Loading...
HomeMy WebLinkAboutR-2008-104 Interfund Loan Capitol Theatre ExpansionRESOLUTION NO. R-2008-104 A RESOLUTION authorizing an. Interfund Loan from the 198 -Capitol Theatre Reserve Fund to the 322 -Capitol Theatre Construction Fund in an amount not to exceed $500,000, and setting the terms of repayment. WHEREAS, the Capitol Theatre Reserve Fund has sufficient resources available for investment to make the Interfund Loan authorized by this Resolution; and WHEREAS, funds must be loaned to the 322 -Capitol Theatre Construction Fund in order to provide for cash flow requirements for finalizing the construction design and for the relocation of utilities prior to construction of the Capitol Theatre Production Center facility, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: A loan of up to $500,000 may be borrowed in whole or in part only at such time as it becomes necessary to complete the project. The interest rate to be paid to Fund 198 -Capitol Theatre Reserve Fund for borrowing these funds shall be based on the current Local Govemment Investment Pool rate at the time of each draw, and each draw on the loan shall be repaid with principal and interest upon issuance of tax exempt bonds for the Capitol Theatre expansion, but no later than three years from the borrowing date. Repayment shall be made from Fund 322 -Capitol Theatre Construction Fund. ADOPTED BY THE CITY COUNCIL this 1st day of Jul 2008. ATTEST: City Clerk Legal BD/Resolutions Interfund Loan avid E• err, Mayor 0 O BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting Of 7/1/08 ITEM TITLE: Resolution Authorizing an Interfund Loan from Fund 198 -Capitol Theatre Reserve Fund to Fund 322 -Capitol Theatre Construction Fund, for the purpose of providing cash flow for the relocation of utilities and construction design. SUBMITTED BY: Rita DeBord, Finance Director Cindy Epperson, Deputy Director of Accounting & BudgetingcE- CONTACT PERSON/TELEPHONE: Cindy Epperson, 575-6070 SUMMARY EXPLANATION: During the 2008 budget process, City Council approved a project to expand the Capitol Theatre, including an Interfund loan of up to $500,000 from Fund 198 -Capitol Theatre Reserve Fund to Fund 322 -Capitol Theatre Construction Fund, in order to provide cash flow for these activities. The proposed expansion includes a new Production Center (attached to the back of the Theatre) and a Pavilion (a support annex and administrative office on the comer of Yakima Avenue and 3`d Street). In 2008, the Capitol Theatre will relocate the utilities in back of the Theatre and begin the construction design process. Construction of the Production Center is set to begin in 2009. . The Capitol Theatre is in the process of finalizing plans to begin the relocation of utilities and therefore will soon find it necessary to have sufficient cash flow within the 322 Fund to pay for the subsequent expenses. The Interfund loan from the Capitol Theatre Reserve Fund will be repaid, with interest, when the City issues bonds in 2009. Resolution X Ordinance Other (Specify) Contract Mail to (name and address): Phone: Funding Source 198-Capito _ -atre Reserve Fund APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Adopt Resolution C Ci Mana • er BOARD/COMMISSION/COMMITTEE RECOMMENDATION: COUNCIL ACTION: cRl6,ijAL City of Yakima Purchasing. Division CopT*41 129 North Second Street Yakima, WA 98901 Bid Documents & Specifications for City Project No. 2231 Site Utility Relocation The Capitol Theatre July 12, 2008 ARCHITECT'S REVIEW & RECOMMENDATION COMPETITIVE BIDS WERE OPENED ON JUNE 26, 2008. ALL BIDS HAVE BEEN REVIEWED BY TRAHO ARCHITECTS. I RECOMMEND THE BASE BID ONLY CONTRACT BE AWARDED TO: KNOBEL'S E/L TRICE INC DATE % /Kenneth G. Ormbrek, AIA I CONCUR WITH RECOMMENDATION TO AWARD THE ABOVE CONTRACT TO KNOBEL'S ELECTRIC, INC. - DATE Chief Engineer =' = AWARD MADE BY CITY MANAGER CITY OF YAKIMA Capitol Theatre Site Utility Relocation Project PROJECT NO 2231 DATE: June 26, 2008 FILE. Site Utility Relocation - Bid Sum.pub DATE CITY`PAANAGER SHEET 1 of 1 BID SUMMARY Capitol Theatre Site Utility Relocation ARCHITECT'S ESTIMATE KNOBEL'S ELECTRIC, INC. BAILEY ELECTRIC, INC. JACK HORNER ELECTRIC, INC. ITEM Bid Security 5% Bid Bond 5% Bid Bond 5% Bid Bond NO. ITEM QTY UNIT AMOUNT AMOUNT AMOUNT AMOUNT PREFERENCE 1: BASE BID Only 1 LS 200,000 00 115,408.00 135,000 00 238,759.00 SUBTOTAL: 200,000 00 115,408 GO 135,000.00 238,759.00 SALES TAX (8.2%): 16,400.00 9,463 46 11,070.00 19,578.24 BASE BID ONLY - TOTAL: $216,400.00 $124,871.46 $146,070.00 258,337.24 ARCHITECT'S REVIEW & RECOMMENDATION COMPETITIVE BIDS WERE OPENED ON JUNE 26, 2008. ALL BIDS HAVE BEEN REVIEWED BY TRAHO ARCHITECTS. I RECOMMEND THE BASE BID ONLY CONTRACT BE AWARDED TO: KNOBEL'S E/L TRICE INC DATE % /Kenneth G. Ormbrek, AIA I CONCUR WITH RECOMMENDATION TO AWARD THE ABOVE CONTRACT TO KNOBEL'S ELECTRIC, INC. - DATE Chief Engineer =' = AWARD MADE BY CITY MANAGER CITY OF YAKIMA Capitol Theatre Site Utility Relocation Project PROJECT NO 2231 DATE: June 26, 2008 FILE. Site Utility Relocation - Bid Sum.pub DATE CITY`PAANAGER SHEET 1 of 1 CONTENTS Site Utility Relocation - Capitol Theatre CITY OF YAKIMA BID NO. 2231 NUMBER OF PAGES INVITATION TO BIDDERS 1 SECTION 1 — PROJECT SPECIFICATIONS 1 1.0 Scope of Services 1.1 Description of Work 1.2 Protection 1.3 Damages 1.4 Traffic 1.5 Pollution Controls SECTION 2 — GENERAL SPECIFICATIONS 2 2.1 Bid Due Date 2.2 Review of Site 2.3 Timing 2.4 Business License 2.5 Right to Reject 2.6 Contractor's Liability Insurance 2.7 Workmanship 2.8 Regulatory Requirements 2.9 Liquidated Damages 2.10 Assignment of Contract 2.11 Indemnification 2.12 Building Permit Fees 2.13 Prevailing Wages FORMS Proposal Signature Sheet 1 Non -Collusion Declaration 1 Contract 1 Certificate of Insurance Informational Copy 2 Additional Insured Endorsement 1 Prevailing Wage Rates 7 City of Yakima General Provisions 5 Personnel Inventory Form 1 SECTION 3 — TECHNICAL SPECIFICATIONS 01100 Summary of the Work 3 01250 Contract Modification Procedures 2 01290 Payment Procedures 4 01310 Project Management and Coordination 5 01320 Construction Progress Documentation 3 01330 Submittal Procedures 7 01400 Quality Requirements 6 01420 References 2 01500 Temporary Facilities and Control 6 01600 Product Requirements 7 01700 Execution Requirements 6 01731 Cutting and Patching 3 01770 Closeout Procedures 5 01781 Project Record Documents 3 02300 Earthwork 9 16010 Basic Eiectricai Requirements 7 16050 Materials and Methods 7 16120 Conductors and Cables 5 16130 Raceways and Boxes 6 16140 Wiring Devices 2 16210 Utility Services 2 END OF CONTENTS INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North Second Street, Yakima, Washington, 98901 until 2:00 pm on June 26, 2008 and will then and there be opened and publicly read for the construction of: CITY OF YAKIMA CAPITOL THEATRE SITE UTILITY RELOCATION City Project No. 2231 Relocate the existing utility service lines (including power, telephone, cable television service) from overhead to underground serving the Capitol Theatre and adjacent buildings as shown on the project drawings prepared by the Architect and Engineer. All bids shall be accompanied by a bid deposit in cash, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid. Should the successful bidder fail to enter into a contract and furnish a satisfactory performance bond within the time stated in the specifications, the bid deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the office of Traho Architects P.S., 1460 North 16th Avenue, Suite A, Yakima, Washington 98902 upon payment of the amount of $35.00 for each set, non refundable. Informational copies of maps, plans and specifications are on file for inspection in the office of the Architect and at Yakima Plan Center and Tri City Construction Council. A Pre -Bid Conference will be held on June 23, 2008 at 2:00 pm at the Capitol Theatre at the east side stage door (in the alley). This Pre -Bid Conference is highly recommended to all prime bidders. The City reserves the right to reject any or all bids. DATED this 12th day of June 2008 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 44- 9 For Meeting Of 5/19/09 ITEM TITLE: Final Contract Payment for Site Utility Relocation — The Capitol Theatre Project #2231 SUBMITTED BY: Department of Community & Economic Development CONTACT PERSON/TELEPHONE: Robert Desgrosellier — Senior Engineer 509-575-6228 SUMMARY EXPLANATION: This project was to relocate the existing utility service lines (including power, telephone, cable television service) from overhead to underground serving the Capitol Theatre and adjacent buildings. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Knobel's Electric, Inc. Contract Award: 7/10/2008 Contract Cost: $124,871.46 Final Contract Cost: $167,508.65 Amt. This Payment: -0- The above total contract cost is for construction only and does not include architectural, engineering and other costs. Resolution Contract Funding Source Ordinance X Other (Specify) Final Contract Payment Mail to (name and address): CP Capitol Theatre Construction Fund APPROVED FOR SUBMITTAL: r6k4 City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. BOARD/COMMISSION/COMMITTEE RECOMMENDATION: COUNCIL ACTION: 1` 1'7 CI"( (D jr' c< <t 1 ��� M e Capitol Theatre Expansion # 2231 Final $115,408.00 Original Contract Sum $39,405.91 Additions $154,813.91 Sub -Total $12,694.74 8.2 % Sales Tax $167,508.65 Total Contract Bid TRAHO RCHITECTS, P.S. June 30, 2009 . c),)e 2-23 1460 NORTH 16TH AVENUE, SUITE A YAKIMA, WASHINGTON 98902 (509) 452-0609 FAX. (509) 452-0578 AMENDMENT NO. 2 Page 1 of 1 AIA DOCUMENT B101 - 2007 Edition Standard Form of Agreement Between Owner and Architect FOR THE CAPITOL THEATRE EXPANSION Dated May 6, 2008 ARTICLE 4 ADDITIONAL SERVICES This amendment to the AIA Agreement is for additional services for the Production Center and existing Theatre building as described below. The total project budget for A/E fees is 12% of the construction cost. Basic Services A/E fees = 8.5% per agreement; Construction Management Services = 2% per agreement; Additional Services = 1.5% maximum. The total amount of this amendment will not exceed 1.5% of the total Construction Cost per Exhibit B of AIA Document B101. ITEM Fee B&O Tax Architectural Total Fee Fees Article 4 Additional Services / Traho Contract / Page 9 4 1 7 Civil Engineering 4 1.23 Extensive Environ. Responsible Design (LEED) 4 1.24 LEED Certification Fees Structural Engineering / Pre -Cast CMU Walls $3.117.50 $ 46 77 $000 $000 $0.00 $000 $ 6,500 00 $ 97.50 $ 0 00 $ 9,500 00 $ 450 00 $ 0 00 $ 3,164.27 $ 9,500 00 $ 450 00 $ 6,597.50 Electrical Engineering / Revisions Existing House Lighting System/Egress Lighting $ 6,500 00 $ 97 50 $ 0 00 $ 6,597.50 Stage Lighting $ 5,000 00 $ 75 00 $ 0 00 $ 5,075 00 Emergency Power Distrib & Panel X Refeed $ 4,500.00 $67.50 $ 0.00 $ 4,567.50 TOTAL FEES AMENDMENT NO. 2 $ 25,617.50 $ 384.27 $ 9,950.00 $ 35,951.77 APPROVED BY: CITY OF YAKIMA R. A. Zais, Jr- / City City Contract No. 2008-90 Resolution No. R- zc c TRAHO ARCHITECTS, P.S. ,�9'`�rw nneth G Orin re /President MEMBER AMERICAN INSTITUTE OF ARCHITECTS KENNETH G. ORMBREK, A.I.A. SECTION 1 - PROJECT SPECIFICATIONS 1.0 SCOPE OF SERVICES The City is seeking a qualified and competent vendor to relocate the existing overhead utility service lines adjacent to the Capitol Theatre Building, Yakima, Washington. The following information should be of assistance in developing a proposal. If you have any questions, please contact the Kenneth G. Ormbrek at Traho Architects, PS (509) 452-0609 or ken@traho.com. 1.1 DESCRIPTION OF WORK 1.1.1 Relocate the existing utility service lines (including power, telephone, cable television service) from overhead to underground serving the Capitol Theatre and adjacent buildings as shown on the project drawings as prepared by the Architect and Engineer. 1.2 PROTECTION 1.2.1 Provide passageways around the areas of cleaning and repainting to ensure safe passage of persons in the area. 1.2.2 No part of the area around the building may be left in an unsafe condition. If any danger is imminent, the Contractor shall rope off or place barricades around the area. 1.2.3 Protect adjacent sidewalks, buildings and vehicles around the existing from construction operations. 1.3 DAMAGES Should adjacent property be damaged in any manner, the Contractor shall immediately contact Warren Houtz, Facilities Manager, Capitol Theatre (509) 853-8324. The Contractor shall promptly repair damages caused to adjacent facilities, property, streets and sidewalks by cleaning and painting operations as directed by the Owner and at no cost to the Owner. 1.4 TRAFFIC 1.4.1 Conduct cleaning and repainting operations and the removal of debris to ensure minimum interference with roads, streets, walks and other adjacent occupied or used facilities. 1.4.2 Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways, if required by governing regulations. 1.4.3 The Contractor shall maintain traffic in the project area to the satisfaction of the applicable local regulatory agencies, the local public agency and Owner. 1.4.4 The Contractor shall observe and obey all local and state laws, ordinances, regulations and permits in relation to the obstruction of a street, keeping passageways open and protecting pedestrians. 1.5 POLLUTION CONTROLS 1.5.1 Use temporary enclosures, tarps, coverings and other suitable methods as necessary to limit the amount of dust and paint overspray scattering in the air, to the lowest level practical for the condition of work. Comply with the governing Clean Air regulations. Do not use water where it may create hazardous or objectionable conditions such as pollution, ice or flooding. 1.5.2 Clean adjacent improvements including walks and streets of all dust, dirt, debris and materials from construction operations, as directed by the Owner's Representative and governing authorities. Return adjacent areas to condition existing prior to the start of the work. SECTION 2 - GENERAL SPECIFICATIONS 2.1 BID DUE DATE Bid shall be submitted to, and date stamped by, the City Clerk's Office, Yakima City Hall, 129 North Second Street, Yakima, WA, 98901, by 2:00 p.m. on June 26, 2008 hi a sealed envelope Labeled City Project No. 2231 with the date and time of bid opening written on the face. If you plan on attending the bid opening, DO NOT BRING YOUR BID WITH YOU INTO THE OPENING ROOM. It must be received and date stamped by the Clerk's Office . 2.2 REVIEW OF SITE All bidders shall visit the site prior to submitting their bid and become aware of any problems that may affect their bid. Bidders shall take their own measurements of the area to be repaved. Bidders will not be allowed to adjust their bids after submission, based on information that could have been obtained through a building and site visit. Contact Warren Houtz, Facilities Manager, Capitol Theatre at (509) 853-8324 /to make an appointment to view the existing building and site. 2.3 TIMING Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall start within ten (10) days of Notice to Proceed and shall be substantially completed within 120 working days. 2.4 BUSINESS LICENSE If applicable, all bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the Contractor's responsibility to obtain any licenses or permits required to complete the project. 2.5 RIGHT TO REJECT The City of Yakima reserves the right to reject any or all quotes or accept any presented that meet or exceed these specifications and that they may deem to be in the best interest of the City, and will not necessarily be bound to accept the low quote. 2.6 CONTRACTOR'S LIABILITY INSURANCE (SAMPLE CERTIFICATE ATTACHED) The Contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials and employees are to be listed as additional insured under the policies. The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation and, under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers' compensation through the State of Washington. If, at any time during the life of the contract or any extension, the Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 2.7 WORKMANSHIP The Contractor shall furnish all labor, equipment and materials necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. Only the best and safest methods of operation in conjunction with excavation will be allowed. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. 2.8 REGULATORY REQUIREMENTS 2.8.1 Disposal of Materials: All disposal materials and containers must be disposed of at a disposal site permitted to accept such materials. Choice of disposal site must be approved by the City of Yakima. 2.8.2 The project shall be performed in a manner that is in compliance with all applicable federal, state and Local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes) LIQUIDATED DAMAGES Liquidated damages for late completion will be $500.00 per day for utility reconnection to each building in September 2008. 2.10 ASSIGNMENT OF CONTRACT The successful candidate agrees that he will not assign, transfer or subcontract any portion of the award, unless indicated. 2.11 INDEMNIFICATION Contractor shall not assert any claim arising out of any act or omission by any agent, officer or employee of the City in the execution or performance of this Agreement against any such agent, officer or employee. The Contractor expressly agrees to at all times indemnify, defend and save harmless the City of Yakima and its respective officers, agents, and employees on account of any and all demands, claims, damages, losses, litigation, financial costs and expenses, including counsel's fees, and compensation arising out of personal injuries (including death), any damage to property, real or personal and any other loss, expense or aggrievement directly or indirectly arising out of, related to or in connection with the Project and the work to be performed hereunder by the Contractor, its employees, agents, subcontractors, material suppliers, or anyone directly or indirectly employed by any of them. The Contractor shall and does hereby assume and agree to pay for the defense of all such claims, demands, suits, proceedings and litigation. The provisions of this paragraph shall survive the expiration or early termination of this contract and shall not be limited by reason of any insurance coverage. 2.12 BUILDING PERMIT FEES The Contractor is responsible to obtain any required permits at the Contractor's expense. 2.13 PREVAILING WAGES The Contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. 2.13.1 RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. 2.13.2 RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before an awarding agency may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub -contractor must submit to the awarding agency an Affidavit of Wages Paid, certified by the Department of Labor and Industries. 2.13.3 RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. PROPOSAL & SIGNATURE SHEET CITY OF YAKIMA PROJECT NO. 2231 Site Utility Relocation - Capitol Theatre ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT DOLLAR AMOUNT 1 LUMP SUM BID FOR THE SITE UTILITY RELOCATION - CAPITOL THEATRE 1 LS $ 115, LI 3.66 SUB TOTAL SALES TAX (8.2%) ! 15) Os ,& C/► g ip: Li TOTAL lay) 87/MG0 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. ** Receipt is hereby acknowledged of addenda No(s). �iOQ L(.5a-(1 7 PHONE NUMBER SIGNATURE OF AUTHORIZED OFFICIAL(s) ed Nora Pt knnnh44, Qr en + FIRM NAME Kt1()hE',11.4i le_c:4 lcl 1y -kc (ADRESS) �j('� ( TenRan L,i n `(ctk.1mni I�)1A STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 11,NOEE1_4-1,-U5RU qH 10D 1g 17 I7ILQI/ 1 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, 1 am deemed to have signed and have agreed to the provisions of this declaration. THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we KNOBEL'S ELECTRIC, INC. as Principal, hereinafter called the Principal, and WESTERN SURETY COMPANY a corporation duly organized under the laws of the State of SOUTH DAKOTA as Surety, hereinafter called the Surety, are held and firmly bound unto THE CITY OF YAKIMA as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT OF BID Dollars ($ 5% OF BID--), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our_ heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for SITE UTILITY RELOCATION THE CAPITOL THEATRE NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in 'the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 23RD day of JUNE , 2008. KNOBEL'S ELECTRIC, INC. (Principal) Seal) I'WO rok P, Knob, eji Title) fireen+ WESTERN SURETY COMPANY (>urety) (Seal) FAO_ TAMMY P KEE, ATORNEY-IN-FACT Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Carol Slinkard, Individually of Yakima, WA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 24th day of October, 2006. State of South Dakota County of Minnehaha ss Oet WESTERN SURETY COMPANY Paul BeuFla[ Senior Vi. Paul Bruflat, Vice President On this 24th day of October, 2006, before me personally came Paul T Bruflat, to me known, who, being by me duly sworn, did depose and say that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal, that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2012 + .,.......,......4,-...,,,,,,,,,,,,,,,,,,,,,,,+ s D. KRELL s a • NOTARY PUBLIC i ✓ SOUTH DAKOTA r s r +,,..7.00.0.0,..>.............%.0,%.,........... + CERTIFICATE D Krell, No ary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1 iay of 3 q E Form F4280-09-06 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY—IN—FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Carol Slinkard, Individually of Yakima, WA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 24th day of October, 2006. State of South Dakota County of Minnehaha } S5 WESTERN SURETY COMPANY Paul Bruflat, Senior Vice President On this 24th day of October, 2006, before me personally came Paul T Brufiat. to me known. who, being by me duly sworn, did depose and say that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal, that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30 2012 YS4.,.,.,..•,4M•,•s•,4•,hb•..,•,.,4,,,.. + 8 • D. KRELL .r i • NOTARY PUBLIC SE t. i i SOUTH DAKOTA s /40A D Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this Form F4280-09-06 rt dayof WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company Section 7 All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 10TH JULYof JULY , 2008, by and between the City of Yakima, hereinafter called the Owner, and Knobel's Electric, Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH' That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $124,871.46, for Capitol Theatre Site Utility Relocation, Project No 2231, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One Hundred Twenty (120) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this Ic ` day of J111 2008 rAttest: City Manage City Clerk By CONTRACTOR Knobel's Electric, Inc., a Washington Corporation _ Contractor CLIFFORD P. KNOBEL Its (Print Name) PRESIDENT (President, Owner, etc.) Address: 801 Tennant Lane Yakima, WA 98901 THE AMERICAN INSTITUTE OF ARCHITECTS BOND #58646824 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE YAKIMA, WA 98901 SURETY (Name and Principal Place of Business): WESTERN SURETY COMPANY 999 3RD AVE., SUITEI2500 SEATTLE, WA 98104 OWNER (Name and Address): CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 CONSTRUCTION CONTRACT Date: JULY 7, 2008 Amount: $124,871.46 Description (Name and Location): CAPITOL THEATRE SITE UTILITY RELOCATION PROJECT BOND Date (Not earlier than Construction Contract Date): JULY 7, 2008 Amount: Modifications to this Bond: g None CONTRACTOR AS PRINCIPAL Company: KNOBEL' S ELE=RIC, INC. WESTERN ; - _ -_ - OMP �- r� c • �� C Signature• Signature: C .