Loading...
HomeMy WebLinkAboutR-2003-150 Glenn Drive Reservoir Irrigation Pump Station Improvements; POW ContractingCITY OF YAKIMA -ORIGINAL CITY OF YAKIMA Ro GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS City Project No. 1R2181 HLA Project No. 06104 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard Yakima, WA 98902 fax (509) 575-6238 SEPTEMBER 2007 Phone (509) 575-6020 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS HLA Project No 06104 BID OPENING. October 10, 2007 2.00 p.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: TECHNICAL SPECIFICATIONS ITEM 1 — SECTION 01025 SPECIAL PROVISIONS 1-05.11(3) OPERATIONAL TESTING Add the following paragraph to this section: Refer to SECTION 01400 — TESTING INSPECTIONS, SUPERVISION of the Technical Specifications for additional testing requirements related to this project. The pump station shall be tested and fully operational prior to the dates given in Section 1-08 5 of the Special Provisions, including the existing pump equipment (see also SECTION 15020 — TESTING, OF THE TECHNICAL SPECIFICATIONS), to provide customers with unrestricted irrigation water use. 1-08.0(1) Preconstruction Conference Revise the last sentence of the last paragraph to read. This breakdown, referred to as the "Schedule of Values," shall be submitted to and approved by the Engineer as described in SECTION 01300 2.01 of the Technical Specifications, before the first progress payment is made 1-08.5 TIME FOR COMPLETION Revise the sixth paragraph to read: Final site grading, fencing, general building finishes, and final site cleanup may be completed following March 14, 2008, but shall be completed no later than April 11, 2008. 1-08 9 LIQUIDATED DAMAGES Revise the third paragraph to read If irrigation improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 14, 2008, the Contractor aggress to pay the Owner the sum of $1,500.00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date G \PROJECTS\2006\06104\Addendum No 1 doc 1 ADDENDUM NO. 1 1 1-09 3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) 1 Revise bid item number 14 to read The lump sum price for "New Concrete Wet Well and Irrigation Pump Building, Complete," shall ' be full compensation for all labor, tools, materials, equipment, and incidentals as required for a complete installation This bid item includes all costs for constructing the new concrete wet well, including dewatering, furnishing and compacting aggregate base materials, structural concrete, ' concrete baffle walls, water stops, access hatch, floor drains and accessories, and all costs to construct the new irrigation pump building, piping and electrical system, including the complete building with its lighting and building electrical improvements, ventilation system, concrete, walls, roof framing, metal roofing system, metal siding system, flashing, roof hatches, doors, all above ground and below ground piping and fittings, to within 4 -feet of the new building, valves, installation of salvaged irrigation pumps and motors, interior finishes and painting, and other appurtenances required to make it a complete housing for the irrigation pumps This bid item also ' includes the cost of all testing required' to provide a complete and operational pump station. Revise bid item number 15 to read' 1 1 1 Add the attached details 1 1 — Screen Access Door and 2 1 — Wire Mesh Screen Support to Sheet 12 of 17. The unit price bid for "Install 8 -Inch D.I. Pipe and Fittings," per linear foot, shall be full compensa- tion for all labor, materials, tools, and equipment necessary to furnish and install the Ductile Iron pipe and fittings including, but not necessarily limited to trench excavation, dewatering, laying and joining the pipe and fittings, drain system including drain rock, connections to existing pipe, back- fill and compaction, pipe zone bedding, and testing PLANS ITEM 2 — SHEET 4 OF 17 Add Note N26 to Sheet 4 of 17. 3 " 3 /< Install a new /< / service saddle, with brass nipple(s), FIP threaded curb stop valve (Ford model B11-333 or approved equal), and valve box at low point of new 8" D.I Glenn Drive system piping. Install approximately (1) cubic yard of drain rock beneath new drain valve. ITEM 3 — SHEET 12 OF 17 ' Revise/supplement detail 3 4 on Sheet 12 of 17 as necessary to coordinate with the revisions of the attached details 1 1 and 2 1. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in Revise note N1 of detail 3.4/12 to read 24" D I. pipe from new pump building the body of the Plans and Specifications. 1 1 All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Battle, Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G.\PROJECTS\2006\06104\Addendum No. 1.doc 2 /c2//7, Date ADDENDUM NO. 1 NOTES N1 ALUMINUM SLIDE GATE. N2 ALUMINUM GUARDRAIL, SEE DETAIL 3.2/12. N 3 GALVANIZED STEEL ACCESS PLATFORM, SEE DETAIL 3.4/12. N 4 GALVANIZED TUBE STEEL COLUMN, SEE DETAIL 3.4/12, N5 (2) EACH 2 X 2 X 3i6 TUBE STEEL SCREEN ACCESS DOOR FRAME, GALVANIZE AFTER FABRICATION. SIZE OF FRAME SHALL BE AS REQUIRED TO ALLOW DOOR TO OPEN FREELY 0' ' 2 X 2 X 346 TUBE STEEL X—BRACE WELDED TO TUBE STEEL SCREEN ACCESS DOOR FRAME. 0 MITER ALL TUBE STEEL FRAME CORNERS. 0 0 0 on N1 MINIMUM (4) 4Yz" SURFACE MOUNT STAINLESS STEEL HINGES ON EACH DOOR, STANLEY, HAGER, OR APPROVED EQUAL. DOOR HAND SHALL BE AS SHOWN ON THE DETAIL, DOORS SHALL OPEN AWAY FROM THE EXISTING CONCRETE WALL. ATTACH HINGES TO TUBE STEEL FRAME/COLUMN WITH SS FASTENERS AS RECOMMENDED BY THE HINGE MANUFACTURER. HEAVY DUTY STAINLESS STEEL BARREL BOLT FASTEN TO TUBE STEEL FRAME/COLUMN WITH SS FASTENERS AS RECOMMENDED BY BOLT MANUFACTURER. 1" X Y" FLATBAR WELDED TO TUBE STEEL FRAME FOR WIRE MESH SUPPORT, TYPICAL. SEE DETAIL 2.1/12 FOR ADDITIONAL INFORMATION. STAINLESS STEEL WIRE MESH, SEE DETAIL 3.4/12 FOR REQUIRED SIZE. MIN. 1" CLEAR OR AS REQUIRED TO CLEAR BASEPLATE BOLT HEADS. 1 1 1 0 TYP TM3 4-11 4110 Tri? min = r# TYP N10 TYP 0 0 TYP TYP TYP 4'-0" SCREEN ACCESS DOOR NOT TO SCALE 4' 0" 3/16 P.\Projects\2006\06104\Addendum 1.dwg ID Ern P- • •• M- 0-1 r, ; 0 ('. ®t J-�4 ! - +..,i-j� '',,�1}441 1±E, -T LI'I • H _ 1'1-t N\ 0 TYP TM3 4-11 4110 Tri? min = r# TYP N10 TYP 0 0 TYP TYP TYP 4'-0" SCREEN ACCESS DOOR NOT TO SCALE 4' 0" 3/16 P.\Projects\2006\06104\Addendum 1.dwg NOTES N1 GALVANIZED TUBE STEEL COLUMN OR FRAME, TYPICAL. N2 1" X Y" STEEL FLAT BAR WELDED TO TUBE STEEL FOR WIRE MESH SUPPORT WIRE MESH MAY BE ATTACHED DIRECTLY TO ANGLE BRACING AT CONCRETE WALLS AND BETWEEN COLUMNS. PROVIDE GALVANIZED CLOSURE STRIPS AT ALL WIRE MESH ENDS, TYPICAL. N 3 3 MESH STAINLESS STEEL WIRE CLOTH. ATTACH TO SCREEN SUPPORT WITH STAINLESS STEEL FASTENERS, 6" O.C. MAX. SPACING. N 4 INSTALL X" THICK GALVANIZED STEEL FLATBAR CLOSURE STRIP OVER ALL ENDS OF WIRE MESH, TYPICAL. COORDINATE HOLE LOCATIONS WITH FASTENER SPACING. SECTI ON WIRE MESH SCREEN SUPPORT NOT TO SCALE PLAN P \Projects\2006\06104\Addendum 1.dwg CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 EXPIRES puma. 6, 2008 CITY OF YAKIMA PROJECT NO. IR2181 HLA PROJECT NO. 06104 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 SEPTEMBER 2007 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS City of Yakima Project No. IR2181 HLA Project No. 06104 TABLE OF CONTENTS PAGE NO. SECTION 1 -ADVERTISEMENT FOR BIDS .......... 1-1 ADVERTISEMENT FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS .... 2-2 SECTION 3 - BID PACKAGE ................................... 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL ................ 3-4 BID PROPOSAL SIGNATURE PAGE 3-5 BID DEPOSIT 3-6 BID BOND 3-6 NON -COLLUSION AFFIDAVIT .... .... 3-7 NONDISCRIMINATION PROVISION 3-8 SUBCONTRACTOR LIST 3-9 BIDDER'S DATA FORM 3-12 CITY OF YAKIMA WMBE POLICY 3-13 RESOLUTION NO D-4816 . . 3-14 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-15 BIDDER'S CERTIFICATION 3-17 SUBCONTRACTOR'S CERTIFICATION 3-18 PROPOSAL 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS ... 4-1 CONTRACT .... ... ....... ............................ .......... .. 4-2 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS .. . 5-1 PREVAILING WAGE RATES .......... . 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 8-31-07 BENEFIT KEY CODE EFFECTIVE 8-31-07 SUPPLEMENTAL TO WAGE RATES EFFECTIVE 8-31-07 SECTION 6 - TECHNICAL SPECIFICATIONS ................................................................. 6-1 STANDARD SPECIFICATIONS 6-2 TECHNICAL SPECIFICATIONS AND SPECIAL PROVISIONS TABLE OF CONTENTS 6-3 APPENDIX A AMENDMENTS TO THE 2006 WSDOT STANDARD SPECIFICATIONS SECTION 1 - ADVERTISEMENT FOR BIDS G \PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 - The City of Yakima invites separate sealed bids for the construction of the GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS, City of Yakima Project No. IR 2181, HLA Project No. 06104, including the following approximate major quantities. Removal of existing irrigation pumps and electrical equipment for installation in the new irrigation pump station and demolition of the existing pump building and access platform; construction of a new 360 square foot irrigation pump station building and wet well, including electrical system, installation of approximately 40 linear feet of 8" D.I. pipe, 215 linear feet of 8" HDPE pipe, 105 linear feet of 6" HDPE pipe, and 40 linear feet of 3" HDPE pipe; fittings, valves and connections to existing piping; installation of a 24" diameter D.I. pipe connecting the new wet well to the existing reservoir; installation of a new aluminum slide gate and galvanized steel access platform in the existing reservoir; and installation of approximately 250 linear feet of chain link fencing and 20 - foot access gates, final site grading, and pump station testing. All work for this contract shall be completed no later than April 11, 2008 Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p.m. October 10, 2007, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc. Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of Huibregtse, Louman Associates, Inc. 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $60.00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any or all bids and proposals, and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. PUBLISH: September 26, 2007 September 27, 2007 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 1-2 Deborah J Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m. on October 10, 2007, and then at said office publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 2-2 submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Michael T. Battle, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966-7000, FAX: (509)965-3800. