91 - �� m ° g 08 U) o u�iw jw ¢ Z¢ �'ti ui LLJ ° o U` >i zmw LU o € LU ------------ rr----------------- lvuiwens .0.1=.B/l 6Mq7ZZV SLUM 908P1.96SZ4 xe3 0001-&96-SZ6 S&OZAV" 31VO 1014 31V0S 3WVN 311A ON AVOO I jerA 1N 103roud uoee vM'u•wae „„s r„„ra; e&oUSau L031SM 103mbd NOI 1101AI a JNla-une OZ8 00£WS'1S 4198&3N OO&Z& oHwsrx.�o MSG 03AOHd” N dH�lSVJ 03NO3H0 12�Odald l`ddIOINIW NOlN32! N o3aaislsaa °01 HMVtlO NO1N3b d0 J1110 = Q - """�' 3Ltl°SNAGS„� �j°°� 13 Ndld NOIl1101IM30 JN11130 a3103-1d3a 8001d 1SHU s UO F z � ° t zd u2> py LL °m U WUW � N JQZ 2'2 N HN c4 $ O ! - OaOW 6 aXc �w O W �Y z0 m p0 r H 022 33 c�i�� ° w omti� z"c� v0 ten_-{w �d � �LLg 52 Fwd a`y =a0 goo woo >m g eo zo xw�m aww o wwOx H 1 � O N9 N U w1 p°W N op rz_ o O ; UZN ° S 01 E J U.1 Z LE Kufu l • I I I I I I I r r' ri I - ------- ------------------ --------------1------------ --� -----_- - - --- r - mss----_- I -- m II ------- ----- - I I '�• � � I I m m m W 19 m m t7 w w w I I E�� I w m � m (7 � m m W w W I I � LL= w,liM $ ��7 ICI H Ih H H Ill Ill r, iiw w '�'''III hI,,�II �III �I I'II 'III �I'II h'�III �IIII II III �IIII �iII �I�II �I'III �fIII hI'�'� h ;II IIIIII Ki,,II I��II I�'II Jill S / m • I'I . 19 . • !'I . III Irl . III . I9 . IIl . . m , w . n . I'I . m . I'I . y PI . I'I • If , FI , 19 , m • III r III !�� I ii �ti m. I i� I � � 4� "� � � � � �. � � � � � f� � � � � � � � HI � � • �{ � � it H . N . 1 . NI H . H . • w. I w w w HI HI ! H I� HI k Ill W kl Z "I I I I,� � Ni I� � Irl � f� f� 18 W l� � � h I h' h HI {H rd ii � • I ' �i m • m m .ilk , Ir' , � � , � , � � . � � • � , � � , I;I , � , � ,I � � � , M , � •IL w— I II �IW W W W W W W W W W W W W Id W W W W W II � • I'I • � •iI • • • • • • • • • • • .� • • • • III I m m n m m m m m Few m m m m m m m m i • II YL J IWfi— -IJ 41uI 141II — vi�° III IIr'lI I�I III'I �1 I� 'I I'I I� I'I ICI III I'I I'I I'I I'I I`I 43- 9 I'I 19 h II III ��c�i'�}'i I I� I'i • PJII • I'I •I I'�II , I�III , '�I I �'�I , � , I�I m� '�'II , I�I�II , k`; KI , '�I 'M'II , If�I , � , I!W�� ' hI�I • I� , I� , 'IC'III' , I�III ,I I !��, III c� °o'r'H III`a`gul c°�a� ry W W W I''II III i9 �a c°i w Jay ---- - - --� r —- — + III III I, II, i i ICIIII I�IIII �'II ���III I�� ��I ICI ���III ������� ICIIII ICI I�I�II i � ICI'II !�!III ICI �! � I�I' �III ICI ICI,II I�I'�� � � IIII II 11 m I'I f9 w �II f1 m I9 fl m m mI ICI 19 I'I I'I m W III II •H=;-•- c-�-� III h' , I� , I� , M , f� , T M , , T , M , �{ , M , T • , , �I , M T , T , by , , , • III II �Ih I11 NI �I H IH H III Ill Ili III II alb ' ` ' 19 III m I'I !