�� Name and Title R. MCKEE Name and Title: CLIFFORD P. KNOBEL, PRESIDENT ORNEY—IN—FACT (Corporate Seal) SURETY Company: ❑ See Page 3 (Corporate Seal) (Any additional signatures appear on page 3) (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED • AIA U THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D C. 20006 A312-1984 1 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notity the Owner citing reasons therefor 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4 4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED • AIA �. THE AMERICAN INSTITUTE C)F ARCHITECTS 17n NFW YC)RK AVF N W WASHIN(:TfN n C 20006 A312-1984 2 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: Signature• Name and Title: Address: (Corporate Seal) AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED • AIA ® A3t2-1984 3 cul ki T(lN n r 9nfln6 THE AMERICAN INSTITUTE OF ARCHITECTS BOND #58646824 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE YAKIMA, WA 98901 OWNER (Name and Address): CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 SURETY (Name and Principal Place of Business): WESTERN SURETY COMPANY 999 3RD AVE., SUITE 2500 SEATTLE, WA 98104 CONSTRUCTION CONTRACT Date: JULY 7, 2008 Amount: $124,871.46 Description (Name and Location): CAPITOL THEATRE SITE UTILITY RELOCATION PROJECT BOND Date (Not earlier than Construction Contract Date): JULY 7, 2008 Amount: Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: KNOBEL'S ELE RIC, INC. Signature. Name and Title: (Corporate Seal) CLIFFORD P. KNOBEL, PRESIDENT (Any additional signatures appear on page 6) ® None 0 See Page 6 SURETY Company: (Corporate Seal) WESTERN ETY C0%" Signature: Name and Title: R. MCKEE ORNEY—IN—FACT (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 19B4 ED. • AIA O d'I47.14Rd d 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by `any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed 6.2 Pay or arrange for payment of any undisputed amounts 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obl igations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction In the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 41 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein The intent is that this AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED • AIA® _ . ./n., v(lov /WC 1,1 w %A: Acutnir-rnni nr 706116 A312-1984 5 Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be .asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature • Name and Title: Address: AIA nnr•uucur AR/9 . lacrIcrIPAAANJCV Rf1Nfl AtJn PAVMFNT RnIn • r)FC!MRFR 1984 FD • AIA Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Carol Slinkard, Individually of Yakima, WA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attomey is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 24th day of October, 2006. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY Paul Bruflat, Senior Vice President On this 24th day of October, 2006, before me personally came Paul T Bruflat, to me known. who. being by me duly sworn. did depose and say that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument: that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal, that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2012 +.0.,,,%,....44..0.0.,...,,,,,..,.....,4...00.,..+ 1 D. KRELL i i� NOTARY PUBLIC Fid j e SOUTH DAKOTA S=� .r .r 1 +.,..,,,,,,,,,,,,,,,,,,,,,,,,,,,,,%%.....o. "., + CERTIFICATE D Krell, No ary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this J day of) gg Form F4280-09-06 WESTERN SURETY COMPANY 2'4,„142,1771...-01/1 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company Section 7 All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Desgrosellier, Bob Page 1 of 3 From: Krautwurm, Deb[Deb_Krautwurm@wellsfargois.com] Sent: Thursday, July 24, 2008 9:55 AM To: Desgrosellier, Bob Cc: Pearson, Joel Subject: RE: Insurance checklist review for;Capitoi:Taater - City of Yakima Hi Bob: This looks correct. deb Deb Krautwurm Senior Vice President Wells Fargo Insurance Services NW, Inc. P 0 Box 2547 Yakima, WA 98907 509.853.4210 800.572.9170 fax 509.248.9007 deb krautwurmwellsfargois.com This message is intended for the addressee. Please notify the sender by e-mail if you are not the intended recipient. If you are not the intended recipient, you may not copy, disclose, or distribute this message or its contents to any other person and any such actions may be unlawful. Wells Fargo Insurance Services reserves the right to monitor and review the content of all messages sent to or received from this e-mail address. From: Desgrosellier, Bob [mailto:bdesgros@ci.yakima.wa.us] Sent: Wednesday, July 23, 2008 2:58 PM To: Krautwurm, Deb Cc: Pearson, Joel Subject: RE: Insurance checklist review for Capitol Theater - City of Yakima Deb, an amended insurance cert finally landed on my desk. Please review and let me know the acceptability. Thank you, Bob From: Desgrosellier, Bob Sent: Monday, July 14, 2008 4:28 PM To: Krautwurm, Deb Cc: Ken Ormbrek (ken@traho.com) Subject: RE: Insurance checklist review for Capitol Theater - City of Yakima Thank you, I will ask them to correct and we try this again. Bob From: Krautwurm, Deb [mailto:Deb_Krautwurm@wellsfargois.com] Sent: Monday, July 14, 2008 3:51 PM 7/24/2008 Page 2 of 3 To: Desgrosellier, Bob; Pearson, Joel Cc: Sheffield, Brett; Ken Ormbrek Subject: RE: Insurance checklist review for Capitol Theater - City of Yakima Hi Bob: In looking at the certificate, there are two parts out of compliance with the bid specs. The notice of cancellation requirement is 45 days, the certificate shows 20. The wording on the certificate right bottom corner that was to be crossed out, has not been changed Otherwise it looks fine. Deb Krautwurm Deb Krautwurm Senior Vice President Wells Fargo Insurance Services NW, Inc. P 0 Box 2547 Yakima, WA 98907 509.853.4210 800.572 9170 fax 509.248.9007 deb krautwurm@welIsfargois.com This message is intended for the addressee. Please notify the sender by e-mail if you are not the intended recipient. If you are not the intended recipient, you may not copy, disclose, or distribute this message or its contents to any other person and any such actions may be unlawful. Wells Fargo Insurance Services reserves the right to monitor and review the content of all messages sent to or received from this e-mail address. From: Desgrosellier, Bob [mailto:bdesgros@ci.yakima.wa.us] Sent: Monday, July 14, 2008 2:10 PM To: Pearson, Joel; Krautwurm, Deb Cc: Sheffield, Brett; Ken Ormbrek Subject: Insurance checklist review for Capitol Theater - City of Yakima Joel and/or Deb, Attached is the Certificate of Insurance information sent in by low bidder, Knobel's Electric, Inc., for the above referenced project. The specifications that were published by the Architect with the bid govern the project and are attached. The project bid amount is at $125,000. The work is occurs off-street, but occurs on Capitol Theater property, the property behind the Federal Courthouse and in the alleys adjacent to the Capitol Theater. The work is to change from overhead utilities, power & phone and relocate the natural gas line. The contractor is only providing underground conduits for the power & phone, with the gas company responsible for moving their own line(s). Please review the certificate at your earliest convenience as the contractor would like to begin work at the end of this work or the beginning of next week. I would appreciate it if your response could be sent to me ASAP. Responding via email would be the most efficient. Although there may be deficiencies, please note them and I will pass the information along. If you have any questions, please do not hesitate to call me on my cell phone: 728-3455. 7/24/2008 Page 3 of 3 (office phone: 575-6228) Thank you, Bob Robert J. Desgrosellicr Senior Engineer City of Yakima 129 forth 2nd Street Yakima, WA 98901 <http://-w.ci.vakima.wa.usi> Voice: 509-575-6228 Fax. 509-576-6314 Email. bdesgros(ci'lci.yaknna.wa.us 7/24/2008 ACORD CERTIFICATE OF LIABILITY INSURANCE 07/15/i 8' OF INSURANCE PRODJCER (509)965-2090 FAX (509)966-3454 Conover Insurance, Inc. 125 N. 50th Ave. RECEIVED P.O. Box 10088 Yakima, WA 98909-1088 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Knobel's Electric Inc. 'JUL 2 3 2008 801 Tennant Lane Yakima, WA 98901 ENGINEERING_ 1'R!� INSURER A. Continental Western Insurance Co GENERAL INSURER B: CWP2396809 INSURER C: 01/01/2009 INSURER D: $ 1,000,000 INSURER E. "Amended" DAMAGE TO RENTED PRFMI.SFS (Fa nrcuranne) THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'LTypE INSRQ OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYYI POLICY EXPIRATION DATE (MM/DD/YY1 LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CWP2396809 01/01/2008 01/01/2009 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PRFMI.SFS (Fa nrcuranne) $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 X Compl eted Ops . GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 JEC —1 POLICY X PROT LOC A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CWP2396809 01/01/2008 01/01/2009 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) X BODILY INJURY (Per accident) X PROPERTY DAMAGE (Per accident) $ GAR AGE LIABILITY ANY AUTOOTHER AUTO ONLY - EA ACCIDENT $ THAN EA ACC $ AUTO ONLY' AGG $ A EXCESS/UMBRELLA LIABILITY CU2416402 01/01/2008 01/01/2009 EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 DEDUCTIBLE RETENTION $ 10,000 $ $ X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY STOP ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below CWP2396809 GAP/EMPLOYER'S LIAB 01/01/2008 01/01/2009 WC STATU- ORS LIMITS OTH ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: Capitol Theatre Site Utility Relocation. City of Yakima, their Agents, Employees, and Elected or Appointed Officials are named as additional insured Per Form CW3130 (10/04) Replaces certificate issued 7/7/08. CERTIFICATE HOLDER CANCELLATION City of Yakima Attn: Bob DeGrosellier 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL X11)6XX'X3(X MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NXlWOXIMIONMXXd(1 IMX6XXXiXXXUXIXXXX MANOW46Xt00043MAXWX-XXXI4X104KKEIMMUMIEXXXXXXXXXX AUTHORIZED REPRESENTATIVE John Cockrell/TAMMYR ACORD 25 (2001/08) FAX: 576-6314 ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CWP 2396809 - 23 01/01/06 LMJ 01/17/06 CW 31 30 10 04 THIS ENDORSEMENT CHANGES TEE POLICY. PLEASE REAL IT CAREFULLY. ADDITIONAL INSURED - PRIMARY COVERAGE - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABiLITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Blanket Coverage for CW 3130 801 Tennant Lane Yakima, WA 98901 Location(s) Of Covered Operations: Blanket Coverage Information reouired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An insured is amended to include as an additional insured the person(s) or organizations) shown in the Schedule, but only with respect to lia- bility for "bodily injury", "property damage" or "personal+ and advertising in3u- ry" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the locations (s) designated above. B. With respect to the insurance afforded to these additional insureds, the fol- lowing anpli es : The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organiza- tion shown in the Schedule unless the other insurance is provided by a person or organization other than you for only the same operation and location designated above. Then we will share with that other insurance by the method described in subparagraph c. of paragraph 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. CW 31 30 10 04 Includes copyrighted material of Insurance Services Office, inc., with its permission State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.00 11-1 5D BOILERMAKERS JOURNEY LEVEL $5033 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $36.47 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $34.10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43.34 1M 5D CARPENTER $34.10 1M 5D CREOSOTED MATERIAL $34.10 1M 5D DRYWALL APPLICATOR $34.10 1M 5D FLOOR FINISHER $34.10 1M 5D FLOOR LAYER $34.10 1M 5D FLOOR SANDER $34.10 1M 5D MILLWRIGHT $44.34 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43.54 1M 5D SAWFILER $34.10 1M 5D SHINGLER $34.10 1M 5D STATIONARY POWER SAW OPERATOR $34.10 1M 5D STATIONARY WOODWORKING TOOLS $34.10 1M 5D CEMENT MASONS JOURNEY LEVEL $32.59 1N 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE (DECKHAND) $44.08 1T 5D 8L BOATMEN $44.59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 8L LEVERMAN, HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44.08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30.44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 YAKIMA COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $46.13 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 60 ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS RUCTORS MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.07 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $27.20 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $29.50 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN TV TRUCK OPERATOR $$8 03 1 $10.53 V.:J3 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44.52 10 5A Page 2 YAKIMA COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $29.00 1H 5D PIPE LAYER $29.50 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $34.10 1M 5D METAL FABRICATION (IN SHOP) FITTER LABORER $12.00 1 $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER WELDER $12.00 1 $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $43.10 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44.92 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45.41 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45.96 1T 5D 8L BACKHOES, (75 HP & UNDER) $44.50 1T 5D 8L BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L BARRIER MACHINE (ZIPPER) $44.92 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $44.92 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L BOBCAT (SKID STEER) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44.92 1T 5D 8L COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44.50 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 5D 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $44.92 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING MB $45.41 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 5D 81 WITH ATTACHMENTS) CRANES A -FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $44.50 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44.92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $45.41 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 5D 8L CRUSHERS $44.92 1T 5D 8L DECK ENG!NEER/DECK WINCHES (POWER) $44.92 1T 5D 8L DERRICK, BUILDING $45.41 1T 5D" 8L DOZERS, D-9 & UNDER $44.50 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHINE $44.92 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L GRADE ENGINEER $44.50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 50 8L GUARDRAIL PUNCH $44.92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44.50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45.96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L LOCOMOTIVES, ALL $44.92 1T 5D 8L MECHANICS, ALL $45.41 1T 5D 8L MIXERS, ASPHALT PLANT $44,92 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $44.50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L POWER PLANT $42.14 1T 5D 8L PUMPS, WATER $42.14 1T 5D 8L QUAD 8, D-10, AND HD -41 $45.41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42.14 1T 5D 8L Page 4 YAKIMA COUNTY Effective 03-02-08 ********************************************************************************************************** Classification ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MULTILIFT MATERIALS ROTO -MILL, ROTO -GRINDER SAWS, CONCRETE SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLIPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER ) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL Page 5 PREVAILING WAGE $45.41 $42.14 $44.50 $44.92 $44.50 $44.92 $45.41 $44.50 $44.92 $42.14 $45.41 $44.92 $44.92 $44.50 $44.50 $44.92 $44.92 $45.41 $44.50 $44.50 $44.92 $44.92 $42.14 $44.92 $37.61 $35.73 $36.19 $33.68 $25.43 $54.24 $29.00 $14.58 $11.86 $19.08 $21.98 $22.43 $10.00 $8.07 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T IT 1T 1T 1T 4A 4A 4A 4A 4A 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 50 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 5A 5A 5A 5A 5A 1Q 5A 1 1 1 1 1 YAKIMA COUNTY Effective 03-02-08 Classification RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFI T TERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MAI ERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 6 PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code $13.89 1 $15.56 1 $30.87 1B 5A $17.55 1 $17.00 $30.18 2P 51 $33.18 2P 51 $42.78 16 5A $14.65 1 $23.11 1N 5A $8.07 1 $43.50 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15.05 1 $20,00 1 $30.66 2B $17.19 2B $29.41 2B $28.53 26 $30.66 2B $30.05 2B $30.66 2B $28.53 2B $16.31 2B $21.68 2B $35.78 2B $23.19 2B $28.53 2B 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A $27.82 2M 5A $23.87 2M 5A $36.40 1K 5A YAKIMA COUNTY Effective 03-02-08 *****************************************************************************,rye************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $31.56 2G 61 DUMP TRUCK & TRAILER $31.56 2G 61 OTHER TRUCKS $31.56 2G 61 TRANSIT MIXER $31.56 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 7 CITY OF YAKIMA GENERAL PROVISIONS (A PART OF ALL CONTRACT DOCUMENTS) These General Provisions, the Specifications, the Invitation to Bid/Quote form and any attachments, constitutes the bid document, and will be considered as one document. 1. Laws and Regulations The contractor shall comply with all applicable laws and regulations pertaining to this contract. In addition, the contractor shall ensure that any subcontractor performing this contract shall comply with all applicable laws and regulations pertaining to this contract. 2. Acceptance The City reserves the right to reject any or all quotations, to waive any technicalities and informalities, and to accept or reject all or any part of this quotation at prices shown. All bids/quotes must remain open for acceptance by the City for a period of at least 60 calendar days from the date of opening of the bids/quotes, unless otherwise stated. 3. Bid/Ouote Submittals Bids and quotes shall be submitted on the attached forms only. Extra pages and literature may be added to this package; however, the package shall be returned intact as received. All prices and notations must be typewritten or written in ink, with no erasures permitted. Mistakes may be crossed out and corrections written adjacent thereto, and must be initialed in ink by person signing quotation. Verify your quotations before submission, as they cannot be withdrawn or corrected after being opened. If applicable, unit prices for all items, all extensions, and the total amount of bid or quote must be shown. In the instance of a discrepancy between the unit price and the total price, the unit price shall govern. Any pricing, configuration, or other errors discovered after bid/quote opening or quotation due date must remain and cannot be adjusted. 4. Change Orders Change Orders for material or services will be without effect unless issued and authorized in writing by the Purchasing Manager. 5. Quality Standards The brand names listed indicate the standard of quality required. Brands of equal quality, performance and use will be considered, provided the offeror specifies the brand, model and other data for comparison with their bid/quote. The City of Yakima will be the sole judge for approving other brands offered as equals to the brand specified. Bidders shall indicate if they are offering alternate brands in the space below each item and must provide descriptive specifications explaining the merits of the substitute item. 6. Delivery Time is of the essence and this order is subject to cancellation by the City of Yakima for Vendor's failure to deliver on time. For any exception to the delivery date specified in this order, Vendor shall give prior written notification and obtain written approval from the City. The acceptance by the City of later performance with or without objection or reservation shall neither waive the City's right to claim damages for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Vendor. All quotations shall include delivery F.O.B. destination, freight pre -paid, unless otherwise stated in this "Bid Call" or "Invitation to Quote" at the designated address set forth in the proposal given to each bidder. When shipping addresses specify room identification, Vendor shall make such delivery thereto without additional charge. If the City grants specific authorization to ship goods F.O.B. Shipping Point, Vendor agrees to prepay all shipping charges, route the goods by cheapest common carrier, and bill the City as a separate item on the invoice for said charges. It is also agreed the City reserves the right, at its sole option, to refuse COD Shipments. 7. Identification The purchase order number shall appear on all invoices, packing lists, packages, shipping notices and other written documents relating to this order. Packing lists shall be enclosed in each and every box or package shipped pursuant to this order, indicating the content therein. 8. Payment Vendor is to submit properly completed invoice(s) and mail to: City of Yakima, Accounts Payable,129 No. 2"d St., Yakima, WA 98901 To insure prompt payment, each invoice should cite purchase order number, bid/quote number, description of item purchased, unit and total price, discount terms and include the vendor's name and return remittance address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the product or service and (b) a properly completed invoice. 9. Risk of Loss Regardless of the F.O.B. Point specified above, Vendor agrees to bear all risk of loss, injury, or destruction of goods ordered herein which occur prior to actual physical delivery to the City, and such loss, injury, or destruction shall not release Vendor from any obligation hereunder. 10. Force Majeure Vendor will not be responsible for delays in delivery due to acts of God. fire, Strikes, epidemics, war, riot, delay in transportation or railcar transport shortages, provided vendor notifies the Purchasing Manager immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay 11. Rejection All goods and any services purchased in this order are subject to approval by the City Rejection of goods or services, resulting because of nonconformity to the terms, conditions, and specifications of this order; whether held by the City or returned, will be at Vendor's rick and expense, 12. Approximate Quantity The quantities listed are the City's current approximate requirements. The City of Yakima will neither be obligated by, nor restricted to, these quantities and may increase or decrease any item(s) ordered under this contract and pay according to the unit prices quoted in the Bid/Quote. If it is agreeable to both parties and prices have not changed and the same unit/materials are still available, additional units/materials may be ordered within 12 months of the signing of the original agreement. 