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS doc 3-1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid. (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder infor- mation. (f) (g) Bidder's Data Form This form to be completed by the bidder. MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded: (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney. (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-2 1 f t 1 4 1 1 1 1 1 i 1 1 1 i 1 1 1 A Proposal of City of Yakima 129 North 2nd Street Yakima, Washington 98902 BID PROPOSAL GLENN DRIVE RESERVOIR PUMP STATION IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2181 COkrrktiOCT WC, (, organized and existing under the laws of the State of( (hereinafter called "BIDDER"), ef964-hc>ca doing business as 1. To the CITY OF YAKIMA, Washin o " (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the GLENN DRIVE RESERVOIR PUMP STATION IMPROVEMENTS — City Project No. IR2181, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1-08.5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08.9 of the Standard Specifications BIDDER acknowledges receipt of the following ADDENDA: 1 �d�b C-Yti,p�► Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-3 1 1 e 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS CITY PROJECT NO. IR2181 HLA PROJECT NO. 06104 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LUMP SUM - - - X = 3o Deno - 2 Clearing and Grubbing LUMP SUM - - - X = `0' 0Co6 3 Building Demolition LUMP SUM - - - X = i Si 00 O 4 Structure Excavation and Backfill CY 280 X 25 - = 7a o d 5 Site Grading LUMP SUM - - - X = 7 tv eve, 6 Haul Excess Excavated Material CY 275 X 4o_.. _ /1, ()coo 7 Shoring and Cribbing or Extra Excavation LUMP SUM - - - X = LOCC9 8 Gravel Borrow, as Directed TON 150 X 25 = .7 So 9 Crushed Surfacing Top Course TON 140 X 2C— = 3 So o 10 4 -Inch Cement Concrete Sidewalk, Including Aggregate Base SY 6 X 0 = j O 11 Chain Link Security Fence, Type A LF 250 X a S' _ & Zs C=" 12 Chain Link Gate, 20 -Feet Wide EA 1 X / 500 = 15 00 13 Reset Existing Chain Link Gate EA 1 X Reile9 = gj'Q0 14 New Concrete Wet Well and Irrigation Pump Building, Complete LUMP SUM - - - X = VSs/ szzi 15 8 -Inch D.I Pipe and Fittings LF 40 X Lie" =.."6900 16 8 -Inch HDPE Pipe and Fittings LF LF 215 105 X X 50' L/S _ /q 7S0 `472:s- s18 17 6 -Inch HDPE Pipe and Fittings 18 3 -Inch HDPE Pipe and Fittings LF 40 X 20 _ E)00 19 8 -Inch Gate Valve and Valve Box EA 2 X 749(2/0 = 4942,0 20 6 -Inch Gate Valve and Valve Box EA 1 X /5 9O = (50Cn 21 3 -Inch Gate Valve and Valve Box EA 1 X 8100 = <R00 22 Combination Air Valve Assembly EA 1 X ZOCA) = Z.,000 23 24 -Inch D I Pipe to Existing Concrete Reservoir LF 12 X �� = `7 / 7 24 Aluminum Slide Gate and Access Platform LUMP SUM - - - X - - - 5-CVO 25 Minor Changes FA EST X 5,000 00 = 5,000 00 (r 3Q(,1 f 61 OC BID SUBTOT+ ZL1/ G 13 2 0 I (��STATE ! SALES TAX 8.2%` ` `�^ Q 3 21.7 7 y , 2_0 1, Y �O . ? ,ems 2.e BID TOTAL G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SRE S.tl�' 3-4 VVVVVV j ,0 ( k ° did_ BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS CITY PROJECT NO. IR2181 HLA Project No. 06104 pc9 vj COJ n' (rc& BIDDER (CONTRACTOR) BY ( lD c,k 0/ DATE JP , 2007 AUTHORIZ:I. OFFICIAL'S SIGNATURE TITLE 4,1 .3.,_k-Asc-c (Please print or type name) ADDRESS: Pc 4171 00-ro �.�a g93oZ E-mail address: IQaOvkc-k 1 Dl� cwt.. Cola T R LICENSE NUMBER O � Phone: FAX: Goq S IZ & D7 CONTRACTOR '(it * 10.37IZ� NOTE. (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc. 801 N. 39`h Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-5 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we PO v.3 !c-�na TAIA- t-Ntitt, as Principal, and S4 -C -1/2"-i &r2 Q (ate }h4dIc _ as Surety, are held and firmly bound unto the C Y OF YAKIMA, as Obligee, in the penal sum of 5 ©/p Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS — City Project No. IR2181, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 10 DAY OF EX..# , 2007. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc -PO GO cbn16-1u Principal guile (o# - Surety Ccf- I 0 , 2007 3-6 STATE OF WASHINGTON ) pp ) ss. COUNTY OF tibe,tle4 NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT J0cct-V1S0 0 il r being first duly sworn, on oath says' at the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named, and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Con ractor's Sig ature) SignAd and sworn to (or affirmed) before me on e,c c� , 2007, by «, �z�u G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-7 Notary Public My Appointment Expires 29 . 24,c)? NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, 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 nondiscrimination clause 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, color, religion, sex, or national origin. 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, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-8 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name. CITY OF YAKIMA Project No. 06104 GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name F e—; /414J 11 1' Jij Categories of Work f, J J Subcontractor Name •� Categories of Work �gc Subcontractor Name MB.1-/ 6 l e& Categories of Work&ecic fir4f r Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-9 Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. Prime Contractor Name Categories of Work Po id c° odrrime,- 8 8, G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-10 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the C.ntract Bond will be: 1 Pa_ff464-m-/- 1Jc-6% /a hose address is: S 420,41010,490kax ?AM 77Z eStreet City State Zip BIDDER The name of the Bidder submitting this Bi Street which is the a sent. whose address is: /77Zo Og- l9.ld 2 City State Zip all communications concerned with this Bid and with the Contract shall be The names of the print pal officers of the corporation submitting this Proposal, or of the partnership, or of all persons intereste• in this Proposal as principals are as follows: StfCe91e174 di(kc fru &r G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-11 dP THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we POW Contracting (Here insert full name and address or legal title of Contractor) P.O. Box 4772, Pasco, WA 99302 as Principal, hereinafter called the Principal, and Western Surety Company (Here insert full name and address or legal title of Surety) P.O: Box 6077, Sioux Falis, SD 57117-5077 a corporation duly organized under the laws of the State of SD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Yakima (Here insert full name and address or legal title of Owner) 129 N. 2nd, Yakima, WA 98901 as Obligee, hereinafter called the Obligee, in the sum of ***Five Percent of the Amount of the Contractor's 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 -• Glenn Drive Reservoir Irrigation Pump (Here insert full name and description of project) Station Improvements 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 party 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 10th day of October, 2007. Witness Shawn Wilson SCA (Seal) (Title) Western Surety Company ey LG�C.Gv[J C=.. Q.tA� udith C. Kaiser -Smith , A orney-in ey Gee%�G�J C . Q.td�2J udith C. Kaiser -Smith , A orney-in-Fact AIA Document 310 — Bid Bond — AIAO — February 1970 ED — THE AMERICAN INSTITUTE OF ARCHITECTS, 1735'U.Y AVENUE NW, WASHINGTON, D. C. 20006 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 —Walter -MI Wolf, Judith A Rapp, James E Maleskey, Judith C ,To Ann Mikkelsen, Individually of Spokane, WA, its true and lawful Attomey(s)-in-Fact with MI 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 WESTERN SURETY COMPANY Paul TBruflat, 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 +1Y44.aSh4Y94Sti',bb4A4yy4.+4 + r D. KRELL z + NOTARY PUBLIC S^FJ1L i I SOUTH DAKOTA r +44ti44h4tihtitiY44Sb4b44944 + 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 10 thday of OC t .2007 Form F4280-09-06 WESTERN SURETY COMPANY ic)T 2414.477.L./ 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. BIDDER'S DATA FORM The following information will be verified by the City of Yakima. 1. Past experience with similar type work, include names, addresses, and telephone numbers of clients, locations f jobs performed, project descr tions, and contract amounts. We -c -c- t 40.J�►M,✓(xl- �1 p F \ 4L4w4 l,JWc:44 q(0 Kr J�Nu�i/? k- !Ji' 5c. 527 q 4-3 7 Onde- 1 l c,e 1,-(C-c.c _ I .-G 0 de,/ _Qc7 i, to h 0 tCL 1 P eta. -Vie-AA Dojo,vAi4 Laiptt sC`_ax' Ice a��et„t,,, , ?TDk, it wc iZ.c,k Sec ciao c342_rz ��-Q, rb04u� .53-�3q- Cv4'7, e-il67° k4 4 -fl 414-...-% e aCrit f -Find- 2f3/ k- 9 to ce -Tse �S vn2 if -e.e.� e 'p 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service description (.4-01.4C t2e-fp X12 t..,.I 4- to -t 61_4_ , 72 Z -2t tea ¶i«,t) vl e -+,a- ,4 -tit, 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. Vit,' OF' Pikcc 0 O%'Z.552,Def-7 111 E bra <-� Tc �� FOIL:y ck-1 sc C tPJ�wl'c-cb te- of L-nr� 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience{��a d certifications. I t A -c -G- ,ioei;-k.. Scat / it e4 Sec)** L. cti. /- FaI.c 14.444_ - 5. Prov e Washington state Contractor's registration (license) number. «OIoC°l it. v. 613 7Itt( NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-12 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS12006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-13 RESOLUTION NO. 1" 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises far the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the- "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY TBE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. �Q ADOPTED BY THE CITY COUNCIL this day of 1983. ATTEST: City Clerk , , h Nu -L -t Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-15 The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives The contractor shall validate all man specifications; selection requirements, tests, etc The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-16 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1. It intends to fuse the following listed constructio trades in the work unde the contract: (.