� I'I C9 19 19 III w I'I I'I I'I HI I'I PI 'fl H ''I>i !h III Z., II a �I Z 6Y In o � N W w W w — P iN N N N1 fh d H u Iw—S II II • • • • • • • • • • • • • • • • • • • • • III d' u WW� I'�II WW w w W W rr=====__====�1 j M�II h� ��,II M�II WMW MIfII M�1II MIIII M III Lu Z CJ -- II ICI -1�---I�I'II m---1�- II��II -ItI'�IFi'I-- IIII--->rf--rll1- 1'�IIIiIII IIII'IriII --IIII--IIIIIII--II,,II---IIIIII LU F- II • II . II . II NI !II r--------_- -rr--��-ILL r-s=� c-= II FI 41 19 I'I w !II RI m m Ifl ICI J. II E-g� '� ��-� i I � • � • � I r-�----- II �•J W W w-----1{ H i) !'I III m 9 m m I'I I'I III �; II II lil _ it n HI �� ii H ry �rz� l H HI III z ►—_,� W !'I • I'I • Ih •I j , ICI I I!I �� I r' • ��•c7[�cYL�I I' • !I • I'I • I'.I • � I PI • I'I • I'I • I'I • I!I • I'I • III �Lll 7f I II m (n c-mac-�I �I M I� II LL V;� I W E-���� W II r, r_-- o W W W IL=== _ --��-_-JI W II II CYL� w W W W 1 W W W w w W II I. —________-1-= i� �--_— s�Zs-=�_________��---_� Z n----- 7r----- ----- II II II II n II — ------ _ ------- 1. I � II II II II �zc ---____—_7r=__ --_-----7If=_______ == ii LLl II 11 II II II / U 3 M �-g Mpg o !. 5.m �2 �acZ> °ma4aa m oO I [l3 •'11f10.1v1) [ ZGY\n••4S 64�{+•M VL\•640 Lo\6VI6 OZB&&•3&+•i!SOtD00Z\3HLYd] I J [---- 3urs] (• aauoid] [---- �ao►um) (av sou CLVG Li mva nw�• &i`��r WAWMNW lrrrr wr.+ rw.w wp-- . wrmm+ psumrlw &fir wr.r+ 0"MANNO rirr&r9 aassrw rrj "awmisro monsw ■ommofY •rrw' rairmns „0.l=A/G 6mp•EZH 8LKSO owmwtw, • EIOZIS " 31VO 101d 31VO6 3WVN 3lId ONIMVtlO 2138WnN lO3fOLd SOSPL96-szo 0°SPL96SZ9 Il,Ges vm^,,, ya; umWit "°3lsvl 103FOUd NOIIIIOW30`Eftinne OZ8 OK SWIS 41961 3N OOIZL MSG G3AOHMV co � dHAk � /\' �3 03WJ3HO 12lOd2ilb'l`dd101NIW NO1N321 w N 032i311SIJ3iJ S��v om NMV80 NOlN3b �O JlllO Q !' 3N 31V°SNAOSIA3tl G sd Ndld NOI1110W3a ONI-1130 031031438 80014 CIN003S ZOZ�2> H LL l-C-il W g f3 o co n w a: ozF rci zo m 00 �O2F�U1 goz g t�E om�� cwi� 0 9zw wJo F5 m f-ow? W T �So caw 9:o az �°w0 fnpTO ,4?p W yZ N�j t?Q ()O �� � a� �-O 300 Lw.o aww ww0= o-9 �mK w V� 0 o tVF R' tnKR `t M.. o 7— 0 FKC p Td LU LU cO I I I I I I I i III _.�I -. �� ��. ,y.: • E��3 E��3 I� �7F� II --JI L P H 1 II Ir IIII I1 �. I1{-� 'I �I''Ii _H� . TII • Cll E. X 111 III Ir�l li.11 $I� Ir{I Ir{I I � CIE-��� II pill ��I —— �p '...�I*� ; .._I7 II'I _r II I',I • I��l ��3 F9 • F� IMI I I Hi pmt III I1� I o I I III I II nl �� —--7-�— I —-- ——f— — --— r-- Ill..p E CAI 3 N� 1 I Ir� �r I f'�I I I -P, _.i11 I� �I♦-� I I II I r{I rHIII il � � L . � I Ir�l cw4 cam,, Ir�l I1��1 II II I � 7 il II E-aA E-��] E+`1-E Il ffi 7 T T' (T't' P T I I L�., ,� �}�I I • III H fi— — ----fir'— -�-�r{ -f H, E-=rE E�� E-D-E 5� p� III Ir�lr�lr�lr�lr�l II Ir�fflIlw Ir l �I I7 1 El f'1 II ! li ill I FT JI N� 1 Idl Ir�i Its i�,l r{I ;�I IIg '� III Ir�l It�l I��I Ir�l �� o• ,� � �� �II L„J -_II --j- 1 III �J caw II II � I N� r n N�I I ' �• au LU Z LU I -h T1 �TT7 " W w _ — (_ O O Illi h� ii I,�I h.. _tir Z n 'T, r r O� r, �I �r IT ZC-9 m u L,L, -H li�J �1 I�11 I1 !I' ��• �� •lii ���� ����I r� Ir�l Ir;I t� ��I 1 � I!