13. Cooperative Purchasing The Washington State Interlocal Cooperative Act RCW 39.34 provides that other governmental agencies may purchase goods and services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties are willing. 14. Samples Samples of items, when required, must be furnished free of expense to the City, and if not destroyed by tests will, upon request, be returned at the bidder's expense. 15. Inspection 1Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 16. Hazardous Materials If this order covers goods, which include hazardous chemicals, Vendor shall, at the time of product delivery, provide the City with copies of Material Safety Data Sheets for such chemicals. These sheets shall be in the form then required by applicable law or regulation (See WAC 296-62-05413). This requirement shall be in addition to whatever other requirements are imposed by law or regulation. 17. Public Disclosure The City shall promptly notify Vendor of any requests for public disclosure of documents pursuant to Chapter 42.17 Revised Code of Washington (RCW), which may require disclosure of documents and information supplies under this order. Vendor shall be responsible for and bear the costs of taking legal action to prohibit disclosure of such documents and information and shall indemnify and save the City harmless from any and all cost, liability, penalty and expense related to the City's failure to disclose. In no event shall the City be liable for breach of this order should a court order that such documents and information be, and the same are, disclosed. 18. Warranties Vendor warrants that all goods and services furnished under this order are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed and if a particular purpose is stated in a Special Condition, the goods are then warranted as for that particular purpose. Vendor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or use of any other goods. Vendor's warranties (and any more favorable warranties, service policies, or similar undertaking of Vendor) shall survive delivery, inspection, and acceptance of the goods or services. 19. Re -Award When the contract is terminated by the vendor upon 30 days notice as herein provided, the City, pursuant to City ordinance, may re -award the contract to the next most responsible bidder. When a vendor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re -award the contract to the next most responsible bidder. 20. Errors and Omissions The City reserves the right to correct obvious ambiguities and errors in the Bidder's proposal and to waive non -material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern. 21. Late Receipt of Bid/Quote Documents Bids and/or quotations and modifications received after the exact hour and date specified for receipt of bids and/or quotations will not be considered (i.e. if bid was due by 2:00 PM, any bids received after 2:00:00 PM will be rejected). 22. Licenses If applicable, successful vendor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc., should be made to the Office of Code Administration, telephone (509) 575-6121. In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/quote. 23. Delivery of Unapproved Substitutions Vendors are authorized to ship only those items ordered covered by the contract. If a review of orders placed by the City reveals that an item other than those covered by and specified in the contract have been ordered and delivered, the Purchasing Manager will take such steps as are necessary to have the item(s) returned to the contractor at no cost to the City regardless of the time lapsed between the date of delivery and discovery of the violation. Violation of this clause may result in the removal of the offending vendor's name from the City mailing list for a period of up to three (3) years. 24. "No Bids" Vendors who are unable to or do not wish to submit a bid and are encouraged to respond by notating their bid "NO BID" on page one of the "BID CALL" and mailing it to the City of Yakima Clerk's Office, 129 North 2nd Street, Yakima, Washington, 98901, with the Bid/Quote due date and time written on the face of the envelope. It is the City's practice that if no response to a bid is received by a vendor after two consecutive mailings, the vendor will be deleted from our vendor's mailing list for that type of commodity item. 25. Non -Collusion The Bidder represents, by the submission of the Proposal, that the prices in this bid/quote are neither directly nor indirectly the result of any formal or informal agreement with another bidder. 26. Evaluation of Bid/Quote In the evaluation of otherwise responsible bids/quotes, the Bidder's experience, delivery time and responsibility in performing other contracts will be considered. In addition to price, the following may be considered: I. The ability, capacity and skill of the bidder to perform the contract and provide the services required. II. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. III. The character, integrity, reputation, judgment, experience and efficiency of the bidder. IV. The quality of performance of previous contracts or service. V. The previous and existing compliance by the bidder with laws and ordinances relating to contracts or services. VI. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. VII The quality, availability, and adaptability of the supplies or contractual services to the particular use required. VIII. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. 27. Taxes The City will pay sales and use taxes imposed on goods or services acquired hereunder as required by law. The City is exempt from Federal Excise Tax. Where applicable, the City shall furnish a Federal Excise Tax Exemption certificate. 28. Non -Discrimination During the performance of this contract, the contractor agrees as follows: A. The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, religion, age, marital status, disability, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. B The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, religion, age, marital status, disability, sex, or national origin. C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, advising the labor union or workers' representative of the contractor's commitment to non-discrimination, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D. The contractor will furnish all information and reports required by the City of Yakima and will provide on request evidence to substantiate compliance with non-discrimination clauses of this contract. E. In the event of the contractor's noncompliance with the non-discrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for any future City of Yakima contracts. 29. Termination - Convenience This contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty (30) days from the date such written notice is delivered to the applicable party to the contract. 30. Termination - Cause The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 31. Delay of an Award If, after bid/quote opening, administration problems threaten to delay award beyond the bidder's acceptance period, bidders shall be requested to extend the bid/quote acceptance period. This request must be made and confirmed in writing prior to the expiration date of their bids/quotes (with consent of sureties, if any) to avoid the need to re -advertise. 32. Venue In the event that any litigation should arise concerning the construction or interpretation of any of the terms of the Agreement, the venue of such action of litigation shall be in the Courts of the State of Washington in and for the City of Yakima. This Agreement shall be governed by the laws of the State of Washington. 133. Defense and Indemnity Agreement The vendor agrees to defend, indemnify and save harmless the City, its appointed and elective officers and employees, from and against ail loss or expense, including but not limited to judgments, settlements, attorney's fees and costs by reason of any and all claims and demands upon the City, its elected or appointed officials or employees for damages because of personal or bodily injury, including death at any time resulting therefrom, sustained by any person or persons and on account to damage to property including loss of use thereof, whether such injury to persons or damage to property is due to the negligence of the Vendor, his/her subcontractors, it successor or assigns, or its or their agent, servants, or employees, The City, its appointed or elected officers, employees or their agents, except only such injury or damage as shall have been occasioned by the sole negligence of the City, its appointed or elected officials or employees. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 34. Permits The vendor shall procure and pay for all permits and licenses necessary for the completion of the Contract, including those permits required by the City of Yakima. In the event a necessary permit is not obtained, the Vendor will not be permitted to work on items subject to said permit and any delays caused thereby will not be subject to extra compensation or extension. 35. Severability If any term or condition of this contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this contract are declared severable. 36. Waiver Waiver of any breach or condition of this contract shall not be deemed a waiver of any prior or subsequent breach. No term or condition of this contract shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto. • 37. Entire Agreement This written contract represents the entire Agreement between the parties and supersedes any prior oral statements, discussions or understanding between the parties. 38. Protest Procedure Any protest must be made in writing, signed by the protestor, and state that the vendor is submitting a formal protest. The protest shall be filed with the City of Yakima's Purchasing Manager at 129 No. 2°d St., Yakima, WA 98901, faxed to 509-576-6394 or emailed to sownby@ci.yakima.wa.us. The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being requested. Protests before award shall be filed five (5) days before the solicitation due date, and protests after the award shall be filed five (5) days after Award Announcement (see below for details). The following steps shall be taken in an attempt to resolve the protest with the vendor: Step I Purchasing Manager and Division Manager of solicitation try resolving matter with protester. All available facts will be considered and the City Purchasing Manager shall issue a decision. This decision shall be delivered in writing to the protesting vendor. Step II If unresolved, within three (3) business days after receipt, the protest may be appealed to the Department Head by the Purchasing Manager. Step III If still unresolved, within three (3) business days after receipt, the protest may be appealed to the City Manager (or his designee) by the Department Head. The City Manager shall make a determination in writing to the vendor. Grounds for Protest Only protests stipulating an issue of fact concerning the following subjects shall be considered: • A matter of bias, discrimination, conflict of interest; • Solicitation unduly constrains competition or contains inadequate or improper criteria; • Errors in computing score; • Non-compliance with procedures described in the solicitation or City Policy. Protest Determination Each review and determination of the protest shall issue a decision that either: 38. Protest Procedure...continued... • Finds the protest lacking in merit and upholds the award; or • Finds only technical or harmless errors in the acquisition process and determines the City to be in substantial compliance and therefore reject the protest; or • Finds merit in the protest and provides options for correction, including, but not limited to, correcting the errors and re-evaluating the bids, reissuing the bid to begin a new process, or entering in to a contract that remedies the protest finding; or • Makes other findings and determines other courses of action as appropriate. Timeframe Only protests and complaints received within the required timeframe for protest action are accepted for consideration. Award Announcement Purchasing shall announce the successful bidder via City Website, e-mail, fax, regular mail, or by any other appropriate means. Once the announcement is released by Purchasing, the protest time frame begins. The timeframe is not based upon when the vendor received the information, but rather when the announcement is issued by Purchasing. Though every effort will by made by Purchasing to distribute the announcement to the interested vendors, Purchasing is not responsible to assure that vendors receive the announcement. It is the responsibility of the vendors to obtain the announcement from Purchasing. Award Regardless of Protest When a written protest against making an award is received, the award shall not be made until the matter is resolved, unless the City determines that one of the following applies: • The supplies or services to be contracted for are urgently required; • Delivery or performance will be unduly delayed by failure to make award promptly; • A prompt award will otherwise be advantageous to the City. If the award is made, the file must be documented to explain the basis for the award. Written notice of the decision to proceed shall be sent to the protester and others who may be' concerned. The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority in any manner. Personnel Inventory Form * To Accompany Bid Proposal Firm Name: no h `e 1 kr'. Contact: (1 1 (VG rd P n C) b e, J Address: ?I J e n n C 4 v`1$ L --CJ, Yl e Phone Number: .`SO? -9)1,5 7 City: \(Q k ifriC� State: (.0 A Zip: q('(k%I Type of Service Provided: F,1 e. C';'+- r j C c, J C O rd_ Y"m C, '1- ( iC'1 Are you a certified DBE or WMBE?: YES NO . If yes, what is your certification number? Contractor's Entire Work Force - if you need additional space, photo copy this section and attach it to this form. Occupation Total Employed Total Minorities Black Asian Native American Hispanic Apprentice Trainee F M F M F M F M F M F M F IM Officers 1 IForemen Clerical I SI IGI ec+rICK1L4 ( 1 ) .r:5) ((rx�31 &C Lnc1 `) 11 lop 'crili-nr ._ ) shop 3 Totals: A a 1.....„3 Goals Goals for minorities and women employees in the contractor's and subcontractor's workforce are 10% combined. Contractors and subcontractors do not have to fire or lay off employees to meet these goals, however, if new employees are hired, it shall be an obligation to make a good faith effort to hire qualified minorities and women. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL 1.1 RELATED DOCUMENTS SUMMARY OF THE WORK SECTION 01100 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes the following: A. Work covered by the Contract Documents. B. Type of the Contract. C. Work under other contracts D. Use of premises. E. Owner's occupancy requirements. F. Construction schedule G. Specification formats and conventions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The project consists of the relocation of existing overhead utility services to underground installation and service to the Capitol Theatre and adjacent buildings. B. Contract Documents, dated June12, 2008, were prepared for the project by: Traho Architects, P. S. 1460 North 16th Avenue, Suite A Yakima, Washington 98902 C. The work consists of the following: Provide temporary relocation and eventual demolition of the existing City of Yakima street lighting / signalization service (Service 78) on the north side of Chestnut Avenue between Third and Fourth Streets as well as the demolition of the existing tree lighting service (Service 79) located in the Capitol Theatre / east end courthouse parking lot. Provide a new street lighting service enclosure on the north side of Chestnut Avenue that includes panelboard, lighting contactors, photocell and time clock to replace the existing street lighting services in the Capitol Theatre / east end courthouse parking lot and the north side of Chestnut Avenue. Provide complete 480Y/277 and 208Y/120 volt power services to existing Capitol Theatre service equipment including raceways, wiring, and metering equipment for the existing Capitol Theatre building. Provide equipment pads and conduit installation for a new Pacific Power underground primary and secondary distribution system to US Bank, the Grand Hotel, Mills Music and the William O. Douglas Courthouse: 1.4 TYPE OF CONTRACT June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 Project will be constructed under a single prime Contract. 1.5 WORK UNDER OTHER CONTRACTS SUMMARY OF THE WORK SECTION 01100 - 2 Coordinate the work under this Contract with work that will run concurrently under other contracts/projects as follows. A. GSA demolition project for the US Bank drive-in banking facility (currently scheduled for June, 2008). B. William O. Dni iglas Coin House parking Int demnliflon and renovation project (currently' scheduled for July through October, 2008). C. Qwest telephone ductbank instaiiation to Capitol Theatre and William O. Douglas Court House (currently scheduled for June/July, 2008). D. Cascade Natural Gas — gas line relocation project (currently scheduled for June/July, 2008). E. Pacific Power installation of primary power distribution and secondary services to Mills Music, US Bank, Grand Hotel, and William O. Douglas Courthouse and Capitol Theatre (currently scheduled for September, 2008). F. Pacific Power demolition of the existing overhead facilities that currently serve the Capitol Theatre, Mills Music, US Bank, Grand Hotel and William O. Douglas Courthouse. The Contractor will need to contact the Government Services Agency to coordinate the work occurring in the William of Douglas parking lot with the electrical work. 1.6 OWNER -FURNISHED PRODUCTS (Not Applicable) 1.7 USE OF PREMISES General: Contractor shall have limited use of premises for construction operations, including use of project site, 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 OWNER'S OCCUPANCY REQUIREMENTS The Contractor will work with the existing adjacent building owners through the Capitol Theatre to ensure that building Owners / tenants have access to their facilities on a regular basis. This will include: A. Providing access for armored cars into the US Bank parking/transfer area. B. Capitol Theatre access during production periods to allow delivery and drop off of materials. June 12, 2008 /08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUMMARY OF THE WORK SECTION 01100 - 3 C. Coordinate access to the existing William O. Douglas Court House parking lot for employees during the construction period. This will include coordinating with the GSA to install conduits and pads in the parking lot area. It will also including allowing personnel access through the existing Sally gate. D. Trenches will be permitted to be opened for only a short period of time (3 hours maximum). After that point, trenches need to be covered by sheet metal plates suitable for vehicular traffic (H20). Trenches need to be guarded at all times and shall be protected by barriers. Open trench lengths shall be limited to 50 feet at one time before backfilling. 1.9 CONSTRUCTION SCHEDULE The work under this Contract for the Pacific Power primary and secondary services shall be completed by August 31, 2008, in order to permit Pacific Power to complete their work to provide service to the affected buildings by September 15, 2008. 2.0 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16 -division format and CSI/CSC's "MasterFormat" numbering system. Division 1: Sections in Division 1 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. 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. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01100 June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL 1.1 RELATED DOCUMENTS CONTRACT MODIFICATION PROCEDURES SECTION 01250 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related sections include the following: 1. Division 1 Section "Payment Procedures" for administrative procedures governing Applications for Payment. 2. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award. 1.3 MINOR CHANGES IN THE WORK Architect will issue, through the Owner's Representative, supplemental instructions authorizing minor changes in the work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by Architect are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within ten (10) days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CONTRACT MODIFICATION PROCEDURES SECTION 01250 - 2 B. Contractor -Initiated Proposals. If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Architect. 1 Include a statement outlining reasons for the change and the effect of the change on the work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified. C. Proposal Request Form. Use AIA Document G709 for Proposal Requests. 1.6 CHANGE ORDER PROCEDURES On Owner's approval of a Proposal Request, Architect will issue a change order for signatures of Owner and Contractor on AIA Document G701. 1.7 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a construction change directive on AIA Document G714. Construction change directive instructs Contractor to proceed with a change in the work, for subsequent inclusion in a change order. Construction change directive contains a complete description of change in the work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction change directive. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01250 June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS PAYMENT PROCEDURES SECTION 01290 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Sections include the following: 1. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Division 1 Section "Construction Progress Documentation" for administrative requirements governing preparation and submittal of Contractor's Construction Schedule and Submittals Schedule. 1.3 DEFINITIONS Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. c. Contractor's Construction Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than seven (7) days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish preliminary line items for the Schedule of Values. Provide at least one line item for each Specification Section. For accounting purposes, the Owner may require more detail for the Schedule of Values that will be reviewed at the preliminary submittal. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PAYMENT PROCEDURES SECTION 01290 - 2 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. Submit draft of AIA Document G703 Continuation Sheets. 3. 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 the work. c. Change Orders (numbers) that affect value. d. Dollar value. Percentage of the Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent. 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. 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. Differentiate between items stored on-site and items stored off-site. If specified, include evidence of insurance or bonded warehousing. 