� Ni- d catcae-�. ic�ete Fe -Ace_ > gleG+teAc+*c, and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being on__ /Pt focc-bAysai and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. Pogo, IIP (Signatre of Authorized Representative of Bidder) G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-17 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: C)k C--0 - (4') cc-µcF i wy (SUBCONTRACTOR) certifies that: 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply `kith these Bid Conditions, it adopts the minimum minority and women workforce utilization®goals and the specific affirmative action steps for all construction work (both federal and/don-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades bei g: and. 2. It will obtain from each of its subcontra -.• prior to z he award of any subcontract under this subcontract the Subcontractor Certificaf • t • uired,oy these Bid Conditions. (Signatl r!1'� of\4uthoriz : Representative of Subcontractor) G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-18 Materially and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. G:\PROJECTS12006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-19 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to• Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-20 PROPOSAL GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS CITY OF YAKIMA PROJECT NO. IR2181 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. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND '. IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) , and S 912 S So 7 PHONE NUMBER Sc St(Z F�r SIGNATURE OF AUTHORIZER OFFICIALS <-4A___ o u-) FIRM NAME (ADDRESS) P 0Co Poi4-rZ �L 59 ' FAX NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER: 0 O37 FEDERAL ID NO. Note: CJI— i a?S 731 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of rl wE-v-,-13,e2 , 2007, by and between the City of Yakima, hereinafter called the OWNER, and ?O id to h—a c.� o) , hereinafter called the CONTRACTOR, �J 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: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS - City Project No. IR2181, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incor- porated 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) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1-08 5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR 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 OWNER. II. The OWNER 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/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER. City ima, Washington (SEAL) By: Name: R. A. Zais, Jr. Title. City Manager CONTRACTOR: By: -?O e(:)16 TIMK, <'„AA. Name: zi J©b.hAS0 .l p ase Print Type) Address d 0 ' Zi J Gc7UJOr Phone. SO9 5cit- 2,SO7 FAX: S-4 Z 0508 E-mail Address: bcce:)Me-tt- e0U.)€CL I. Name: Employer Identification Number: q (' 1 c)? 1 ' 1 0( ATTEST: Name. Deborah J. Moore Title: City Clerk (SEAL) ATTEST. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 4-3 (Pleas- Pri t or ype CONTRACT BOND BOND TO CITY OF YAKIMA 6,77 #9a 91710 91 y7 KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, '0 C as principal, and /_, S/! 2G�% a corporation organized and existing under the laws of the State of, h /2 dt t, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of 7'74/, 20 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at Li /1/-607/9 , Washington, this %7 day of 1..101.1E-4-4 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on IJo//r.+-t -2 `7 2007, the Mayor of said City of ,Yakima has let or is about to let to the said /'© GC) C the above bounden Principal, a certain Contract, the said Contract being numbered CA Contract No. IR2181, and providing for the construction of GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said P cd shall faithfully perform all the provisions of said Contract in the manner and withine time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Name Attest: (Please Print or Type)/) Agent: / roes F• /?9/9-.7-kisKCy Address: o, a©x aCJ S ..;;, Narne: 5,0° o1</in/e, Lt)A ' > as o C5© 9/ -9g G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 4-4 6/7/9")41 it) /,<,56 A/ (Please Print or Type) 1 1 1 1 CONTRACTOR: POW CZ�at'f6 By' Name: �O (' ' 6 ase Print or Type) Approved as to Form. 1 1 1 1 1 1 1 1 1 1 1 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 4-5 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AH 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 Walter W Wolf, Judith A Rapp, James E Majeskey, Judith C Kaiser -Smith, Jo Ann Mikkelsen, Individually of Spokane, 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 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 + + s D. KRELL f NOTARY PUBLIC i 1 SOUTH DAKOTA i +titi%%%..% sSti_N..,%%% ,,',S + CERTIFICATE D Krell, Notary 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 day of ,2007 Form F4280-09-06 WESTERN SURETY COMPANY 2414-1171../ 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. 1 1 1 1 1 1 1 1 l• ./ 1 1 1 1 1 1 s ACORD CERTIFICATE OF LIABILITY INSURANCE 10/31/2007' KOMXXLYAZWAUXXXWOMX004XFXXXXDAXINNOOMXXXXIX,XXX W XAbDbXAAKX XXXXXXXXX XXXXIXMXXXXXXXXXXXXXX AUTHOR REPRESENT k PRODUCER (509) 535-9178 FAX (509) 533-6142 Wolf-Majeskey-Rapp, Inc. P. 0. Box 2984 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Spokane, WA 99220 INSURERS AFFORDING COVERAGE NAIC # INSURED P.O.W. Contracting INSURER A: Ohio Casualty Insurance Co. DBA: Baby Boomer Service Corp INSURERB West American Insurance Co. 44393 PO Box 4772INSURER C. St Paul /Travelers Pasco, WA 99302 INSURERD INSURER E. COVERAGES 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 NSR LTR INSRB ADD'LTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (11/1M/DD/YYI POLICY EXPIRATION DATE fMM/DD/YY) LIMITS GENERAL LIABILITY BL052402906 01/22/2007 01/22/2008 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Fa orruurenre) $ 50,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 A X PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO n LOC JECT I I AUTOMOBILE X LIABILITY ANY AUTO BAW52402906 01/22/2007 01/22/2008 COMBINED SINGLE LIMIT (Ea accident) $ > > 1 000 000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ B X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ 111 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY US052402906 01/22/2007 11/22/2007 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 2,000,000 A X $ DEDUCTIBLE $ II RETENTION $ 0 $ xa AXAMAI aMacWAXXXX3 CT052402906 01/22/2007 01/22/2008 WC WRY I IATU- M TS OTH- FR EMPLOYERS' LIABILITY WASHINGTON STOP GAP E.L. EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C BuiOT11lders Risk Including Earthquake and Flood QT 660 -8445L633 -TIL -07 10/22/2007 04/30/2008 Limit $324,774.20 Deductible 2,500. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS RE: Glenn Drive Reservoir Irrigation Pump Station Improvements City of Yakima and its officers, elected officials, employees, agents and volunteers and Huibregtse, ' Louman Associates Inc are additional insureds as respects the above project only and this insurance is primary and non-contributory with waiver of subrogation per insuring form CG 83 30 attached. This Certificate cancels and replaces Certificate issued 10-22-07. 1 1 1 CANCELLATION City of Yakima 2301 Frui teal a Blvd Yakima, WA 98902 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KII X X) MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, KOMXXLYAZWAUXXXWOMX004XFXXXXDAXINNOOMXXXXIX,XXX W XAbDbXAAKX XXXXXXXXX XXXXIXMXXXXXXXXXXXXXX AUTHOR REPRESENT k ACORD 25 (2001/08) ACORD CORPORATION 1988 1 1 1 COMMERCIAL GENERAL LIABILITY CG 83 30 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK 1 This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX 1 SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 1 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON -OWNED WATERCRAFT 4 1 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 IPERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 IAGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 1 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 1 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 i.:x. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 1 1 1 1 1 1 CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission ISO Properties, Inc , 2003 Page 1 of 8 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured - Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury " The insurance provided the additional insured is limited as follows. A. The person or organization is only an additional insured with respect to liability. 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured The insurance provided the additional insured in 1.A.2 above does not apply to a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and (2) Supervisory, inspection, architectural or engineering activities b. "Bodily injury' or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed, or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less These limits are inclusive of and not in addition to the limits of insurance available under this policy C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission. ISO Properties, Inc , 2003 Page 2 of 8 D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is amended as follows 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us, b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured, and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured 3. The following is added to Paragraph a , Primary Insurance of Condition 4. Other Insurance If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover 4. The following is added to Paragraph b , Excess Insurance of Condition 4. Other Insurance Except as provided in Paragraph 4.a Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies CG 83 30 12 03 A. The last paragraph of 2 Exclusions of Section I - Coverage A is replaced by the following If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. Includes copyrighted material of ISO Properties, Inc , with its permission ISO Properties, Inc , 2003 Page 3 of 8 B. Paragraph 6. of Section 111 - Limits Of Insurance is replaced by the following 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV — Conditions) is replaced by the following (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a of the definition of "insured contract" in Section V- Definitions is replaced by the following 9. "Insured contract" means a. A contract for the lease of premises However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract", E. The following definition is added to Section V - Definitions "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone "Explosion" does not include any