�i I' I �U,W N U� �� CW °z cc Z m co [u � anoxn] [a•aczv�•:�oN���uimd]�[6 'aO\OPM O[U'MI a�sz/3 a1ival lrrll� lllr 111011111111111111 1lrrll 000000 M~ rrrO mwmmmm WINNO► yr+l r...rr 000+09 loom" 11111011111111111111 �Irrrlr r�wllrw lv.LUVMS .0-.l=.8/1. BMp'Lev 8L6LE0 �'1,� , OLOZISW/ 31VCI 1014 31VDS wm 31130NIMVtlO m3mnN 103fONd BOBt�56SZY><ai OOSY-LS6SZY 1L086 vM' 08 °ooMxiis v°xHVee 6lOsmt 11031Svi 006 o1S'1S 119&3N 00 lU MSG al 155FONd NOIIIIOIN90 ONldllfl9 OZ8 r � / SVd 03NO3H0 12i0d211`d lddI01NIW N01N3a c6 1�311H�ilV \I i 03831SIJ3N S94f�' 001 NMVUa NOlN3H JO AM a SNNVW3H 31V0 AS 'ON SVd 03NOI830 SN0I1bA31 NOIlIlOW a SNOISIA3tl OdN1 J33N5 III, _ I a (` 03 [ LL O �. f FI PfY II^l ij 1 I I I II f I 52 II III J $ o Hogg5 u"i i z 12 11 r LLI J o 22 O$ �- Q _ I:il I' I I O E a i m�� I i t m a0 L O ° � � oR � I �� F fig" 1 �8" g yw u E � .a �° II I LI I 00r I-- ----- �'—�--- —� w I I ."'.h' I I 1 I' f II el ° I' l m j 1 it I i olll III i II 7----- oho U II I I I 1 I I tr-- I I I I' im It to I I! I' I I i U I ICI I � I II I' I li I I $mSo9 I I: II p I I I m r I'_ I I I I �aa"a I II I I I 83 I —Y— — U 1 Im I I II I wiu I I u u I Il I I,I� I, I II q I III III I a If Il II 11 l li I I, I II f II wa,Il I II I p II L r� '.lu I I I u I II Irll I Iu:il I III II I I Iall II I I 'fi III I I I iBlll Illi'III I III aIII I Im 11 I I I � r n�rll I I '� ulwl I I� : I & I I 1� -------- II L--------- ---------I I I II ~ 'I— I II I � i I ti I I I I I:, II I c°�3 0 1 1 I I F X11 I I I, LI I' H I 1 I I I LI I 1 I I b I � CD I I e it o j 1 � vlll � I I m u�u II oI m11 I i = O ti LL---- m CID uu mul.: vlcm r I I II I O I I!1 I Z I I OI W I' LU I'. I J LU I i I N — ; II III ------= � ms ! Q p [�I --------y N 9 W. II I I; C)�,'I'�� Z'� II I I I I ° I w, iI I i L--------- c ° 03o Qo I [U 0"i Jf0A L6M - au � w )[---- 3US] [0 N -V\[ mDRmY1 [wv o a 5\2 -v0 vmw� mmm� vmw� oftmv ON-="" 111oww" ma-V moommN "ONO amos" 0mmo "Now* snow lv"wl 03ION SV BMp'Z£V I 8L6LE0 BLOZ/l 31VO101d BWOS 3vM THA ONIl I i13onnN 1031'ONd ONO-LSOSZ4 ad DOW 96-9Z4 L Logo VM'IPA-B aoomns v„Hda; 6LOMML 1103 I 103FOUd NOIIIIOW30 ONIa-une oze WC OIS'1S-lg 3N OOLZL MSO 03AOl N Svd 03WJ3HO iUOdNIV IVdIOINIIN NO1N3N w M 3,U dHM 19311S03V 001 NMVNO WiN3b �O )UIO Q 0 3 2131 5 19 3 21 S94f" SMIVMH 31V0 AS 