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. 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. 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 1.5 APPLICATIONS FOR PAYMENT PAYMENT PROCEDURES SECTION 01290 - 3 A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Supplementary Conditions. The period of construction work covered by each Application for Payment is the period indicated in the Supplementary Conditions. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets, or other approved documents, for Applications for Payment. 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 four (4) 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. 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 previous month's payment. Submit waivers of lien on forms, executed in a manner acceptable to Owner. 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. Products list. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. Copies of building permits. 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Certificates of insurance and insurance policies. 10. Performance and payment bonds. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PAYMENT PROCEDURES SECTION 01290 - 4 H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment. 1 This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. 2. Administrative actions and submittals that shall precede or coincide with this application include: a. Occupancy permits and similar approvals. b. Warranties (guarantees) and maintenance agreements. c Test/adjust/balance records. d. Maintenance instructions. e. Startup performance reports. f. Changeover information related to Owner's occupancy, use, operation and maintenance. g. Final cleaning. h. List of incomplete work, recognized as exceptions to Architect's Certificate of Substantial Completion. Final Payment Application: Administrative actions and submittals that must precede or coincide with submittal of the final Application for Payment include the following: 1. Completion of project closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Ensure that unsettled claims will be settled. 4. Ensure that incomplete work is not accepted and will be completed without undue delay. 5. Transmittal of required project construction records to the Owner. 6. Proof that taxes, fees and similar obligations were paid. 7. Removal of temporary facilities and services. 8. Removal of surplus materials, rubbish and similar elements. 9. Change of door locks to Owner's access. 10. Final lien releases from subcontractors. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01290 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS PROJECT MANAGEMENT AND COORDINATION SECTION 01310-1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 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. Coordination Drawings. 3. Administrative and supervisory personnel. 4. Project meetings. B. Related sections include the following: 1. Division 1 Section "Construction Progress Documentation" for preparing and submitting Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Closeout Procedures" for coordinating Contract closeout. 1.3 COORDINATION 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. Prepare similar memoranda for Owner and separate contractors if coordination of their work is required. 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: June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PROJECT MANAGEMENT AND COORDINATION SECTION 01310 - 2 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. Startup and adjustment of systems. 8. Project closeout activities. 1.4 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1 Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. c. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit six (6) opaque copies of each submittal. Architect will return three (3) copies. 4. Refer to individual sections for Coordination Drawing requirements for work in those sections. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and project manager (PM) or construction manager (CM). Identify individuals and their duties and responsibilities; list addresses and telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to project. Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 PROJECT MEETINGS General: Schedule and conduct meetings and conferences at project site, unless otherwise indicated. June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PROJECT MANAGEMENT AND COORDINATION SECTION 01310 - 3 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. 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 five (5) days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner, Owner's Representative and Architect, but no later than five (5) 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, Owner's Representative, 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: a. Tentative construction schedule. b. Phasing. 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 requests for interpretations (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. Use of the premises. m. Work restrictions. n. Responsibility for temporary facilities and controls. 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: Record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at project site before each construction activity that requires coordination with other construction. June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PROJECT T MANAGEMENT AND COORDINATION SECTION 01310 - 4 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect and Owner's Representative of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following. a. The Contract Documents. b. Options. c. Deliveries. d. Submittals. e Review of mockups. f. Possible conflicts. g. Compatibility problems. h. Time schedules. Weather limitations. j. Manufacturer's written recommendations. k. Warranty requirements. Compatibility of materials. m. Acceptability of substrates. n. Temporary facilities and controls. o. Space and access limitations. p. Regulations of authorities having jurisdiction. q. Testing and inspecting requirements. r. Installation procedures. s. Coordination with other work. t. Required performance results. u. Protection of adjacent work. v. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the work and reconvene the conference at earliest feasible date. D. Progress Meetings: Conduct progress meetings at regular intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner, Owner's Representative 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. June 12, 2008102-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PROJECT MANAGEMENT AND COORDINATION SECTION 01310 - 5 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. 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. 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. 14) Field observations. 15) Requests for interpretations (RFIs). 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Minutes: Record and distribute to Contractor the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. 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. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01310 June 12, 2008 / 02-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS CONSTRUCTION PROGRESS DOCUMENTATION SECTION 01320 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 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. Construction reports. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes. 3. Division 1 Section "Submittal Procedures" for submitting schedules and reports. 4. Division 1 Section "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 SUBMITTALS A. Qualification Data: For scheduling consultant. B Submittals Schedule: Submit three (3) 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 and Construction Manager's final release or approval. C. Preliminary Construction Schedule (Gantt - Chart): Submit three (3) opaque copies. D. Contractor's Construction Schedule: Submit three (3) opaque copies of initial schedule, large enough to show entire schedule for entire construction period. F. Construction Reports: Submit three (3) copies at weekly intervals. - G. Field Condition Reports: Submit three (3) copies at time of discovery of differing conditions. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 1.4 COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SECTION 01320 - 2 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 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. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and 'Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Gantt -Chart Schedule: Prepare a fully developed, horizontal bar -chart -type, contractors construction schedule. Submit within thirty (30) days after the date established for "Commencement of the Work." 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Critical activities that should be included are as follows: a. Contractor or subcontractor and the work or activity. b. Description of activity. c. Principal events of activity. d. Immediate preceding and succeeding activities. e. Early and late start dates. f. Early and late finish dates. g. Activity duration in workdays. h. Total float or slack time. Average size of workforce. j. Dollar value of activity (coordinated with the Schedule of Values). 2. Coordinate the Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, progress reports, payment requests and other schedules. 3. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Architect's procedures necessary for certification of Substantial Completion. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CONSTRUCTION PROGRESS DOCUMENTATION SECTION 01320 - 3 B. Area Separations: Provide a separate time bar to identify each major construction area for each major portion of the work. Indicate where each element in an area must be sequenced or integrated with other activities. C Distribution: Following response to initial submittal, print and distribute copies to the Architect, Owner, subcontractors and other parties required to comply with scheduled dates. When revisions are made, distribute to the same parties. D. Schedule Updating: Revise the schedule after each meeting, event or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. PART 3 — EXECUTION (Not Used) END OF SECTION 01320 June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO, 2231 PART 1 — GENERAL 1.1 1.2 RELATED DOCUMENTS SUBMITTAL PROCEDURES SECTION 01330 -1 Drawings and general provisions of the Contract, including General Conditions and other Division 1 Specification Sections, apply to this section. SUMMARY A. B. This section includes administrative and procedural requirements Drawings, Product Data, Samples, and other submittals. Related sections include the following: and Supplementary for submitting Shop 1. Division 1 Section "Payment Procedures" for submitting and the Schedule of Values. Applications for Payment 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 4. Division 1 Section "Quality Requirements" for submitting test and inspection reports. 5. Division 1 Section "Closeout Procedures" for submitting warranties. 6. Division 1 Section "Project Record Documents" for submitting Record Drawings Record Specifications, and Record Product Data. 7. Divisions 2 through 16 Sections for specific requirements for submittals in those sections. 1.3 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. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings provided by Architect for Contractor's use for backgrounds in preparing desgn bluild nobe t drawings for submittal. A nominal fee will be charged for handling. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, submittals, and related activities that require sequential activity. deliveryother June 12, 2008 / 08-12 © TrahoArchitects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDUI SECTION 0133( for p rts 2. Coordinate transmittanot bf ie@delayed types because itofsneed Itoedrevaew osubm tta so processing will concurrently for coordination. coo coordination with Architect ther submittaesriuntiltorelated iosdubmittals an submittal requiring received. t , with requirements in Division 1 Section "C'.ronstriu firon C. Submittals Schedule: Comply Progress Documentation" fOucton°activitbiesttals and time requirements for scheduled performance of related const p• Processing Time: Allow enough tie for m commencert reviewArchitecYsuae eiping tlof submittal.for itt ls No as follows - Time for review haause of failure to extension of the contract time will be authorized rocess ng� including resubm ttals.transmit submittals enough in advance of the work top p ._:�:,.� ....,,;o,�, of each submittal. Mow 1. Initial Review: Allow -fifteen (15) days for initial review x• is will advise time if coordinationwith submittal being processealsd mustube delayed for will advise Contractor w coordination. Review: If intermediate submittal is necessary, process it in same 2.Intermediate Re`�-•---° manner as initial submittal. 3.Resubmittal Review: Allow fifteen (1 5) days for review of each resubmittal. E. 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. ace approximately 6 by 8 inches on label or beside title block to Provde a space approval markings and action taken by Architect. recordluContractor's g information ion label for processing and recording action 3. Include the following 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. Number and title of appropriate specification section. i. Drawing number and detail references, as appropriate. 1• Other necessary identification. Deviations: Highlight, encirclei or otherwise specifically identify deviations from the Contract Documents on submittals. ro riatel for transmittal and Transmittal: Package each submittal individually and app p Y G. Transmit each submittal using a transmittal form. Architect will discard handling. submittals received from sources other than Contractor. from approved by Architect. 1. Transmittal Form: Use AIA Document G810 or other ©TrahoArchitects, P.S. June 12, 2008108-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDURES SECTION 01330 - 3 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 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 transmittal forms. J. Use for Construction: Use only final submittals with mark indicating action taken by Architect. PART 2 — PRODUCTS 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. 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: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operation and maintenance manuals. k. Compliance with specified referenced standards. I. Testing by recognized testing agency. m. Application of testing agency labels and seals. n. Notation of coordination requirements. 4. Submit product data before -or concurrent with samples. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY REI OCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDURES SECTION 01330 - 4 5. Number of Copies: Submit three (3) copies of product data, unless otherwise indicated. Architect will return one (1) copy to Contractor and one (1) copy to Owner's Representative. Mark up and retain 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. 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. rt Roughing-inea. and setting diagrams. S. e. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Seal and signature of professional engineer if specified. o. 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 24 by 36 inches. 3. Number of Copies: Submit two opaque (bond) copies' of each submittal, through Construction Manager. Architect will return one copy. 4. Number of Copies: Submit six (6) opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit six (6) copies where copies are required for operation and maintenance manuals. Architect will retain three (3) copies; remainder will be returned. Mark up and retain one returned copy as a project record drawing. 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 characteristics between submittal and actual component as delivered and installed. 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDURES SECTION 01330 - 5 b. Product name and name of manufacturer. c. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved samples at project site, available 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 of units or sections of units showing the full range of colors, textures, and patterns available Number of Samples: Submit three (3) full sets 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. Number of Samples: Submit three (3) sets of samples. Architect will retain two (2) sample sets; remainder will be returned. a. Submit a single sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. b. If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a sample, submit at least three (3) sets of paired units that show approximate limits of variations. 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. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. 4. Number of Copies: Submit three (3) copies of product schedule or list, unless otherwise indicated. Architect will return one (1) copy. F. Special Inspectors Qualifications: - Comply with requirements specified in Division 1 Section "Quality Requirements." June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDURES SECTION 01330 - 6 G. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." H Application for Payment: Comply with requirements specified in Division 1 Section "Payment Procedures." Schedule of Values: Comply with requirements specified in Division 1 Section "Payment Procedures." 2.2 INFORMATIONAL SUBMITTALS A. naneral. Prepare and submit informational submittals required by other specification sections. 1. Number of Copies: Submit three (3) 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 1 Section "Quality Requirements." B. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." C. 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. D Manufacturer Certificates: Prepare written statements on' manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. E. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. F. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. G. 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. H. 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SUBMITTAL PROCEDURES SECTION 01330 - 7 I 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. J. 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. 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. 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, as follows: No exceptions taken, see comments, rejected or resubmit. C. 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. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS QUALITY REQUIREMENTS SECTION 01400 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 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 responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner, Owner's Representative or authorities having jurisdiction are not limited by provisions of this section. C Related sections include the following: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Division 1 Section "Cutting and Patching" for repair and restoration of construction disturbed by testing and inspecting activities. 3. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 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 or Owner's Representative. C. Preconstruction Testing: Tests and inspections that are performed specifically for the project before products and materials are incorporated into the work to verify performance or compliance with specified criteria. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 QUALITY REQUIREMENTS SECTION 01400 - 2 F. Product Testing: Tests and inspections that are performed by an NRTL, an 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. G. Source Quality -Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. H. Field Quality -Control Testing: Tests and inspections that are performed on-site for installation of the work and for completed work. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. J. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction a.. pe..r.a..tin..n, inc.uding invtalnlution, erection, application, and sinmiulur operations. Usiung a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. K. Experienced: When used with an entity, "experienced" means having successfully cmmpleteri a minimum of five (51 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. 1.4 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. 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. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 1.5 SUBMITTALS QUALITY REQUIREMENTS SECTION 01400 - 3 A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. C. 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. 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 complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of 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. 1.6 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. June 12, 2008 / 08-12 © Traho Architects, P S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO, 2231 011ALITY REQI IIREMENTS SECTION 01400 - 4 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 ac sufficient production capacity to required units. _-.... _. _... r... ...,.........,,. vwr.wv..� ... produce I VI.�NII VW UIIItJ E. Mockups: Before installing portions of the work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 7 Notify Architect seven (7) in advance dates and times when mockups will —• i �•�••••�+•-•• •-•�•.�•• �r j days advance la✓b of dates and 6 11GJ when mockups VVllt be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's approval of mockups before starting work, fabrication, or construction. Allow seven (7) days for initial review and each re -review of each mockup. 5, Maintain mockups during construction in an undisturbed condition as a standard for judging the completed work. 6. Demolish and remove mockups when directed, unless otherwise indicated. 1.7 QUALITY CONTROL A. Contractor Responsibilities: Contractor shall provide construction surveying and staking, inspections, tests and other quality -control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 QUALITY REQUIREMENTS SECTION 01400 - 5 B. 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. C. 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 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 with copy to Architect.. 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. D. 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. E. 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. Schedule times for tests, inspections, obtaining samples, and similar activities. 