of the following 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires, 2. Rupture or bursting of water pipes, 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control, or 4. Rupture or bursting caused by centrifugal force 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following (2) A watercraft you do not own that is (a) Less than 51 feet long, and (b) Not being used to carry persons or property for a charge, 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision The limit for the cost of bail bonds in Paragraph 1.b is changed from $250 to $1000 CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission ISO Properties, Inc , 2003 Page 4 of 8 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following b. Malicious prosecution or abuse of process, d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services, e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is (1) Not done intentionally by or at the direction of (a) An insured, or (b) Any "executive officer" director, stockholder, partner or member of the insured, and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured Subparagraphs b and c of 2 , Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy period, 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc , 2003 Page 5 of 8 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations The most we will pay for this coverage is $500 each "occurrence " The "loss" must occur during the policy period The "occurrence" must take place in the "coverage territory" "Loss" means unintended damage or destruction "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to 1. Damage arising out of the use of any "auto", 2. Property you own, occupy, rent or lease from others, or 3. Property on your premises for sale, service, repair or storage None of the other policy exclusions apply to this coverage If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage The limit of coverage stated above shall not be reduced by the amount of this deductible 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations This Coverage is subject to sections B., C., D and E. below B. Exclusions This insurance shall not apply to 1. "Property damage" of property at premises owned, rented, leased, operated or used by you, 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking, or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard" C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9 is $5,000 for each "occurrence" The most we will pay for the sum of all damages covered under this Section 9 because of "property damage" is an annual aggregate limit of $25,000 The Limits Of Insurance provided under this Section 9 are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250 If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250 E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission ISO Properties, Inc , 2003 Page 6 of 8 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4 of Section II - Who Is An Insured is deleted and replaced by the following. 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity However - a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you d. Records and descriptions of operations must be maintained by the first Named Insured B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a , that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation, 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization B. The requirements in Section IV - Conditions Paragraph 2.b that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to 1. You, if you are an individual, 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation, 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee" CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Propdrties, Inc , 2003, Page 7 of 8 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000, or B. The amount shown in the Declarations All other terms and conditions of your policy remain unchanged CG 83 30 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission ISO Properties, Inc , 2003 Page 8 of 8 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WOR (APWA ONLY), the normal straight time working hours for this project will be from 1 s— a.m. to 3W' p m , 5 days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES as modified by the Special Provisions Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 14 44 fl tel for I' 4-6 Date (D -o7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each sub- contractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 5-2 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 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29 00 1H 5D BOILERMAKERS JOURNEY LEVEL $47 47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.72 1M 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 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $46.52 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $54 37 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35 93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 65 1 LABORER $7 93 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $27.20 1H 5D GLAZIERS JOURNEY LEVEL $21 51 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 $910 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 $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44 52 10 5A Page 2 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (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 $3410 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $9.80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $4310 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 1Q 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 81_ 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 JIB $45 41 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (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 WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER CRANES, A -FRAME, OVER 10 TON CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM CRUSHERS DECK ENGINEER/DECK WINCHES (POWER) DERRICK, BUILDING DOZERS, D-9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) GRADE ENGINEER GRADECHECKER AND STAKEMAN GUARDRAIL PUNCH HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR HORIZONTAL/DIRECTIONAL DRILL OPERATOR HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) LOADERS, OVERHEAD (6 YD UP TO 8 YD) LOADERS, OVERHEAD (8 YD & OVER) LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED LOCOMOTIVES, ALL MECHANICS, ALL MIXERS, ASPHALT PLANT MOTOR PATROL GRADER (FINISHING) MOTOR PATROL GRADER (NON -FINISHING) MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT, CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9, D-10, AND HD -41 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN Page 4 $45.96 $46 53 1T 5D 8L 1T 5D 8L $42 14 1T 5D 8L $44 50 1T 5D 8L $47 09 1T 5D 8L $44.92 1T 5D 8L $45 41 1T 5D 8L $45 96 1T 5D 8L $45.96 1T 5D 8L $46 53 1T 5D 8L $44 92 1T 5D 8L $44.92 1T 5D 8L $45 41 1T 5D 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $42.14 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $44 50 1T 5D 8L $42.14 1T 5D 8L $44 50 1T 5D 8L $42.14 1T 5D 8L $44 92 1T 5D 8L $44.50 1T 5D 8L $44.50 1T 5D 8L $44 92 1T 5D 8L $42 14 1T 5D 8L $44.50 1T 5D 8L $45 41 1T 5D 8L $45 96 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $45.41 1T 5D 8L $44 92 1T 5D 8L $44.92 1T 5D 8L $44 50 1T 5D 8L $45.41 1T 5D 8L $42.14 1T 5D 8L $42 14 1T 5D 8L $44.92 1T 5D 8L $44.50 1T 5D 8L $42 14 1T 5D 8L $42.14 1T 5D 8L $42 14 1T 5D 8L $45 41 1T 5D 8L $45 41 1T 5D 8L $42.14 1T 5D 8L 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $45 41 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44 50 1T 5D 8L ROTO -MILL, ROTO -GRINDER $44 92 1T 5D 8L SAWS, CONCRETE $44 50 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44 92 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45 41 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L SCREED MAN $44 92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLIPFORM PAVERS $45 41 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44 92 1T 5D 8L SUBGRADE TRIMMER $44 92 1T 5D 8L TOWER BUCKET ELEVATORS $44.50 1T 5D 8L TRACTORS, (75 HP & UNDER) $44 50 1T 5D 8L TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44 92 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45 41 1T 5D 8L TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44 50 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44.92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D 8L YO YO PAY DOZER $44 92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $54.24 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 00 1 Page 5 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS 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 MATERIALS 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 $13 89 1 $15 56 1 $30 87 1B 5A $17 55 1 $17 00 1 $17 40 1 $33 18 2P 51 $42.78 16 5A $14 65 1 $2311 1N 5A $7 93 1 $42.60 1R 5Q $13.23 1 $9.25 1 $12.05 1 $1505 1 $20 00 1 $30 66 2B 5A $1719 2B 5A $29 41 2B 5A $28.53 2B 5A $30 66 2B 5A $30 05 2B 5A $30.66 2B 5A $28.53 26 5A $16.31 2B 5A $21 68 26 5A $35 78 2B 5A $23 19 2B 5A $28 53 2B 5A $27 82 2M 5A $23.87 2M 5A $36 40 1K 5A YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $31 77 2G 61 DUMP TRUCK & TRAILER $31.77 2G 61 OTHER TRUCKS $31.77 2G 61 TRANSIT MIXER $31 77 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-07 ***************** kik********+k*********#***********************************+k*** kik**************+kik************************* OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 f 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 -2- 1 • THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6-OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKEDON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-07 -3- 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). 1. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 1 1 1 1 1 1 1 a 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-07 -4- 5 S. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). V PAID HOLIDAYS SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. X. HOLIDAYS• AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 1, PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER, THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS• NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (1 I). BENEFIT CODE KEY - EFFECTIVE 08-31-07 -5- NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0.50, AND LEVEL C. $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B $1 00, LEVELS C & D• $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C. $0.50, AND LEVEL D• $0.25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non- standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12 If it is, go to question 2 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902- 5330. Supplemental To Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12 Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2 The casting to meet AASHTO-M-105, class 30 gray iron casting See Std Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std Plan B-2, B -2a, and B -2b X 3 Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, 1 thru 5. X Supplemental To Wage Rates 2 ITEM DESCRIPTION YES NO 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28 15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05 3(3) of the Std. Spec. X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std Plans Supplemental To Wage Rates 3 ITEM DESCRIPTION YES NO 15. Drywell - Drywell as specified in Contract Plans. X 16 Catch Basin - Catch Basin type 1, 1L, 1P, 2, 3, and 4, including risers, frames maybe cast into riser See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers See Std. Plans 18 Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std Plans B -4f and B -4h 19 Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X Supplemental To Wage Rates 4 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31 Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X Supplemental To Wage Rates 5 ITEM DESCRIPTION YES NO 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(26)A. X 33 Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting See Std. Plan H-7 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37 Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J -lb See Special Provisions for pre -approved drawings. X Supplemental To Wage Rates 6 ITEM DESCRIPTION YES NO 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such asparking lots, rest areas, etc NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer X 42 Traffic Signs Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *' Fabrication inspection required Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49 treated or untreated timber piles X Supplemental To Wage Rates 7 ITEM DESCRIPTION YES NO 50 Girder pads (elastomeric bearing) X 51 Standard Dimension lumber X 52 Irrigation components X 53 Fencing materials X 54. Guide Posts X 55 Traffic Buttons X 56. Epoxy X 57 Cribbing X 58 Water distribution materials X 59 Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental To Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered ADAMS Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $14 47 1 PAINTER $10.20 1 WELDER $13.71 1 Counties Covered ASOTIN FITTER $16 06 1 FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $19 00 1 PAINTER $10.20 1 WELDER $13 04 1 Counties Covered BENTON FITTER $12.93 1 LABORER $13 50 1 LAYEROUT $13 75 1 MACHINE OPERATOR $18 12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered• CHELAN FITTER $15 04 1 LABORER $13 05 1 LAYEROUT $21 01 1 MACHINE OPERATOR $13 05 1 PAINTER $15 66 1 WELDER $17.80 1 Supplemental To Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered. CLALLAM Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15.16 1 LABORER $9 50 1 MACHINE OPERATOR $26 90 1 PAINTER $11.41 1 Counties Covered CLARK FITTER $25.84 1 LABORER $17.56 1 LAYEROUT $27 46 1 MACHINE OPERATOR $27 12 1 PAINTER $23 66 1 WELDER $25.24 1 Counties Covered. COLUMBIA, FERRY, GARFIELD, KITTITAS, LINCOLN, PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered COWLITZ FITTER $24 46 1B 6V LABORER $17 46 1 MACHINE OPERATOR $24 46 1B 6V WELDER $24 46 1B 6V Counties Covered DOUGLAS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $16 54 1 PAINTER $10.20 1 Counties Covered• FRANKLIN FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12 66 1 PAINTER $10.20 1 WELDER $26 15 1 Supplemental To Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code FITTER/WELDER PAINTER (See Benefit Code Key) Counties Covered GRANT Over PREVAILING Time Holiday WAGE Code Code $10 79 1 $7.93 1 Counties Covered GRAYS HARBOR AND MASON FITTER/WELDER $15 16 1 LABORER $11.13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Counties Covered ISLAND FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $12.59 1 PAINTER $11 41 1 Counties Covered. JEFFERSON FITTER/WELDER $20 00 1 LABORER $9 58 1 MACHINE OPERATOR $10 66 1 PAINTER $11.41 1 WELDER $20 00 1 Counties Covered. KING FITTER $24.94 1 LABORER $25.45 1 LAYEROUT $37 15 1 MACHINE OPERATOR $30.96 1 PAINTER $25 15 1 WELDER $30 12 1 Counties Covered• KITSAP FITTER $30.85 1 LABORER $7.93 1 LAYEROUT $47.37 1 MACHINE OPERATOR $35 79 1 WELDER $13.83 1 Supplemental To Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered: KLICKITAT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $20 00 1 LABORER $20.00 1 MACHINE OPERATOR $20 00 1 PAINTER $20 00 1 Counties Covered LEWIS FITTER $20 58 1 LABORER $10 00 1 MACHINE OPERATOR $25.21 1 PAINTER $9 72 1 WELDER $15 48 1 Counties Covered OKANOGAN FITTER/WELDER $12.76 1 LABORER $9 00 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.98 1 Counties Covered. PACIFIC FITTER/WELDER $15 16 1 LABORER $11.13 1 MACHINE OPERATOR $15.00 1 PAINTER $11 41 1 WELDER $15 00 1 Counties Covered. PIERCE FITTER $47 19 1 LABORER $28 96 1 LAYEROUT $47 89 1 MACHINE OPERATOR $27.80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered SAN JUAN FITTER/WELDER $20 00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 1 PAINTER $20 00 1 Supplemental To Wage Rates 12 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered SKAGIT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $18 12 1 PAINTER $11.41 1 Counties Covered SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10 44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 Counties Covered SNOHOMISH FITTER $30 64 1 FITTER/WELDER $37 31 1 LABORER $30 61 1 LAYEROUT $31 77 1 MACHINE OPERATOR $28 84 1 PAINTER $11 10 1 WELDER $49 02 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9 02 1 LAYEROUT $17 93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered STEVENS FITTER/WELDER $12.76 1 LABORER $813 1 MACHINE OPERATOR $12.66 1 PAINTER $11 37 1 WELDER $10 00 1 Counties Covered THURSTON FITTER $24 88 1A 6T LABORER $16 61 1A 6T LAYEROUT $26 95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19 72 1A 6T Supplemental To Wage Rates 13 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered. WALLA WALLA Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $14 90 1 LABORER $14 09 1 MACHINE OPERATOR $13 00 1 PAINTER $17.21 1 WELDER $14 90 1 Counties Covered WHATCOM FITTER $43 12 1 FITTER/WELDER $25 66 1 LABORER $9 00 1 MACHINE OPERATOR $28 14 1 PAINTER $15 57 1 WELDER $24 48 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $9 80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14 59 1 PAINTER $12.46 1 WELDER $15 71 1 Supplemental To Wage Rates 14 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $9.96 1 $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13 67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** (See Benefit Code Key) Classification Code Counties Covered: YAKIMA CRAFTSMAN LABORER Over PREVAILING Time Holiday WAGE Code Code $8.65 $7 93 1 1 Supplemental To Wage Rates 16 WSDOT's List of State Occupation not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential **' ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 17 Washington State Department of Labor and Industries 1 Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127- 018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc Supplemental to Wage Rates 18 1 1 1 1 1 1 1 1 1 1 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 19 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT. Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register. NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310 Please publish the above Notice in WSR 99-13 If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 20 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS Project No. 06104 The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON TECHINCAL SPECIFICATIONS AND SPECIAL PROVISIONS FOR GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS City Project No IR2181 HLA Project No 06104 CONTENTS PAGE NO. DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - WORK SUMMARY ........................ 01010-1 SECTION 01025 - SPECIAL PROVISIONS .. 01025-1 1-01 DEFINITIONS AND TERMS .................. 01025-1 1-02 BID PROCEDURES AND CONDITIONS ................ 01025-3 1-03 AWARD AND EXECUTION OF CONTRACT ................... 01025-7 1-04 SCOPE OF THE WORK. 01025-8 1-05 CONTROL OF WORK ................. 01025-10 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 01025-17 1-08 PROSECUTION AND PROGRESS ... 01025-27 1-09 MEASUREMENT AND PAYMENT ..... 01025-33 SECTION 01300 - SUBMITTALS PROCEDURE........... 01300-1 SECTION 01400 - TESTING, INSPECTIONS, SUPERVISION ... 01400-1 SECTION 01730 - OPERATION AND MAINTENANCE MANUALS 01730-1 DIVISION 2 - SITE WORK SECTION 02050 - DEMOLITION 02050-1 SECTION 02110 - SITE CLEARING ............................... ... 02110-1 SECTION 02205 - SOIL MATERIALS 02205-1 SECTION 02207 - AGGREGATE MATERIALS ...... 02207-1 SECTION 02211 - ROUGH GRADING ........ 02211-1 SECTION 02221 - EXCAVATION, BACKFILLING AND COMPACTION FOR STRUCTURES 02221-1 SECTION 02225 - TRENCH EXCAVATION AND BACKFILL 02225-1 SECTION 02520 - PORTLAND CEMENT CONCRETE PAVING........ 02520-1 SECTION 02667 - SITE WATER LINES ....... . 02667-1 SECTION 02830 - CHAIN LINK FENCING 02830-1 DIVISION 3 - CONCRETE SECTION 03100 - CONCRETE FORMS AND ACCESSORIES.... 03100-1 SECTION 03200 - CONCRETE REINFORCEMENT 03200-1 SECTION 03300 - CAST -IN-PLACE CONCRETE . 03300-1 SECTION 03360 - CONCRETE HARDENER . 03360-1 DIVISION 5 — METALS SECTION 05500 — MISCELLANEOUS METALS . . 05500-1 SECTION 05521 — ALUMINUM RAILINGS 05521-1 DIVISION 6 — WOOD AND PLASTICS SECTION 06100 — ROUGH CARPENTRY ... . ...... ... 06100-1 SECTION 06170 — PREFABRICATED STRUCTURAL WOOD 06170-1 SECTION 06200 — FINISH CARPENTRY ................. 06200-1 SECTION 06500 — FIBERGLASS GRATING .. ..... ...... ..... ... 06500-1 G'\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 6-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 11 0 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07191 - CONCRETE WATER PROOFING . 