'ON gvi 03NOIS30 ll�„/l�a r,ru SNOISIA3N OA1133HS S S VV w rz��ug w �y dw�'? zoJ a�umw u3z w° ((�� zm O Od� rjo m r r w w �oo � �n 80mo m1yr0 Paaz g i zszwcr5<r� c� rkz+�i0 m SUw z6 tAm K S— ZR Z x w m y��� �d yz �� � �� _ qq }g�z 'NHS 0 _ � U W Q \ I \ 1 \ 1 \ , f 'NIW UL NI — °I N uJ _ w IM _ Z 0 c/) 11 I i I' — l� Q � � ��u Z_ I 'r LLJ w o _ W D o Z M 00 w d 00 1.gO rVUi� �{ M30 OOS uuuQ11II��uq 3. 'i z �+� biiY� � � z o g ill;9d� ff o bmZo°ro3v� , Oi w i z � �y8�3x 5""� �a cz4`�-`�` < J adz zw.� ui rn aK�i Q�ulmcg j 4 w w 1�§2 0 0 0 0 L LU i, W N W LU d �z - m w �!rumkk o Q 3� LU W " 2 �h `• i J CA fn I�'sxF c M � c4'u5 _. _ w O 0 - I, I Y o� LL vi u5 z J z ? w a Sz z -z dz Y z ?az wx xz y z$y cl°d°ar�m ;� mwc�tl W '�n°w�u9 x 20z�+ JgN 3 o F mo°� M 0 2 8 wdg Tu u 2 x s�m F' z3 3 z s °� �z j °S9 ��o m � "' a-riw m� '� °m m r7iu r � �° m `�' ! Ian m ,w 3 mz wa �w Q �u� �� GS 1.�'1�(12 zZ� swzi w S��wJJO W z'JZ8 5 �zx w ° YCJ Nd W ��a ° b��6 �cdw O NFE�FE 4W U�U�� JVJ pW Z '.�i2�IS z O8 �y W[a�] { ii8° �LL� j° R"d i� g�z �H O 5 LL tl~ R2 K M2 In8 O 2 Nyp O o O O 0 00 J J Ul KM W LL LJ O Z Z NI W .L W Z Z -r' u9 r o �' °$ w � gNaz � c'Sa W W r" Q ?� Q 4 W o U. °z o 9 Hm p Q _00 uJ~ LU ~ w m gqu$ m��' qw, Q Z � O 4 S Z `3w Ury C ch ►` F � d Aso("�t�y{U�z €€u� 063�NU dJS ZF 5Z t— � LU p W W W M M O Ow0jw O � r- [u of anaAn] U �w°° i ova l 6 uj rZ[Nb onvra cZ c i 1r r1�r +nrl.. yl�rir. err "MINOr •ll� errs pleb rl •rry boor*" P"Ou qr .....+ ...qrr wor�I Nowwo nomo + ONNOW vul tommo i ,7vuwens 31VOSON BMP'4>tl 8L6L£0 u1m vjped4M��wxx� EIoZ/9Z/Ll 31VG told 3'MJS 3WVN 31d ONIMVUO U3ennN i33fONd S0S4-196-01, i GO9V-I96 raioHiNSrrn jo xiris «�df�•I s r ra EIOAV4 UG31SVI i33FOUd NOU110IN30 JNlallne oze OOE WS CIS 4196E 3N oOlZt y MSG 03AONddV I����� 331 ilk Svi 03NO3NO 12lOdald lddIOINIW NO1N321 03 31IS19321 594 001 NMVda NOlNMi J0 ,U10 a SNNVW321 31VO AS 'ON SVd 03NOIS30 C' 8,NOISI/Ob OdN1133NS SHdbHJOlOHd JNlainl x � v O P*C I Q � � U OJ o aj J 0 a �` C.9 LU LL $ � � 3 LL Uj 5;Sim W w �` W 3— 0 3g 5a'5 3 LU W � � o 0� m°¢ _ g Z � s Ooo l sag �rr O D Li W O _ O O F YI LL 0 Z O O Z OU L_ O LL W U O w a~ w 0 F- w W o0 o a O � OP a � m z Z w Z g CC r �-- �1 0 0 0 O O J LL w Z oO O ^}f O oU m w� CV O J O Dow Q = O UZ D= W QZ J� LU J =Y �O R WO o O b ✓" ylyd�l F�I PYVy aFI`�'r �Yw .:'iiMiAw: p Lij d O O 6 q Uj LL 0 of 1 O O w LL O LL m w wuj Q O� Q U 1 Z= ZQ OF- R' WI— _ J ,w' W J Utz mZZ Z $ Z [Una(Di anowi) [6M'L*v\ww :=1\ b LN oze-4ussmoz\.3[---- 3RLS] [N [4moNLf ] l l 11 3V0) was � fir vmwlmm Wr U� wtiummom widows oftollow ®o WINNOW IMrAIM summon Io� COI sommor —im s_mom _mmoIW 7"moo