1.8 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UT!L!TY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 QUALITY REQUIREMENTS SECTION 01400 - 6 B. Each independent inspection and testing agency engaged on the project shall be authorized by authorities having jurisdiction to operate in the sate where the project is located. D A DY 2— PROva,iv 1 v I!MUG ‘...106U) PART 3 — EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar 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 1 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 01400 June 12, 2008 / 08-12 © Traho Architects, P S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS REFERENCES SECTION 01420 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including shown, "noted," scheduled, and specified have the same meaning as indicated E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the work. F. "Furnish": Supply and deliver to project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. "Project Site": Space available for performing construction activities. The extent of project site is shown on Drawings and May or may not be identical with the description of the land on which project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless otherwise indicated. June 12,2008108-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 REFERENCES SECTION 01420 - 2 C Copies of Standards: Each entity engaged in construction on project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Names: Abbreviations and acronyms are frequently used in the Specifications and other Contract Documents to represent the name of a trade association, standards -developing organization, authorities having jurisdiction or other entity in the context of referencing a standard or publication. Where abbreviations and acronyms are used in the Specifications or other Contract Documents, they mean the recognized name of these entities. Refer to Gale Research's "Encyclopedia of Associations" or Columbia Books' "National Trade & Professional Associations of the U. S., "which are available in most libraries. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01420 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL 1.1 RELATED DOCUMENTS TEMPORARY FACILITIES AND CONTROL SECTION 01500 -1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. B. Temporary utilities include, but are not limited to, the following: 1. Sewers and drainages. 2. Water service and distribution. 3. Sanitary facilities, including toilets, wash facilities and drinking -water facilities. 4. Electric power service. 5. Lighting. 6. Telephone service. C. Support facilities include, but are not limited to, the following: 1 Project identification and temporary access signs project identification will list general contractor and mechanical and electrical subcontractors. No miscellaneous subcontractor signs will be allowed at the site. 2. Waste disposal facilities. 3. Field offices. 4. Lifts and hoists. 5. Construction aids and miscellaneous services and facilities. D Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Security enclosure and lockup. 3. Barricades, warning signs and lights. 4. Temporary partitions. 1.2 SUMMARY A. This section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related sections include the following: 1. Division 1 Section "Submittal Procedures" for procedures for submitting copies of implementation and termination schedule and utility reports. 2. Division 1 Section "Execution Requirements" for progress cleaning requirements. 3. Divisions 2 through 16 Sections for temporary heat, ventilation, and humidity requirements for products in those sections. 1.3 DEFINITIONS Permanent Enclosure: As determined by Architect, permanent or temporary roofing is complete, insulated, and weathertight; exterior walls are insulated and weathertight; and all openings are closed with permanent construction or substantial temporary closures. 1.4 USE CHARGES June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 TEMPORARY FACILITIES AND CONTROL SECTION 01500 - 2 A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's Representative, Architect, occupants of project, testing agencies, and authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all entities for construction operations. C. Water Service: Pay water service use charges for water used by all entities for construction operations D. Electric Power Service: Pay electric power service use charges for electricity used by all entities for construction operations. 1.5 SUBMITTALS Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 1.6 QUALITY ASSURANCE A. Raniulatinns: Comply with industry standards and applicable lays and regulations of mow._ .. .. r.r applicable •-#4.41,11.1•-•1 t. authorities having jurisdiction including, but not limited, to the following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, fire department and rescue squad rules. 5. Environmental protection regulations. B. Standards. Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electrical service. Install service in compliance with NFPA 70, National Electric Code" and Pacific Power requirements. C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.7 PROJECT CONDITIONS Temporary Use of Permanent Facilities: installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 2 — PRODUCTS 2.1 MATERIALS TEMPORARY FACILITIES AND CONTROL SECTION 01500 - 3 A. Portable Chain -Link Fencing: Minimum 2 -inch, 9 -gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2 -3/8 -inch- OD line posts and 2 -7/8 -inch- OD corner and pull posts, with 1 -5/8 -inch- OD top and bottom rails. Provide concrete bases for supporting posts. B. Lumber and Plywood: Comply with requirements in Division 6 Section "Rough Carpentry." C. Paint: Comply with requirements in Division 9 painting sections. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. 2.2 EQUIPMENT A. General: Provide equipment suitable for use intended. B. Water Hoses. Provide 3/4 -inch, heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge C. Electrical Outlets: Provide properly configured, NEMA -polarized outlets to prevent insertion of 110- to 120 -Volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button and pilot light for connection of power tools and equipment. D. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. E. Lamps and Lighting Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. G. Temporary Toilet Units: Provide self-contained, single -occupant toilet units of the chemical, aerated recirculation, or combustion type. Provide units properly vented and fully enclosed with a glass -fiber -reinforced polyester shell or similar nonabsorbent material. H. Fire Extinguishers. Provide hand -carried, portable, UL -rated, Class A fire extinguishers for temporary offices and similar spaces. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL TEMPORARY FACILITIES AND CONTROL SECTION 01500 - 4 A. Locate facilities where they will serve project adequately and result in minimum interference with performance of the work. Relocate and modify facilities as required by progress of the work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if naracsary, to make connections for temporary,' services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C Water Service: Instal! water ser;iice and distribution piping in sizes and pressures adequate for construction. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. E. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. F. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. G. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Install telephone lines for each field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access. 2 Maintain support facilities until near Substantia! Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Dewatering Facilities and Drains. Comply with requirements of authorities having jurisdiction Maintain project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding project or adjoining properties nor endanger permanent work or temporary facilities. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 TEMPORARY FACILITIES AND CONTROL SECTION 01500 - 5 2. Remove snow and ice as required to minimize accumulations. C. Project Identification and Temporary Access Signs: Provide project identification and other signs that are required to meet access and safety requirements as required. Install signs where required to inform public and individuals seeking entrance to project. Unauthorized signs are not permitted See Section 10425 Signs for the project identification sign requirements. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 1 Section "Execution Requirements" for progress cleaning requirements. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. B. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. Inspect, repair, and maintain erosion- and sedimentation -control measures during constructionuntil permanent vegetation has been established. C. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. F. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. Extent of Fence: As required to enclose entire project site or portion determined sufficient to accommodate construction operations. G. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping- from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. June 12, 2008 /08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 TEMPORARY FACILITIES AND CONTROL SECTION 01500 - 6 C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION 01500 June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PRODUCT REQUIREMENTS SECTION 01600 - 3 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 fabri- cation 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 inter- preting 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 authori- ties having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using pro- posed substitution with products specified for the work, including effect on the overall Contract Time. If specified product or method of construc- tion cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with re- quirements in the Contract Documents and is appropriate for applications indicated. Contractor's waiver of rights to additional payment or time that may sub- sequently 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 seven days of receipt of a request for substi- tution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of addi- tional 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. D. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE 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. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and Toss, including theft. Comply with manufacturer's written instructions. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 B. Delivery and Handling: PRODUCT REQUIREMENTS SECTION 01600 - 4 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 deteriora- tion, 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 in- structions for handling, storing, unpacking, protecting, and installing 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products roducts ara undamaged and properly 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 con- densation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for pe- riod of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humid- ity, ventilation, and weather -protection requirements for storage. 7. Protect stored products from damage and liquids from'freezing. 1.7 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 disclaimers and limitations on product warranties do not relieve Contractor of obligations under require- ments of the Contract Documents. 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. June 12, 2008 /08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL 1.1 RELATED DOCUMENTS PRODUCT REQUIREMENTS SECTION 01600 -1 Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of prod- ucts for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable prod- ucts. B. Related Sections include the following. 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Division 1 Section "Closeout Procedures" for submitting warranties for Contract closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on prod- ucts and installations specified to be warranted. 1.3 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 "mate- rial," "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. Products salvaged or recycled from other projects are not con- sidered new products. 3. Comparable Product: Product that is demonstrated and approved through sub- mittal 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. Substitu- tions will not be allowed for some basis -of -design products. Verify with Architect before submitting substitution request. 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 num- ber or other designation, to establish the significant qualities related to type, function, di- mension, in-service performance, physical properties, appearance, and other characteris- tics for purposes of evaluating comparable products of other named manufacturers. June 12, 2008 / 08-12 ©Traho Architects, P.S, SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 1.4 SUBMITTALS PRODUCT REQUIREMENTS SECTION 01600 - 2 A. Product List: Submit a list, in tabular from, showing specified products. Include generic names of products required. Include manufacturer's name and proprietary product names for each product. 1. Coordinate product list with Contractor's Construction Schedule and the Submit- tals Schedule. 2. Form: Tabulate information for each product under the following column head- ings: a. Specification Section number and title. b. Generic name used in the Contract Documents. c. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. h. Identification of items that require early submittal approval for scheduled delivery date. 3. Initial Submittal: Within 30 days after date of commencement of the work, submit four (4) copies of initial product list. include a written explanation for omissions of data and for variations from Contract requirements. At Contractor's option, initial submittal may be limited to product selections and designations that must be es- tablished early in Contract period. 4. Completed List: Within 60 days after date of commencement of the work, submit six (6) copies of completed product list. Include a written explanation for omis- sions of data and for variations from Contract requirements. 5. Architect's Action: Architect will respond in writing to Contractor within 15 days of receipt of completed product list. Architect's response will include a list of unac- ceptable product selections and a brief explanation of reasons for this action. Architect's response, or lack of response, does not constitute a waiver of re- quirement to comply with the Contract Documents. B Substitution 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. Substitution Request Form: Use CSI Form 13.1A or form approved by Architect. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be pro- vided. 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 %M I! he necessary to accommodate proposed substitution. June 12, 2008/08-12 ©TrahoArchitects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PRODUCT REQUIREMENTS SECTION 01600 - 5 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, pre- pare 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 1 Section "Closeout Procedures." PART2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Docu- ments, that are undamaged and, unless otherwise indicated, that are new at time of in- stallation. 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 op- tions 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 con- flict with requirements of the Contract Documents. 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. 6. Descriptive, performance, and reference standard requirements in the Specifica- tions establish "salient characteristics" of products. 7. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or approved equal" or "or approved," comply with provisions in Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. June 12, 2008108-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PRODUCT REQUIREMENTS SECTION 016©0-6 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that complies with require- ments. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with require- ments. 5 Product Options: Where Specifications indicate that sizes, profiles, and dimen- sional requirements on Drawings are based on a specific product or system, pro- vide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system. 6. 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 con- sideration of an unnamed product by the other named manufacturers. 7. Visual Matching Specification: Where Specifications require matching an estab- lished Sample, select a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed prod- uct matches. If no product available within specified category matches and com- plies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 8. Visual Selection Specification: Where Specifications include the phrase "as se- lected from manufacturer's colors, patterns, 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 col- ors, patterns, textures" or similar phrase, Architect will select color, pat- tern, 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 within 45 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 follow- ing conditions are satisfied. If the following conditions are not satisfied, Architect will re- turn requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, en- ergy conservation, or other considerations, after deducting additional responsibili- ties Owner must assume. Owner's additional responsibilities may include com- June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PRODUCT REQUIREMENTS SECTION 01600 - 7 pensation 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 pro- duce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Sched- ule. 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. 10. If requested substitution involves more than one contractor, requested substitu- tion has been coordinated with other portions of the work, is uniform and consis- tent, is compatible with other products, and is acceptable to all contractors in- volved. 2.3 COMPARABLE PRODUCTS Conditions: Architect will consider Contractor's request for comparable product when the follow- ing conditions are satisfied. If the following conditions are not satisfied, Architect will return re- quests without action, except to record noncompliance with these requirements: A. 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 indi- cated results, and that it is compatible with other portions of the work. B. 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. C. Evidence that proposed product provides specified warranty. D. List of similar installations for completedprojects with project names and addresses and names and addresses of architects and owners, if requested. E. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION 01600 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS EXECUTION REQUIREMENTS SECTION 01700 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 12 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. Related sections include the following. 1. Division 1 Section "Project Management and Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section "Submittal Procedures" for submitting surveys. 3. Division 1 Section "Cutting and Patching" for procedural requirements for cutting and patching necessary for the installation or performance of other components of the work. 4. Division 1 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. 1.3 SUBMITTALS A. Qualification Data: For land surveyor. B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. 1.4 QUALITY ASSURANCE Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where project is located and who is experienced in providing land -surveying services of the kind indicated. PART 2 - PRODUCTS (Not Used) June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 3 — EXECUTION 3.1 EXAMINATION EXECUTION REQUIREMENTS SECTION 01700 - 2 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 utilities and other construction affecting the work. Before construction, verify the location and points of connection of utility services. 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 Inratinn and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. 2. Furnish location data for work related to project that must be performed by public utilities serving project site. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility 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. Field Measurements: Take field measurements as required to fit the work properly. Recheck measurements before installing each product. Where portions of the work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the work. C Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on drawings D. 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. 3.3 CONSTRUCTION LAYOUT 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 discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to lay out the work using accepted surveying practices. If the Contractor can show that he has qualified personnel to perform the surveying requirements, this requirement will become void. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EXECUTION REQUIREMENTS SECTION 01700 - 3 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of project. 2. Establish dimensions within tolerances indicated. Do not scale drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the work progresses. 5 Notify Architect when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the work. Preserve and protect permanent benchmarks and control points during construction operations. ' 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the work. June 12,2008/08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EXECUTION REQUIREMENTS SECTION 01700 - 4 3. Remove temporary reference points when no longer needed Restore marked construction to its original condition. 3.5 INSTALLATION A. General. Locate the work and components of the work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. R ('.mmply with mArinfAnturar'c writtan inctnirtinnc and rarnmmanrlatinns fnr installing products in applications indicated C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy, E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the work. 1. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. June 12, 2008/0812 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 3.7 PROGRESS CLEANING EXECUTION REQUIREMENTS SECTION 01700 - 5 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. Remove excess materials from the site at regular intervals and as required. 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 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. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. 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. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. June 12, 2008 / 08-12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 3.8 STARTING AND ADJUSTING EXECUTION REQUIREMENTS SECTION 01700 - 6 A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding, Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D Manufacturer's Field Service: If a factory -authorized service representative is required to inspect field -assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements." PROTECTION OF INSTALL Fn COKISTRI1(7.1n ; A. Provide final protection and maintain conditions that ensure installed work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.10 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section "Cutting and Patching." 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. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 01700 June 12, 2008 / 08.12 SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL 1.1 RELATED DOCUMENTS CUTTING AND PATCHING SECTION 01731 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This section includes procedural requirements for cutting and patching. B. Related sections include. Divisions 2 through 16 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the work. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other work. 1.4 QUALITY ASSURANCE 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 intended or that results in increased maintenance or decreased operational life or safety. Operating elements include the following: 1. Primary operational systems and equipment. 2 Mechanical systems piping and ducts. 3. Communication systems. 4. Electrical wiring systems. C, 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 that results in increased maintenance or decreased operational life or safety. D. 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 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. 1.5 WARRANTY 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CUTTING AND PATCHING SECTION 01731 - 2 PART 2 — PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other sections. R In_Pla�a Matarilc: 1 Ise- materitr, in_nlara materlalg Fnr evnncari cjirfnnoS ilea materials that visually match in-place adjacent surfaces to the fullest extent possible. 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 Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. A. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. B 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. 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. D. Existing Utility Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to prevent interruption to occupied 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. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. 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 recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CUTTING AND PATCHING SECTION 01731 - 3 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 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. 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. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Exterior Building Enclosure: Patch components in a manner that restores 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 to match existing. END OF SECTION 01731 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS CLOSEOUT PROCEDURES SECTION 01770 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 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. Related sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Division 1 Section "Execution Requirements" for progress cleaning of project site. 3. Division 1 Section "project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 4. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 5. Division 1 Section "Demonstration and Training" for requirements for instructing Owner's personnel. 6. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the work in those sections. 1.3 SUBSTANTIAL COMPLETION 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. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. 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. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CLOSEOUT PROCEDURES SECTION 01770 - 2 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Terminate and remove temporary facilities from project site, along with mockups, construction tools, and similar elements. 8. Advise Owner of changeover in heat and other utilities. 9. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. 10. Complete final commissioning requirements for Electrical system. 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. Re -inspection: Request re -inspection when the work identified in previous 111J J 1.,II i .. as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 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 1 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. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report and warranty. I.--L.....L Owner's' 1 .L:... _J:.._L._L ._J L .f u. Instruct VWIICI 1 pt i utl11Cl Irl operdUUll, dUJusunent, atIU Ifldi11LC11dIIU of products, equipment, and systems. 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 nr will notify Contractor of construction that must be completed or corrected before certificate will be issued. Re -inspection: Request re -inspection when the work identified in previous inspections as incomplete is completed or corrected. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CLOSEOUT PROCEDURES SECTION 01770 - 3 t5 LIST OF INCOMPLETE ITEMS (PUNCH UST) 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. 1. Organize list of spaces in sequential order, starting with exterior areas first. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by -11 -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," project name, and name of Contractor. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 — PRODUCTS 2.1 MATERIALS 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. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 3 — EXECUTION 3.1 FINAL CLEANING CLOSEOUT PROCEDURES SECTION 01770 - 4 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. 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 manufacturer's written instructions. C. Complete the following cleaning operations before requesting inspection for certification of Substantia! Completion for entire project or for a portion of project: 1. Clean project site, yard, and grounds, in areas disturbed by construction activities inc!!irling landscape die;ielonment areae of riuhhish waste material .a ,ter.... .,r,....,.., ,., ., �.., litter, and other foreign substances. 2. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. 4. Remove tools, construction equipment, machinery, and surplus material from project site. 5 Remove snow and ice to provide safe access to building. 6. 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. 7._ Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. 8. Sweep concrete floors broom clean in unoccupied spaces. 9. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. 1 0. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. 11 Remove labels that are not permanent. June 12, 2008 / 08-12 © Traho Architects, P,S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CLOSEOUT PROCEDURES SECTION 01770 - 5 12. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. 13. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. 14. Replace parts subject to unusual operating conditions. 15. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. 16. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers and grills. 17. Clean ducts, blowers, and coils if units were operated without filters during construction. 18. 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 similar light fixtures to comply with requirements for new fixtures. 19. Leave project clean and ready for occupancy. D. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid project of rodents, insects, and other pests. Prepare a report. E. 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 from project site and dispose of lawfully. END OF SECTION 01770 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 — GENERAL 1.1 RELATED DOCUMENTS PROJECT RECORD DOCUMENTS SECTION 01781 -1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 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. Related sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures 2. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Submit one set of marked -up record prints. B Record Specifications: Submit one copy of projects specifications, including addenda and contract modifications. C. Record Product Data: Submit one copy of each product data submittal. Where record product data is required as part of operation and maintenance manuals, submit marked - up product data as an insert in manual instead of submittal as record product data. 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. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. June 12, 2008 /08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PROJECT RECORD DOCUMENTS SECTION 01781 - 2 c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Chang_ a Directive. k, Changes made following Architect's written orders. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely pletely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 4 Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. 2.2 RECORD SPECIFICATIONS 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 installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and furnished including substitutions product options selected. equipment furnished, and 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether record product data has been submitted in operation and maintenance manuals instead of submitted as record product data. 5 Note related change orders and record drawings where applicable. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 2.3 RECORD PRODUCT DATA PROJECT RECORD DOCUMENTS SECTION 01781 - 3 Preparation: Mark product data to indicate the actual product installation where installation varies substantially from that indicated in product data submittal. A. Give particular attention to information ori concealed products and installations that cannot be readily identified and recorded later. B. Include significant changes in the product delivered to project site and changes in manufacturer's written instructions for installation. C. Note related change orders, record specifications and record drawings where applicable. 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 01781 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 1 - GENERAL WORK WITHIN PUBLIC RIGHTS OF WAY EARTHWORK SECTION 02300 -1 All earthwork within city streets rights of way shall be constructed to City of Yakima construction standards and specification for roadway construction, and shall conform to applicable APWA/Washington Department of Transportation "Standard Specification for Road, Bridge and Municipal Construction, 2002." 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade, walks, pavements, and gravel parking surfaces. 2. Subbase course for concrete walks and pavements. 3. Subbase and base course for asphalt paving. 4. Parking areas — compacted gravel. 5. Excavating and backfilling for utility trenches. 6. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for recording preexcavation and earthwork progress. 2. Division 1 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. 3. Divisions 2, 15, and 16 Sections for installing underground mechanical and electrical utilities and buried mechanical and electrical structures. 1.3 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B Base Course: Course placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 2 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the work. 2. Bulk Excavation: Excavation more than 10 -feet in width and more than 30 -feet in length. 3 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. F. Fill: Soil materials used to raise existing grades. G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late -model, track -mounted hydraulic excavator; equipped with a 42 -inch wide, maximum, short -tip -radius rock bucket; rated at not less than 138 -hp flywheel power with bucket -curling force of not less than 28,090 Ibf and stick -crowd force of not less than 18,650 lbf; measured according to SAE J-1179. 2. Bulk Excavation: Late -model, track -mounted loader; rated at not less than 210 - hp flywheel power and developing a minimum of 48,510-lbf breakout force with a general-purpose bare bucket; measured according to SAE J-732. H. Structures: Concrete slabs, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. J Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 SUBMITTALS Product Data: For the following: A. Each type of plastic warning tape. B. Controlled low -strength material, including design mixture. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by adjacent property owners unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 3 1. Notify Architect not less than five (5) days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. 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: [ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than three ([3") inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or a combination of these groups. Unsatisfactory soils also include satisfactory soils not maintained within two (2%) percent of optimum moisture content at time of compaction. 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 sieve and not more than 12 percent passing a No. 200 sieve. E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1 -1/2 -inch sieve and not more than eight (8%) percent passing a No. 200 sieve. 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 sieve and not more than 12 percent passing a No. 200 sieve. 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 one (1") inch sieve and not more than eight (8%) percent passing a No. 200 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 sieve and 0 to five (5%) percent passing a No. 8 sieve. Parking Lot Crushed Rock Material: Narrowly graded mixture of crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse -aggregate grading Size 67; with 100 percent passing a one (1") inch sieve and 0 to five (5%) percent passing a No. 4 sieve. J. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 4 K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state 2.2 ACCESSORIES Detectable Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of six (6") inches wide and 4 mils thick, continuouslyinscribedwith 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 deep; colored as follows: A. Red: Electric. B. Yellow: Gas, oil, steam, and dangerous materials. C. Orange: Telephone and other communications. D. Blue: Water systems. E. Green: Sewer systems. PART 3 — EXECUTION 3.1 PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 3.3 EXPLOSIVES: Do not use explosives. 3.4 EXCAVATION, GENERAL Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered Unclassified excavated materials may incl! ide 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. A. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. B. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: 1. 24 inches outside of concrete forms other than at footings. 2. 12 inches outside of concrete forms at footings. June 12, 2008108-12 OO Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 5 3. Eight (8") inches beneath bottom of concrete slabs on grade. 4. Six (6") inches beneath pipe in trenches and the greater of 24 inches wider than pipe. 3.5 EXCAVATION FOR STRUCTURES Excavate to indicated elevations and dimensions within a tolerance of plus or minus one (1") inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. Excavation for Underground Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus one (1") inch. Do not disturb bottom of excavations intended as bearing surfaces. 3.6 EXCAVATION FOR WALKS AND PAVEMENTS Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.7 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. 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 inches higher than top of pipe or conduit, unless otherwise indicated. 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. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than six (6") inches in .nominal diameter and flat- bottomed, multiple -duct conduit units, hand -excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit six (6") inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches six (6") inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.8 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the work. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 6 D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.9 UNAUTHORIZED EXCAVATION 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. Fill unauthorized excavations under other construction or utility pipe as directed by Architect. 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.11 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. 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 3 Section "Cast -in -Place Concrete." D. Provide four (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 four (4") inches of concrete before backfilling or placing roadway subbase. E. Place and compact initial backfill of subbase material satisfactory soil, free of particles larger than one (1") inch in any dimension, to a height of twelve (12") inches over the utility pipe or conduit. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Backfill voids with satisfactory soil while installing and removing shoring and bracing. G. Place and compact final backfill of satisfactory soil to final subgrade elevation. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 7 H. Install warning tape directly above utilities, twelve (12") inches below finished grade, except six (6") inches below subgrade under pavements and slabs. 3.12 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 under walks and pavements; use satisfactory soil material. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.14 SOIL MOISTURE CONTROL Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. A. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. B. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by two (2%) percent and is too wet to compact to specified dry unit weight. 3.15 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than eight (8") inches in loose depth for material compacted by heavy compaction equipment, and not more than four (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 density according to ASTM D 1557: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top twelve (12") inches of existing subgrade and each layer of backfill or fill soil material at 95percent. 2. Under walkways, scarify and recompact top six (6") inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. For utility trenches, compact each layer of initial and final backfill soil material at 90 percent. 3.16 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. 1. Provide a smooth transition between adjacent existing grades and new grades. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE I.ITILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 8 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. 3.17 SUBBASE AND BASE COURSES A. Place subbase course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place subbase course under pavements and walks as follows: 1. Place base course material over. subbase course under hot -mix asphalt pavement. 2. Shape subbase course to required crown elevations and cross -slope grades. 3. Place subbase course that exceeds three (3") inches in compacted thickness in layers of equal thickness, with no compacted layer more than three (3") inches thick, 4. Compact subbase 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 1557. 3.18 DRAINAGE COURSE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast -in-place concrete slabs -on -grade as follows: 1. Place drainage course six (6") inches or less in compacted thickness in a single layer. 2. Place drainage course that exceeds six (6") inches in compacted thickness in layers of equal thickness, with no compacted layer more than six (6") inches thick or less than three (3") inches thick. 3. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 1557. 3.19 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work complies with requirements. 1. Perform field in-place density tests by the nuclear densometer method according to ASTM D 1557. a. Field in-place density tests, performed by the nuclear method according to ASTM D 1557, must have calibration curves periodically checked and adjusted to correlate to tests performed using ASTM D 1556. With each density calibration check, check the calibration curves furnished with the moisture gauges according to ASTM D 3017. June 12, 2008! 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 EARTHWORK SECTION 02300 - 9 b. When field in-place density tests are performed using nuclear methods, make calibration checks of both density and moisture gauges at beginning of work, on each different type of material encountered, and at intervals as directed by the Architect. 2. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each 150 feet or less of trench length, but no fewer than 2 tests. 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 replace soil to depth required; recompact and retest until specified compaction is obtained. 3.20 PROTECTION Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.21 DISPOSAL OF SURPLUS AND WASTE MATERIALS Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Architect. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SECTION 16010 — BASIC ELECTRICAL REQUIREMENTS PART 1 — GENERAL 1.1 RELATED DOCUMENTS BASIC ELECTRICAL REQUIREMENTS SECTION 16010 -1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. General requirements for electrical work. a. Systems Descriptions b. Area classifications c. Submittals d. Records e. Coordination B. Related Sections include but are not necessarily limited to: 1. General Conditions. 2. Division 1 - General Technical Requirements. 3. Division 2 - Site Work. 4. Division 3 - Concrete. C. Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings. 1.3 SYSTEMS DESCRIPTIONS A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the power and associated electrical systems of this Contract. B. Provide functioning systems in compliance with manufacturer's instructions, performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings. C. Provide temporary relocation and eventual demolition of the exiting City of Yakima street lighting/signalization service (Service 78) on the north side of Chestnut between 3rd and 4in Avenues as well as the demolition of the existing tree lighting service (Service 79) located in the Capitol Theatre/east end courthouse parking lot. Provide a new street lighting service enclosure on the north side of Chestnut Avenue that includes panelboard, lighting contactors, photocell and time clock to replace the existing street lighting services in the Capitol Theatre/east end courthouse parking lot and the north side of Chestnut Avenue. D. Provide complete 480Y/277 and 208Y/120 volt power services to existing Capitol Theatre service equipment including raceways, wiring, and metering equipment for the existing Capitol Theatre Building. E. Provide equipment vaults/pads and conduit installation for a new Pacific Power underground primary and secondary distribution system to US Bank, Grand Hotel, Mills Music and the William O. Douglas Courthouse. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010 - 2 1.4 AREA CLASSIFICATIONS A. Areas of the project are classified as "wet" in accordance with Article 100 - Definitions of the NEC. 1.5 DEFINITIONS A Cliitrinnr Araac R 1. Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions Indoor Areas: 1. Those locations on the Project site where the equipment is normally protected from wind, dust, rain, snow, and similar natural environmental conditions. C. Shop Fabricated: 1. Manufactured or assembled equipment for which a NRTL test procedure has not been established. D NRTL: Nationally Recognized Testing Laboratory. E. NEC: National Electrical Code 1.6 QUALITY ASSURANCE A. When a specific code or standard has not been cited, the applicable codes and standards of the following code -making authorities and standards organizations apply 1. American Association of State Highway and Transportation Officials (AASH T O). 2 American Iron and Steel Institute (AISI). 3. American National Standard Institute (ANSI). 4. American Society for Testing and Materials (ASTM). 5. ETL Testing Laboratories, Inc (ETL). 6. Insulated Cable Engineers Association (ICEA). 7. Institute of Electrical and Electronic Engineers (IEEE). 8. Illuminating Engineering Society of North America (IES). Instrument Society of America (ISA). 10. Joint Industrial Council (JIC). 11. Lightning Protection Institute (LPI). In IL. National Electrical tvlanUfactu.c.a Association (NEMA). 13. National Fire Protection Association (NFPA). 14. Occupational, Health and Safety Administration (OSHA). Jun 12, 2008 / 08-12 ® Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010 - 3 15. Underwriters Laboratories, Inc. (UL). B. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, drawings and specifications, or within either document itself, the more stringent condition governs. 1.7 SUBMITTALS A. See Section 01330. B. Provide submittals for the new EUSERC metering enclosures and new street lighting service enclosure and components. No other submittals are required. C. Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, fabrication, or installation of materials or equipment D. Product Data: 1. Provide manufacturer's product technical data, including, but not limited to: a. Identification of the manufacturer. b. Manufacturer's product descriptive bulletin. c. Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Drawings. d. Equipment dimensions. E. Where equipment dimensions, layout, conduit routing, or conductor and conduit quantities, sizes or types are required to be different than indicated on the contract drawings to accommodate the submitted equipment, the submittal shall clearly indicate the required changes (increased sizes, ratings of equipment or devices) and shall note that they are being provided to accommodate the submitted equipment without additional cost. The submittal shall indicate increased ratings, sizes F. Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components. Where a NRTL standard has not been established clearly identify that no NRTL standard exists for that equipment. G. Operation and Maintenance Manuals: 1. Provide O&M manuals for the new street lighting service enclosure and components. H. Provide preliminary manuals to the Engineer for review in the quantities indicated in Division 1 no later than when the electrical equipment is shipped to the job site. Drawings and Bill of Materials included in preliminary manuals shall show "as shipped" wiring and components. Provide final manuals with Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Engineer. Manuals for the electrical system consist of 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010 -4 J. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16. K. Assemble and index each section listing the contents individually on the tab divider for that section. L. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. 1.8 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions Show changes from the Contract Documents plan drawings including: routing of hidden raceways, stubouts, actual fixture and equipment locations, equipment sizes and dimensions and building outline changes. At the end of the project, forward to the Engineer a complete set of drawings marked in red pencil in a manner consistent with the Contract Drawings, indicating the chances ma d_ e_ on the job. V v v B. Equipment furnished under this Contract for use on future work and all concealed materials, including conduits, shall be dimensioned, on the record drawings, from visible and permanent building features. 1.9 COORDINATION A. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. B. Coordinate the interruption of electrical systems to any part of the facility in use by the Owner (City of Yakima/Capitol Theatre) at least two weeks before interruption of the system. Signalization system circuits must be kept in operation at all times unless prior written agreement is reached with the City of Yakima to de -energize signal circuits. C. Coordinate the cutting of existing structures with the new and existing electrical systems. Identify, locate, and protect existing embedded conduits where cutting of existing structures is to be performed. D. Where modifications to the specified electrical system or systems are required to accommodate actual electrical requirements of equipment which is specified under other Divisions of the Contract but which has electrical requirements different from those specified for the equipment, make modifications to the electrical system or systems required to accommodate the equipment. E. Coordinate the work under this Contract with work that will concurrently under other contracts/projects. This includes the following: 1. GSA demolition project for the US Bank drive in banking facility. 2. William O. Douglas Court House parking lot demolition and renovation project. 3. Qwest telephone ductbank installation to Capitol Theatre and William O. Douglas Court House. 4. Cascade Natural Gas — gas line relocation project. June 12, 2008 / 08-12 ©Trailer Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010 - 5 5. Pacific Power installation of primary power distribution and secondary services to Mills Music, US Bank, Grand Hotel and William O. Douglas Courthouse. 6. Pacific Power demolition of the existing overhead facilities that currently serve the Capitol Theatre, Mills Music, US Bank, Grand Hotel and William O. Douglas Courthouse. The Contractor will need to contact the Government Services Agency to coordinate the work occurring in the William of Douglas parking lot with the electrical work. F. Where changes in the work, or substitutions in material or equipment specified under this Division are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. If changes to work outside this Division are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Engineer, and pay for all such changes. No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor. G. The Contractor will work with the existing adjacent Building Owners through the Capitol Theatre to ensure that Owners have access to their facilities on a regular basis. This will include: 1. Providing access for armored cars into the US Bank parking/transfer area. 2. Capitol Theatre access during production periods to allow delivery and drop off of materials. 3. Coordinate access to the existing William O. Douglas Court House parking lot for employees during the construction period. This will include coordinating with the GSA to install conduits and pads in the parking lot area. It will also including allowing personnel access through the existing Sally gate. H. Trenches will be permitted to be opened for only a short period of time (3 hours maximum). After that point trenches need to be covered by sheet metal plates suitable for vehicular traffic (H20). Trenches need to be guarded at all times and shall be protected by barriers. Open trench lengths shall be limited to 50 feet at one time before backfilling. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 01600. B. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures. C. Protect nameplates on electrical equipment from defacing. D. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. 1 Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010-6 B. Submit requests for substitution in accordance with Specification Section 01600 2.2 MATERIALS A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in production of such equipment. Provide similar items of equipment of the same manufacturer and quality. Where systems are specified, provide components of the system from one manufacturer. B. Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory or other organization acceptable to the State of Washington Department of Labor and Industries. 1. Where NRTL test procedures have been established for the product type, provide electrical equipment approved under that procedure and bearing the NRTL label. C. 'Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which increases the capacity of the device or material in question. D Furnish materials, devices, equipment or supplies of materials that are inherently non- corrosive or are coated or covered in a manner, acceptable to the Engineer, which renders them non -corrosive. Do not provide materials which contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. Do not install materials in a manner, location or construction that produces galvanic action or any other materials corroding or eroding action Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. Material that may cause rusting or streaking on a building surface shall not be used. E. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose. Where cutting, drilling, grinding, or similar actions are performed on galvanized or painted metal, regalvanize or repaint, respectively, to match original finish. F. Trade names and catalog numbers may be used in the Drawings or Specifications to establish quality standards and basics of design: 1. Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable. 2. If no other manufacturer is listed then any manufacturer of equal equipment may be acceptable. G. When equipment is shop fabricated for the Project, use electrical devices and enclosures which are NRTL listed and labeled or recognized. H. Shop or Factory Finishes: 1. Interiors of painted equipment shall be either white or light gray. PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections. B. Install equipment in accordance with the manufacturer's instructions. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL REQUIREMENTS SECTION 16010 - 7 C. Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances. D Equipment Dimensions and Clearances: 1. Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. Verify that equipment will fit within the indicated locations and spaces. Do not use equipment that exceeds the indicated dimensions: a. Except as approved in writing by the Engineer. 2. Do not use equipment or arrangements of equipment that reduce required clearances or exceed the space allocation. E. Equipment Access: 1. Install equipment so it is readily accessible for operation and maintenance. 2. Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items. F. Outdoor wall -mounted equipment and indoor equipment mounted on earth or water bearing walls shall be provided with corrosion -resistant spacers to maintain 1/4 IN separation between the equipment and the wall. G. Screen or seal all openings into equipment to prevent the entrance of rodents and insects. 3.2 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01600. B. Provide assistance to the Engineer during the demonstration of equipment by operating devices and equipment, opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary to verify all work provided, END OF SECTION June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 -1 SECTION 16050 — BASIC ELECTRICAL MATERIALS AND METHODS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Supporting devices for electrical components. 2. Electrical identification. 3. Electrical demolition. 4. Cutting and patching 5. Cleaning and finish touchup painting. 6. Testing 1.3 SUBMITTALS A. General: Submit each item below according to the Conditions of the Contract and Division 1 Specification Sections. B. Test reports. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7, or a full member company of the InterNational Electrical Testing Association (NETA). 1. Testing Agency Field Supervision: Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise on-site testing specified in Part 3. B. Comply with NEC for components and installation. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed and Labeled": As defined in the NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. 1.5 SEQUENCING AND SCHEDULING A. Accurately locate equipment and cabinets with the finished work of other projects. B. Coordinate installing required supporting devices and set sleeves in poured -in-place concrete and other structural components as they are constructed. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 166050 - 2 C. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. D. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. E. Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces. PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and faStel leIS for Secure Support of elect, ll..al 1.,o! 1 IIJLII IGI ILS. 1. Material: a. Outdoors, Wet and Damp locations: Hot -dip galvanized steel, or stainless steel. B. Conduit clamps: one hole or beam clamps 1. Rigid Steel Conduit: cast iron clamps with cast iron "foot". C. Anchors: stainless steel or hot dipped galvanized steel in wet areas. 1. Rockwell "well -nut" for light loads in masonry. 2. thru-bolt with fender washers for heavy loads in masonry. 3. self drilling anchors with threaded studs for concrete. 4. hanger rods: 1/4 -inch diameter or larger threaded steel, except as otherwise indicated. D. Sleeves: 1. PVC, schedule 40, 2. 0.0276 -inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. 3. ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. 4. Cast iron, with weep rings. 2.2 ELECTRICAL ENCLOSURES A. Enclosures for Use with Electrical Equipment: 1. Provide NEMA enclosure types as indicated on the contract documents. Where the enclosure type is not indicated on the contract documents provide enclosures as follows. 2. NEMA 3R: Use in wet or outdoor locations. 3. Standards: June 12, 2008 / 06.12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 - 3 a. NEMA ICS -6, Enclosures for Industrial Controls and Systems. b. UL 508, Rainproof Enclosures. c. UL 698, Industrial Control Equipment for Use in Hazardous Locations. 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products: Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category. Use colors prescribed by ANSI A13.1, NEC and these Specifications. B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape not less than 3 mils thick by 1 inch wide. C Underground Line Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape with the following features: 1. Size: Not less than 4 mils thick by 6 inches wide. a. Compounded for permanent direct -burial service. D. Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. E. Color -Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. F. Engraved, Plastic -Laminated Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 -inch minimum thick for signs up to 20 sq. in., 1/8 inch thick for larger sizes. Engraved legend in white letters on black face. G. Fasteners for Plastic -Laminated and Metal Signs: Self -tapping stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. 2.4 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match equipment finish. B. For Non -equipment Surfaces: Matching type and color of undamaged, existing adjacent finish. C. For Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer. PART 3 — EXECUTION 3.1 INSTALLATION A. Install the equipment and materials in a neat and workmanlike manner employing workmen skilled in the particular trade and in accordance with the manufacturer's instructions and industry standards. Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in process or when necessary for coordination with other work. B. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 15050 = 4 C Fastening: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. Attach enclosures with a minimum of three fasteners, and more if the manufacturer so recommends. 1 Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of supplier/manufacturer or the Engineer. 2. Stand equipment off wall surfaces a minimum of one-quarter inch where enclosures are mounted on walls in wet areas (outdoors, below grades, etc.) with neoprene or plastic shim washers. 3. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. A Select fasteners so the load applied to any fastener does o4. exceed 2..5 percent. of the proof -test load. D. Firestopping: Apply to cable and raceway penetrations of fire -rated floor and wail assemblies. Perform firestopping as specified in Division 7 Section "Firestopping" to reestablish the original fire -resistance rating of the assembly at the penetration. E. Install concrete pads and bases according to requirements of Division 3 Section "Cast -in - Place Concrete " F. Make all penetrations of electrical work through walls water and weather -tight. 3.2 ELECTRICAL SUPPORTING METHODS A. Damp Locations and Outdoors: Hot -dip galvanized materials, or stainless steel materials, and system components. B Dry Locations: Steel materials. C. Raceway Supports' Comply with NFPA 70 and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. Support parallel runs of horizontal raceways together on trapeze- or bracket -type hangers D. Provide all necessary anchoring devices and supports: 1. Use supports as detailed on the Drawings and as specified: a. Where not detailed on the Drawings or specified, use supports and anchoring devices rated for the equipment load and as recommended by the manufacturer. 2. Base rating and size of supports and anchoring devices on dimensions and weights verified from approved equipment submittals. 3. Do not cut, or weld to, building structural members. June 12. 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 - 5 E. Provide concrete foundations or pads required for electrical equipment: 1. Floor -mounted equipment shall be mounted on a 4 IN high concrete housekeeping pad. Pad shall be poured on top of the finished floor or slab. F. Miscellaneous Supports: Install metal structure fabricated of structural shapes for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other devices except where components are mounted directly to structural features of adequate strength. G. Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all equipment enclosures, panelboards and terminal cabinets. Support each circuit independently; group phases of three phase circuits. 3.3 IDENTIFICATION A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. C. Self -Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films before applying. D. Tag or label power circuits for future connection and circuits in raceways and enclosures with other circuits. Identify source and circuit numbers in each cabinet, pull box, junction box, and outlet box. Color coding may be used for voltage and phase indication. E. Identify Paths of Underground Electrical Lines: During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope do not exceed an overall width of 16 inches, use a single line marker. F. Provide engraved phenolic name plates (white with black background) on equipment enclosures giving the name and circuit identification of the enclosed device/equipment in one-quarter inch letters. G. For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker. H. Provide electrical danger, caution, warning or safety instruction signs in accordance with Section 10400. 3A DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition. Demolition includes, but is not limited to: 1. Remove all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc., which are not concealed below grade/slab. B. Locate, identify, and protect electrical equipment and materials to remain. Where existing work to remain is damaged in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 3,A BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 - 5 C. Remove existing conductors from conduits, unless otherwise indicated, where existing work is to be abandoned in place. Cut and remove buried raceway indicated to be abandoned in place, 2 inches below the surface of adjacent construction. Cap and patch surface to match existing finish. D Remove demolished material from the Project site and legally dispose of demolished material. TEMPORARY POWER A. Provide temporary power to existing branch circuit panels or branch circuits as required to keep in operation at all times. Obtain approval by all appropriate code authorities, including the Department of Labor & Industries Electrical Inspection Department, for any temporary connections provided. 3.6 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces. Thoroughly vacuum the interior of enclosures to remove dirt and debris. B. Replace nameplates damaged during instaiiation. C Apply touch-up paint as required to repair scratches, etc. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3.7 TESTING A. Test electrical equipment after installation but before it is energized and placed in service. Report all test results in writing. Where tests disclose a defect in the work, rework or repair work at no additional expense to the Owner and retest to confirm the rework or repair until retesting confirms that the defect has been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, IEEE, ISA, ANSI, or other) for the class of equipment. 1. Test the equipment and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy-two hours prior to energization of the system. Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2. Megger equipment bus work, switches, breakers and circuits phase -to -phase and phase -to -ground disconnecting and reconnecting equipment which cannot be meggered as required. The minimum acceptable steady-state value is 50 megohms. Record ambient temperature and humidity during testing. 3. Adjust installed equipment for proper operation of all electrical and mechanical components. 4. After installation, all equipment shall be tested as recommended by the manufacturer. V. 1.-1.-:-.1 1.11.1.... � working by.......ww1�r..v all B. Demonstrate to the Owner that the electrical installation is operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 - 7 C. Rework or repair equipment which performs unsatisfactorily during or as a result of testing at no additional expense to the Owner. Replace equipment and systems found inoperative or defective and retest: 1. If equipment or system fails retest, replace it with products which conform with Contract Documents. 2. Continue remedial measures and retests until satisfactory results are obtained. 3. Remedial measures and retests will be done at no cost to the Owner. D. Additional testing requirements specific to other sections are specified in those sections. E. Testing shall be performed by a person currently certified by the InterNational Electrical Testing Association. END OF SECTION June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SECTION 16120 — CONDUCTORS AND CABLES PART 1 — GENERAL 1.1 RELATED DOCUMENTS CONDUCTORS AND CABLES SECTION 16120 -1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and Tess. 1.3 SUBMITTALS A. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 1.4 QUALITY ASSURANCE A. Testing Agency: Utilize an independent testing agency meeting OSHA criteria for accreditation of testing laboratories, Title 29, Part 1907; or which is a full -member company of the InterNational Electrical Testing Association. 1. Testing Agency's Field Supervisor: Person currently certified by NETA, or equal, to supervise on-site testing specified in Part 3. B. Listing and Labeling- Provide wires and cables specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled As defined in NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. C. Comply with NEC. PART 2 — PRODUCTS 2.1 BUILDING WIRES AND CABLES A. UL -listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article. B. Thermoplastic Insulation Material: Comply with NEMA WC 5. C. Cross -Linked Polyethylene Insulation Material: Comply with NEMA WC 7. D. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. E. Conductor Material: Copper. F. Stranding: 1. Class B for power applications. 2. Class C for control applications. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CONDUCTORS AND CABLES SECTION 16120 - 2 G. Size and Type: 1. Solid or stranded conductor for No. 10 AWG and smaller gauge power circuits; 2. Stranded conductor for larger gauge than No. 10 AWG power circuits. 3. Stranded conductors for control circuits. 4. Grounding conductors: solid conductor in sizes No. 6 AWG and smaller gauge; stranded in No 4 AWG and larger gauge. H. Cords: Type SO, size #14 or larger. 2.2 CONNECTORS AND SPLICES A. Provide UL -listed, factory -fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. B. Conductor Taps: 1. Solid Conductors size 18 through 10 AWG: Twist on insulated spring connectors 2. Stranded Conductors size 18 through 6 AWG: insulated, solid barrel, crimp type plated copper alloy connectors. 3. Conductors size 4 AWG and larger: plated copper alloy compression splicing sleeves installed by high pressure compression tools and insulated with heat shrink Raychem sleeves. 4. Outdoors or wet areas: wire splice kits, epoxy resin, hardener, and mold. 3M Scotchcast or equal C. Terminations: suitable for 75 degree Celsius rated copper conductor. 1. Service circuits: compression indent barrel connectors with one or two hole spade lug ends. 2. Conductor size 18 through 10 AWG: insulated, solid copper barrel, crimp type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector. 3. Conductor size 8 AWG and larger: compression, indent, solid copper barrel, one or two hole lugs. 2.3 INSULATING MATERIALS A. Fillers: Scotchfill, or equal. B. Tape: 7 mil vinyl plastic tape, Scotch 33+, or equal. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine raceways to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected. June 12, 2008 / 08-12 O Traho Architects, P,8. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 3.2 WIRE AND INSULATION APPLICATIONS CONDUCTORS AND CABLES SECTION 16120 - 3 A. Feeders. Type THHN/THWN/XHHW, in raceway B. Branch circuits: Type THHN/THWN/XHHW, in raceway. C. Grounding Conductors (other than equipment grounding conductors): bare copper with varnish coat. D. Equipment Grounding Conductors: Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded. 3.3 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation", after raceway system is complete, and following "Examination" article of this section. B. Provide individual neutral conductors for each circuit. Common neutral conductors for multi branch circuits are not permitted unless specifically shown on the drawings. C. Install service circuits continuously without splices from equipment terminal to equipment terminal or motor lead. 120 volt and 240 volt single phase branch circuits may be spliced at taps. Do not splice circuits at other locations without written permission from the Engineer. D. Color code conductors as follows: 1. Grounding conductors: Green. 2. 480/277 volt, three phase systems: a. Phase A - brown b. Phase B - orange c. Phase C - yellow d. Neutral - gray 3. 208/120 or 240/120 volt, three phase systems: a. Phase A - black b. Phase B - red c. Phase C - blue d. Neutral - white 4. 240/120 volt, single phase systems: a. Phase A - black b. Phase B - red c. Neutral - white 5. Use wire with insulation of required color for conductors of #8 AWG and smaller. For wire larger than No.8 AWG which is not available in specified colors, use self- adhesive, wrap-around cloth type markers of solid colors to code the conductors. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CONDUCTORS AND CABLES SECTION 16120 - 4 When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes and pullboxes. 6. Do not use white or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes. 7. Connect circuit conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control centers, etc. E. Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections. F. Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. G. Install wires neatly in enclosures. Bend or form wires in neat runs from conduits to terminals. Arrange wires so that they may be grouped by conduit or function in the enclosure. Install cable ties and straps to support and bundle wires in.enclosures. Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. H. Install grounding conductors in non-metallic raceways, and in flexible conduit connecting to mechanical equipment. Pulling Conductors: 1. Make all cable pulls by hand. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway. 2. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must -not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Install pullboxes where necessary to prevent exceeding manufacturer's recommendations 3. Cut cable or conductor ends off after pulling and clean all lubricant and/or pulling compound from conductors before terminating. J. Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods." 1. At each connection tag for phase rotation. 2. In each enclosure or junction box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number. 3.4 CONNECTIONS A. Use the proper high pressure compression tool for terminating indent type compression connectors or terminations on conductors of size #8 AWG or larger gauge. Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG or smaller gauge. June 12, 2008 f 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 CONDUCTORS AND CABLES SECTION 16120 - 5 B. Make splices or bolted connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being spliced. Insulate to same thickness as connectors being spliced or connected. C Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16. D. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. E. Make connections so phase color sequence at equipment, when viewed from the front, is in the same order as that for panelboards or other distribution equipment. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing agency to perform field quality - control testing. B Test installation of wires and cables before electrical circuitry has been energized. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters. 2. Remove and replace conductors with visible damage on conductor insulation ends due to installation in an incomplete or damaged conduit system such as, but not limited to, missing bushings or burrs on conduit ends. C. Correct malfunctioning conductors, cables, and connections at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new materials and retest. END OF SECTION June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SECTION 16130 — RACEWAYS AND BOXES PART 1 — GENERAL 1.1 RELATED DOCUMENTS RACEWAYS AND BOXES SECTION 16130 -1 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1. Raceways include the following: a. RMC. b. PVC externally coated, rigid steel conduits. c. LFMC d. RNC. 2. Boxes, enclosures, and cabinets include the following: a. Pull and junction boxes. b. Cabinets. B Related Sections include the following: 1. Division 16 Section "Basic Electrical Materials and Methods" for raceway and box supports. 2. Division 16 Section "Wiring Devices" for devices installed in boxes. 3. Division 16 Section "Conductors and Cables" for conductors installed in raceways and boxes. 1.3 DEFINITIONS A. LFMC: Liquidtight flexible metal conduit. B. RMC: Rigid metal conduit. C. RNC: Rigid nonmetallic conduit. 1.4 SUBMITTALS A. Product Data: For cabinets. 1.5 QUALITY ASSURANCE A. Listing and Labeling: Provide raceways and boxes specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in NEC, Article 100. June 12, 2008 / 08-12 ©Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 RACEWAYS AND BOXES SECTION 16130 = 2 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. B. Comply with NECA's "Standard of Installation." C. Comply with NEC. 1.6 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure working clearance, and access. PART 2 ® PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Rigid Steel Conduit: i`nr,rl! lif. LJn1• rlinncri nnhfnr,i->n.J, M -k 6h rnn.-7nrJ nr,e1n mnn+irin A AICI ran 1 L V! MAUAI, 'MU! LI !I1!!GC-sLl1lF-UNS-2I S#l.fl . 1. 2. Couplings: unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3. Nipples: factory made through eight inches, no running threads. B. LFMC: 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Electri-Flex Type LA or American Sealtite, Type UA 2. Connectors: galvanized steel, screw in, grounding type with a ferrule which covers the end of the conduit inside and out. C. Fittings' NEMA FB 1; compatible with conduit/tubing materials. 2.2 NONMETALLIC CONDUIT AND TUBING A. RNC: NEMA TC 2, Schedule 40 or 80 PVC. B. Fittings. NEMA TC 3; match to conduit or conduit/tubing type and material. 2.3 PULL AND JUNCTION BOXES A. Underground circuits: In accordance with the Washington State Department of Transportation's Standard Plan No. J -11a, Design B. 2.4 MISCELLANEOUS FITTINGS 1. Conduit bodies shall be cast or malleable iron, hot dipped galvanized. Covers shall be of the same material as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal. 2. Lockouts and conduit bushings shall be malleable iron. Appleton, Crouse Hinds, OZ Gedney, or equal 3. Conduit sealing bushings shall be OZ Gedney Type CSM series. Cabinet sealing bushing shall be OZ Gedney Type GRK. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 RACEWAYS AND BOXES SECTION 16130 - 3 4. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine surfaces and spaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. Outdoors: Use the following wiring methods: 1. Exposed or concealed: RMC. 2. Underground: RNC or PVC coated rigid steel, except use only PVC coated rigid steel where rigid steel conduit is indicated on the Contract Documents for underground circuits . Where RNC is used, transition to PVC coated rigid steel at stub up locations and at entrances to buildings or other locations where the raceway changes from buried to encased in concrete or exposed conditions. 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. Provide a raceway for each circuit indicated. Do not gang raceway into wireways, puliboxes, junction boxes, etc., without specific approval. Do not group home runs or circuits without approval of the Engineer. B. Minimum Raceway Size: 1 inch trade size for underground circuits. C. Install rigid metal conduit unless other raceways are shown on the Contract Documents, are required by Code, or are permitted under these specifications. PVC rigid conduit may be used for straight runs run underground under concrete slabs, except where rigid steel conduits are indicated for these runs. Provide PVC coated rigid steel elbows for all PVC runs. D. Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, fittings and equipment. Blank off all unused openings using factory made knockout seals. E. Support raceways as specified in Division 16 Section "Basic Electrical Materials and Methods." 1. Raceway in "wet" areas shall have clamp backs or other appropriate spacers to hold them a minimum of 1/2 inch off the surface. Horizontal runs on the roof surface shall be blocked at every 5 feet to hold them a minimum of 2 inches above roof surface. F Underground raceway runs 1. Install direct buried rigid plastic or rigid steel conduit where underground runs are shown. Provide a half lapped wrap of Scotchrap No. 51 plastic tape or a coat of Kopper's Bitumastic No. 505 or factory PVC coating, 20 mils minimum thickness, for rigid steel conduit, underground or encased in concrete. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL T HEA T RE CITY PROJECT NO. 2231 RACEWAYS AND BOXES SECTION 16130 --"r 2. Install conduit run below slab in a trench. Do not run conduit just below the slab or at the edge of the slab. 3. Run as straight as practicable. Make changes in direction and/or grade of sufficient length to allow a gradual change (three foot radius minimum). Make slight offsets with five degree couplings. 4' Run trench true, and clear of stones or soft spots. Place three inches of fine sand in the trench bottom and tamp into place Provide preformed plastio spacers on top of sand spaced five feet on center. After the raceway is placed in the trench, backfill six inches with sand, then with native earth backfill passing a No. 8 sieve, free of stones. Do not tamp on top of the conduit until the final backfill is placed Tamp or water settle the final backfill to finish the grade. Compact the backfill as specified under Division 2 "Earthwork". 5. Mark direct buried conduit by a one inch thick concrete ribbon painted red or yellow or a strip of yellow marking tape placed a minimum of twelve inches below grade during backfilling of the trench. 6. Clean underground and embedded conduit two-inch size and above with a wire brush or swab, followed by a mandrel not less than twelve inches long and approximately one-quarter inch smaller in diameter than the conduit internal diameter. G. Where raceway exits from grade or concrete, provide the following: 1 For runs exiting from grade, slabs or encasement, provide a rigid steel elbow and adapter. In "wet" areas, use elbows 20 mil PVC coated. 2. Do not extend plastic conduit above grade or into equipment. H. Stub -ups: 1. Where conduits are stubbed up into metering equipment or similar open bottom equipment, do not extend the conduit, including end fittings, more than 3 inches above the bottom of the enclosure. Stub conduits to a uniform height (plus or minus 1/8 inch) and align conduit centers within plus or minus 1/4 inch in rows parallel or perpendicular to the building structure. 2. Locate stub -ups directly under the section gutter into which the conductors they contain are to be routed. Terminate conduit with an insulating, grounding type bushing bonded to the ground bus of the equipment. 3. Protect stub -ups from damage where conduits rise through floor slabs. Arrange stubups so that no curved portion of bends is visible above the finished slab. Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes. Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. J. Connect conduit to hubless enclosures, cabinets and boxes with double locknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts. Connect to enclosures, boxes and devices from below in wet areas. Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 RACEWAYS AND BOXES SECTION 16130 - 5 K. Raceway terminations and connections: 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound 3. PVC Externally Coated, Rigid Steel Conduits: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. 4. Apply PVC adhesive by brush. 5. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 6. Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends. Make conduit threads which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory -cut threads. 7. Flexible Connections: Do not use flexible conduit in place of elbows offsets or fittings to attach to fixed equipment. Do not strap flexible conduit to structures or other equipment. 8. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. In "wet" areas, use locknuts of the sealing type or use Myers hubs. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 10. Place conduits at panelboards in the rear line of knockouts where possible. Install spare conduits from flush -mounted panels up to accessible spaces. Install a minimum of one spare three-quarter inch conduit for every three single -pole spare breakers or spaces, or fraction thereof (three conduits minimum). L. Keep conduits clean and dry and close each end left exposed. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways. M. Install pull wires in empty raceways. Use No. 14 AWG zinc -coated steel or monofilament plastic line with not Tess than 200 -Ib tensile strength. Leave at least 8 inches of slack at each end of the pull wire. N. Install raceway sealing fittings according to manufacturer's written instructions. Locate fittings at suitable, approved, and accessible locations and fill them with UL -listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 RACEWAYS AND BOXES SECTION 16130 - 6 1. Where conduits pass from warm to cold locations, such as the boundaries of air conditioned or refrigerated spaces and where conduits enter or exit buildings from outdoor areas, including underground ducts or conduit runs. 2. Where otherwise required by NFPA 70. 3.4 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.5 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION June 12, 2008 / 08-12 0 Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SECTION 16140 — WIRING DEVICES PART 1 — GENERAL 1.1 RELATED DOCUMENTS WIRING DEVICES SECTION 16140 -1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes various types of receptacles, connectors, switches, and finish plates. 1.3 SUBMITTALS A. Submit information for lighting contactors and timeclocks 1.4 QUALITY ASSURANCE A. Comply with NEC for devices and installation. B. Listing and Labeling: Provide products that are listed and labeled for their applications and installation conditions and for the environments in which installed. 1. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. PART 2 - MATERIALS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following: 1. Wiring Devices: a. Arrow Hart Div., Cooper Industries. b. Bryant Electric, Inc. c. Hubbell Inc. d. Killark Electrical Mfg. Co. e. Leviton Mfg. Co., Inc. f. Pass & Seymour/Legrand. g. Crouse -Hinds h. Paragon Square -D 2.2 WIRING DEVICES A. Comply with NEMA Standard WD 1, "General Purpose Wiring Devices." B. Enclosures: NEMA 1 equivalent, except as otherwise indicated. C. Receptacles, Straight -Blade and Locking Type: Except as otherwise indicated, comply with Federal Specification W -C-596 and heavy-duty grade of UL Standard 498, "Electrical June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 WIRING DEVICES SECTION 16140-2 Attachment Plugs and Receptacles." Provide NRTL labeling of devices to verify compliance. 1. General purpose Convenience Outlets a. Duplex receptacle configuration b. Nylon face c. Staked screw terminals for line, neutral, and ground connections. rwl Provisions for cplit hus e. NEMA 5-15R or 5-20R D Photocells: Three wire devices with adjustable aperture or lighting level operation. They shall be designed for conduit box mounting. They shall be rated 120 volt, 20 amps. Tork, Crouse -Hinds, or equal. E. Lighting Contactors: electrically operated and mechanically held with 120 volt coils. Contacts shall be silver -cadmium oxide double break type rated 20 amperes, and shall be field convertible to either normally open or normally closed. Square -D Type LX, or equal. F Device Box Covers: Cast aluminum or cast iron to match box to which installed. PART 3 — EXECUTION 3.1 INSTALLATION A. Connect phase, neutral, and grounding wires to devices with full loops around screws installed to tighten with tightening of the screw. Trim insulation to within one-eighth inch of screw terminal. B. Use corrosion resistant devices outdoors. 3.2 GROUNDING A. Connect receptacle or switch ground lug to device box for devices other than isolated ground type. 3.3 FIELD QUALITY CONTROL A. Testing: 1. Test wiring devices for proper connections, polarity and ground continuity. Perform this testing with testing equipment designed for testing polarity and connections. 2. Operate each operable device at least 6 times. 3. Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations. Testing with integral test switches on the receptacle is not sufficient for this testing. B. Replace damaged or defective components, and retest. 3,4 CLEANING A. General: Internally clean devices, device outlet boxes, and enclosures. END OF SECTION June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 SECTION 16210 — ELECTRICAL UTILITY SERVICES PART 1 — GENERAL 1.1 RELATED DOCUMENTS ELECTRICAL UTILITY SERVICES SECTION 16210 -1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: The electrical service and connection to the commercial power Utility system (Pacific Power) and the work required in conjunction with Pacific Power for their revenue metering. B. The Contractor is responsible for contacting Pacific Power and verifying their service requirements. Where the Pacific Power's service requirements are different or in addition to those shown on the Contract Documents, the Contractor shall include any additional items necessary to complete the service work as part of this bid. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16120 "Conductors and Cables" for service entrance conductors not provided by Pacific Power. 2. Section 16050 "Basic Electrical Materials and Methods". 3. Section 16130 "Raceways and Boxes" for raceways used for utility conductors and service entrance conductors. 4. Section 16060 "Grounding" for grounding of electrical services. PART 2 — PRODUCTS 2.1 MATERIALS A. Primary Circuit: provided by Pacific Power. B. Power transformer: provided by Pacific Power. C. Secondary Circuit to Service Point: provided by Pacific Power. D. Current and Potential transformers for revenue metering: provided by Pacific Power. E. Revenue Meters: provided by Pacific Power. F. Metering Enclosures: 1. Provide equipment as required by Pacific Power for their revenue metering. 2. Provide accessory equipment and wiring as required by Pacific Power. June 12, 2008 / 08-12 © Traho Architects, P.S. SITE UTILITY RELOCATION CAPITOL THEATRE CITY PROJECT NO. 2231 PART 3 — EXECUTION 3.1 APPLICATION ELECTRICAL UTILITY SERVICES SECTION 16210 - 2 A. Coordinate with Pacific Power to ensure that their metering and service requirements are met. 1. The Contractor is responsible for any work necessary to place the service in operation as a complete installation. Provide any materials required and do any work necessary that is not provided or completed by Pacific Power. 2. Service charges or construction fees required by Pacific Power for the new electrical service to the project shall be paid to Pacific Power by the Owner. 3. Provide excavation and backfill for Pacific Power's circuits. Locate the trench for such circuits as directed by the utility. 3.2 INSTALLATION A. The Pacific Power will: 1. Install the primary conductors and primary distribution and switching equipment 2. Install the power transformers. 3. Install the revenue meters 4. Install the secondary conductors to the service point and make the secondary connections to the power transformers. B. The Contractor is responsible to install the following: 1. Current transformers and potential transformers furnished by Pacific Power. 2. Meter sockets and enclosures, including current transformer or other enclosures associated with Pacific Power's revenue metering equipment. 3. Conduits for the Pacific Power secondary circuits from the transformers to the service point. 4. Underground vaults and/or equipment pads for utility transformers and metering equipment. END OF SECTION June 12, 2008 / 08-12 © Traho Architects, P.S.