07191-1 SECTION 07200 - BUILDING INSULATION 07200-1 SECTION 07400 - MANUFACTURED ROOF AND WALL PANELS 07400-1 SECTION 07620 - SHEET METAL FLASHING AND TRIM 07620-1 SECTION 07900 - JOINT SEALANT 07900-1 DIVISION 8 - DOORS AND WINDOWS SECTION 08100 - STEEL DOORS AND FRAMES ............. 08100-1 SECTION 08700 - DOOR HARDWARE 08700-1 DIVISION 9 - FINISHES SECTION 09250 - GYPSUM BOARD .............. . 09250-1 SECTION 09770 - SPECIAL WALL SURFACING 09770-1 SECTION 09900 - PAINTING 09900-1 DIVISION 15 - MECHANICAL SECTION 15000 - GENERAL MECHANICAL PROVISIONS 15000-1 SECTION 15020 - TESTING 15020-1 SECTION 15050 - BASIC MATERIALS AND METHODS 15050-1 SECTION 15060 - PIPE AND FITTING ........... 15060-1 SECTION 15101 - VALVES, GATES AND CONTROLS 15101-1 SECTION 15800 - HEATING AND VENTILATION . 15800-1 DIVISION 16 - ELECTRICAL SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS 16010-1 SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS 16050-1 SECTION 16060 - GROUNDING 16060-1 SECTION 16120 - CONDUCTORS AND CABLES ........ 16120-1 SECTION 16130 - RACEWAYS AND BOXES . 16130-1 SECTION 16140 - WIRING DEVICES 16140-1 SECTION 16210 - ELECTRICAL UTILITY SERVICES 16210-1 SECTION 16280 - POWER FILTERS AND CONDITIONERS ...... ............. 16280-1 SECTION 16410 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS 16410-1 SECTION 16440 - PANELBOARDS 16440-1 SECTION 16510 - INTERIOR LIGHTING 16510-1 G:1PROJECTS \2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 6-4 DIVISION 1 - GENERAL REQUIREMENTS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 01010 — WORK SUMMARY The project will consist of removal of existing irrigation pumps and electrical equipment for installation in the new irrigation pump station and demolition of the existing pump building and access platform; construction of a new 360 square foot irrigation pump station building and wet well, including electrical system; installation of approximately 40 linear feet of 8" D.I. pipe, 215 linear feet of 8" HDPE pipe, 105 linear feet of 6" HDPE pipe, and 40 linear feet of 3" HDPE pipe; fittings, valves and connections to existing piping; installation of a 24" diameter D.I. pipe connecting the new wet well to the existing reservoir; installation of a new aluminum slide gate and galvanized steel access platform in the existing reservoir; and installation of approximately 250 linear feet of chain link fencing and 20 -foot access gates, final site grading, and pump station testing. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Technical Specifications, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2006, referenced codes and organizations, and the Special Provisions to the Standard Specifications. All references hereinafter made to Standard Specifications shall refer to the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2006. END OF SECTION 01010 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01010-1 SECTION 01025 — SPECIAL PROVISIONS The Special Provisions of this Section are made to the Standard Specifications for Road, Bridge and Municipal Construction, prepared by the Washington State Department of Transportation and the Washington State Chapter of the APWA, dated 2006. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date APWA GSP) (******) (Regions date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in" Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows. Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS (******) Section 1-01.3 is supplemented as follows: The terms defined in SECTION 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: Engineer: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchangeable Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-1 Inspector: Standard Specifications: Working Drawings: The Engineer's Resident Engineer who observes the Contractor's performance The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation. Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-2 Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") and Contract Provisions G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc No. of Sets Basis of Distribution 6 Furnished automatically upon award 01025-3 Large plans (22" x 34") 2 Furnished only upon and Contract Provisions request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph. No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-4 1-02.6 PREPARATION OF PROPOSAL Delete the second paragraph and replace with the following• Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Proiect Name and Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read 1 A proposal will be considered irregular and will be rejected if. a The bidder is not prequalified when so required, b The authorized proposal form furnished by the Contracting Agency is not used or is altered; c The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-5 e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6. h The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. Add the following to Item 2: f If changes to proposal form entries are not initialized. 1-02.14 Disqualification of Bidders (July 31, 2007 APWA GSP) Revise this section to read: 1. A bidder may be deemed not responsible and the proposal resected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress, affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-6 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located 7 A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 AWARD OF CONTRACT (******) Add the following The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03 4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. G:\ PROJECTS \ Q006\06104\ GLENN DRIVE RESERVOIR SPECS.doc 01025-7 Add the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of two years from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-8 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7 Contracting Agency's Standard Plans (if any), and 8 WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods. a. Unit bid prices previously approved. b. An agreed lump sum c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc , shall be determined via SECTION 1-09 6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes 1-04.4(1) Minor Changes Replace with the following: Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change." At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, CHANGES. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-9 The Contractor will be provided a copy of the completed order for Minor Change The agreement for the Minor Change will be documented by signature of the Contractor or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5. Payments or credits will be determined in accordance with Sections 1-09 4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 VARIATION IN ESTIMATED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed All Bid Items 1-04.11 FINAL CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: • SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. • SECTION 1-05 6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-10 • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will consti- tute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Replace the second, third, and fourth paragraphs of SECTION 1-05 3 of the the following: The Contractor shall submit shop drawings, samples, test reports and accordance with Section 01300 of the Technical Specifications. 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Standard Specifications with other required submittals in The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new sub -section: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Offset points to establish line and grade for underground utilities such as water main. 2. Offset points to establish building corner locations. 3 Offset points to establish security fence location. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-11 1-05.4(1) ROADWAY AND UTILITY SURVEYS This section is supplemented with the following The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.4(2) CONSTRUCTION STAKING REQUESTS (NEW SECTION) (******) The following new section shall be added: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-12 CONSTRUCTION STAKING REQUEST FORM FAX TO: ERIC HERZOG, P.L.S. at (509) 965-3800 Project Name CITY OF YAKIMA Project No. 06104 GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1 2. 3 4 SIGNATURES STAKING COMPLETED Item By Date/Time Contractor 2. 3. Huibregtse, Louman Associates, Inc. 4. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-13 1-05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the Standard Specifications. The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-14 The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one (1) year, but prior to the expiration of the legal time period set forth in the laws of the State of Washington limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following• 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-15 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, it will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-16 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED (******) Add the following: Amend the second sentence of the first paragraph to read. The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules The Contractor should contact G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-17 the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0706.GR1 Permits And Licenses Section 1-07 6 is supplemented with the following: 07061.GRI (March 13, 1995) G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-18 No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1-07.9(5) REQUIRED DOCUMENTS Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction 1-07.17 UTILITIES AND SIMILAR FACILITIES 07171.FR1 (April 2, 2007) Utilities and Similar Facilities Section 1-07.1 is supplemented with the following• Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. City of Yakima Water Distribution 2301 Fruitvale Blvd , Yakima, WA 98902 City of Yakima Irrigation 2301 Fruitvale Blvd , Yakima, WA 98902 Pacific Power 500 N Keys Road, Yakima, WA 98901 Yakima Valley Canal 1640 Garrison Ln , Yakima, WA 98908 6" Private Irrigation Cress Bradford Add the following. (509) 575-6196 (509) 575-6194 (509) 575-3146 (509) 966-2300 (509) 965-8881 It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1-800-424- 5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-19 installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-. VII or higher in the A.M Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage F All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-20 J All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Huibregtse, Louman Associates, Inc. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. This section is supplemented with the following: The Certificate of Insurance shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Contracting Agency. The Certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-21 Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits. $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)0 Coverage for Working On, Over, or Near Navigable Waters (May 10, 2006 APWA GSP) Not required for this contract. 1-07.18(5)E All Risk Builder's Risk (May 10, 2006 APWA GSP) Contractor shall purchase and maintain Builders Risk insurance covering interests of the Contracting Agency, the Contractor, Subcontractors, and Sub -subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. Such insurance shall cover "soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees. Builders Risk insurance shall be written in the amount of the completed value of the project, with no coinsurance provisions. The Builders Risk insurance covering the work shall have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood, earthquake and all other perils may be accepted by the Contracting Agency upon written request by the Contractor and written acceptance by the Contracting Agency. Any increased deductibles accepted by the Contracting Agency will remain the responsibility of the Contractor G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-22 The Builders Risk insurance shall be maintained until final acceptance of the work by the Contracting Agency The Contractor and the Contracting Agency waive all rights against each other any of their Subcontractors, Sub -subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 1-07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.18(5)G Pollution Liability (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of. • Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or • Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $1,000,000 each loss and annual aggregate 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits. $1,000,000 per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-23 at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets,_sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following. 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2 Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (******) Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph. It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. And add the following to the third paragraph: G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-24 5 The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall: a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 24 hours prior to the construction activity begin- ning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph. It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following. Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 1-07.28 SAFETY STANDARDS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-26 All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-08 PROSECUTION AND PROGRESS Add the following new section. 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule, 2 To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4 To establish normal working hours for the work, 5 To review safety standards and traffic control; and 6 To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following 1 A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. (******) This section is supplemented with the following. All payments for Lump Sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-27 T00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors, and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. (******) Add the following to the first paragraph of the May 25, 2006 APWA GSP: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08.0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-28 1-08.1 SUBCONTRACTING (******) Add the following• The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ® Washington State WIR Department of Transportation Request to Sublet Work ['Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % Project Engineer n Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format as described in SECTION 01300. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished Delete the next to the last sentence of the second paragraph 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (October 1, 2005 APWA GSP) Revise this section to read: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the G:\PROJECTS\2006\061041GLENN DRIVE RESERVOIR SPECS.doc 01025-31 Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read• The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established• 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 (******) Add the following paragraph: The Contractor is advised that all GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS required to provide customers with unrestricted irrigation water use shall be completed no later than March 14, 2008. Final paving and other repair work may be completed following March 14, 2008, but shall be completed no later than April 11, 2008. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment fore engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. 1-08.9 LIQUIDATED DAMAGES The provisions of SECTION 1-08.9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following• If irrigation system improvements are not completed sufficiently to provide unrestricted use by irrigation customers by March 21, 2008, the Contractor agrees to pay the Owner the sum of $1,500.00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-32 If unrestricted irrigation use is provided by the date required, but remaining Contract work is not completed by April 11, 2008, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT (******) This section is supplemented with the following: Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contrac- tor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the day's construction The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following. The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the days construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.3(1) DESCRIPTION OF BID ITEMS (NEW SECTION) (******) Add the following: Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the following: 1. The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-33 2. The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, equipment and incidentals necessary for site clearing and grubbing. Work shall include stripping and stockpiling topsoil and loose surface rock for later use. Any material that is unsuitable for backfilling shall be hauled to waste. This section also includes the removal and disposal of above ground and buried irrigation piping to the extent necessary for installation of new site piping and removal of property fencing materials as called out on the plans and described in the Technical Specifications. Dust control, maintenance of the canal access road, and temporary site fencing, for the duration of the project, shall be included in this bid item. 3. The lump sum price bid for "Building Demolition," shall be full compensation for all labor, materials, tools, equipment and incidentals necessary for demolition of the existing irrigation pump building. Work includes the removal and storage of existing pumps, motors, bowl assemblies, foot valves and electrical motor starters, as described on the plans and in the Technical Specifications, for later use as required for a complete pump installation in the new pump building. Work also includes the removal and disposal of all pump building, access platform, electrical and piping materials, and underground irrigation piping within the building limits Also included under this bid item is any necessary patching and repair of the existing concrete structure related to building demolition throughout the duration of demolition work in this area. 4. The unit price bid for "Structure Excavation and Backfill," per cubic yard, shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to accomplish the structural excavation, regardless of the nature of the material encountered. The bid price shall include all costs for excavating, dewatering, hauling, screening or sorting the material, placing the material in project fill areas or embankments and compaction of the backfill material and final grading obtain the subgrade elevations shown on the site grading plan. Measurement of the material shall be neat -line by cubic yard to the subgrade elevations shown on the Plans. Any over -excavation directed by the Engineer to remove unsuitable material from soft areas shall be measured separately. No measurement or payment shall be made for over -excavation at the Contractor's option or over -excavation in rock. 5. The lump sum price bid for "Site Grading," shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to grade the site to finished subgrade elevation as shown on the Plans. 6 The unit price bid for "Haul Excess Excavated Material," per cubic yard, shall be full compensation for all labor, materials, tools, equipment and incidentals required for loading and hauling excess structure excavation material to waste, following the backfill and compaction of all fill areas on the project site. Measurement of the material shall be independent of Structure Excavation quantities and shall be neat -line by the cubic yard to the final subgrade elevations shown on the grading plan. No additional payment shall be made for replacement of material hauled from the project site in excess of the quantity necessary to obtain final subgrade elevations shown on the Plans. 7. The lump sum price for "Shoring and Cribbing or Extra Excavation," shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to protect all site excavations over 4 -feet deep, by either providing shoring and cribbing for the sides of the excavation, or by over -excavating the sides of the trench or structure excavation to provide adequate side slopes. Shoring or other means of temporary support necessary to maintain the integrity of the existing concrete structure during demolition and installation of new piping, gates and access platforms shall also be included in the unit price for this bid item. 8. The unit price bid for "Gravel Borrow, as Directed," per ton, shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and install the aggregate material at the concrete wet well location including placement, watering, and compaction. Measurement will be by the ton, based on certified weigh tickets as required by the Specifications. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-34 9. The unit price bid for "Crushed Surfacing Top Course," per ton, shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish, haul and place the material as final gravel surfacing around new and existing structures as shown on the Plans. Work shall include placing, shaping, watering, and compaction of the crushed aggregate material in place on top of prepared subgrade. Measurement will be by the ton, based on certified weigh tickets as required by the Specifications. 10. The unit price bid for "4 -Inch Cement Concrete Sidewalk, Including Aggregate Base," per square yard, shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and compact the aggregate base materials in place, to the compacted depths shown on the Plans, and to furnish and place new cement concrete sidewalk, including finishing, jointing and curing. 11. The unit price bid for "Chain Link Security Fence, Type A," per linear foot, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to install new chain link fence around the perimeter of the Glenn Drive Reservoir site as shown on the plans, including the reuse of existing fence materials for new fence construction and connection to the existing fencing. Measurement will be by the linear foot as measured along the fence at its final location, excluding gates. 12 The unit price bid for "Chain Link Gate, 20 -Feet Wide," per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to install the new chain link gate, as shown on the Plans. 13. The unit price bid for "Reset Existing Chain Link Gate," per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to remove and reset the existing 20 -foot wide gate at the location shown on the Plans or as directed by the Engineer, including any new material required to complete the installation, reuse of existing material and connection to the new fencing. 14. The lump sum price for "New Concrete Wet Well and Irrigation Pump Building, Complete," shall be full compensation for all labor, tools, materials, equipment and incidentals as required for a complete installation. This bid item includes all costs for constructing the new concrete wet well, including dewatering, furnishing and compacting aggregate base materials, structural concrete, concrete baffle walls, water stops, access hatch, floor drains and accessories, and all costs to construct the new irrigation pump building, piping and electrical system, including the complete building with its lighting and building electrical improvements, ventilation system, concrete, walls, roof framing, metal roofing system, metal siding system, flashing, roof hatches, doors, all above ground and below ground piping and fittings, to within 5 -feet of the new building, valves, installation of salvaged irrigation pumps and motors, interior finishes and painting, and other appurtenances required to make it a complete housing for the irrigation pumps. This bid item also includes the cost of all testing required to provide a complete and operational pump station. 15. The unit price bid for "Install 8 -Inch D.I. Pipe and Fittings," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the Ductile Iron pipe and fittings including, but not necessarily limited to trench excavation, dewatering, laying and joining the pipe and fittings, connections to existing pipe, backfill and compaction, pipe zone bedding, and testing. 16 The unit price bid for "Install _-Inch HDPE Pipe and Fittings," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings including, but not necessarily limited to trench excavation, dewatering, laying and joining the pipe and fittings, fusing equipment, technical service, pipe connections, backfill and compaction, pipe zone bedding, pipe spacers and testing. 17. The unit price bid for "_-Inch Gate Valve and Valve Box," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the gate valve in place including, but not necessarily limited to, excavation, dewatering, G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-35 connection to piping, backfill and compaction, bedding and final adjustment of valve box to grade, as shown on the Plans. 18. The unit price bid for "Combination Air Valve Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install combination air valve in place including, but not necessarily limited to, excavation, dewatering, pipe and fittings, connections to piping, all valves, valve enclosure, frame and cover, air piping support, backfill and compaction, drain rock, adjustment to final grade and painting, as shown on the Plans. 19. The unit price bid for "24 -Inch D.I. Pipe to Existing Concrete Reservoir," per linear foot, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install a new 24 -inch Ductile Iron pipe from the new irrigation wet well to the existing Glenn Drive Reservoir. This bid item includes excavation, dewatering, laying and joining pipe and fittings, seep rings at the new concrete structure, link -seal at the existing concrete reservoir, fittings, connection couplings, pipe zone bedding, backfill and compaction and testing 20. The lump sum price for "Aluminum Slide Gate and Access Platform," shall be full compen- sation for all labor, tools, materials, and equipment necessary to furnish and install the new aluminum slide gate, fabricated and galvanized steel access platform, galvanized support plates, fiberglass grating and aluminum hand rails, inside the existing concrete reservoir as shown on the Plans. Work under this bid item also includes the core drilling of a hole through the existing reservoir wall at the elevation shown on the Plans for the new 24 -Inch D.I. pipe. The cored hole diameter shall be coordinated with the D.I. pipe outside diameter and thickness of the link -seal installed. 21. For the bid item "Minor Change," refer to Section 1-04.4(1) Minor Changes of the Special Provisions. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following. 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: The term "project overhead" shall include "jobsite overhead " The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-36 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following. 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2 Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3 Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Add the following: The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The estimated cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as described in SECTION 01300 of the Technical Specifications. 1-09.9(1) RETAINAGE Add the following to the fourth paragraph: 5 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-37 1 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) The following new section shall be added to the Standard Specifications. In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39 04.250, RCW 39 12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3 Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10 g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-38 A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39 12 040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner 1-09.11(3) TIME LIMITATIONS AND JURISDICTION (******) Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following• The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-39 1 1 1 1 1 1 1 1 1 1 1 11 11 11 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. END OF SECTION 01025 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01025-40 SECTION 01300 - SUBMITTALS PROCEDURE PART 1 - GENERAL 101 DESCRIPTION A. This section specifies procedures for Contractor submittals. The Contractor shall submit descriptive information that will enable the City to determine whether the proposed materials, equipment, testing and schedule for fabrication are in general conformance to the design concept and in compliance with the Contract Documents. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, test procedures, test results and such other information, all as specifically required in the Contract Documents. 1.02 CONTRACTOR RESPONSIBILITIES A. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall ensure that the material, equipment, testing, and schedule for fabrication shall be as described in the submittal The Contractor shall verify that the material and equipment described in each submittal conforms to the requirements of the Contract Documents. If the information shows deviations from the Contract Documents, the Contractor shall, by statement in writing accompanying the information, identify the deviations and state the reason The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where such submittal may affect the work. The Contractor shall ensure coordination of submittals among related crafts B Unless otherwise approved by the Engineer, all submittals shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp, or other means, on the submittal the Prime Contractor has checked the submittal. The Contractor's stamp of approval shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he/she has reviewed or coordinated each submittal with the requirements of the Contract Documents PART 2 - PRODUCTS 2 01 SCHEDULE OF VALUES A. The CONTRACTOR shall submit a Schedule of Values for the major components of the WORK. The Schedule of Values shall be submitted within 20 days of Notice To Proceed. The Schedule of Values shall include a breakdown for each lump sum bid item for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. At a minimum, the breakdown shall be according to the following elements: 1. Major construction and or structure area or other site features. 2. Pipe systems with each system divided into major components (e g., from sludge holding tank to biosolids treatment facility) 3 Major specification divisions (e g , Division 02, Division 03, etc.). 4. Major pieces of equipment. 5. Electrical shall be broken down first by construction area, then by major pieces of electrical equipment, process power wiring, process control wiring, lighting fixtures, lighting installation and wiring, and receptacle insulation and wiring. B. The CONTRACTOR and ENGINEER shall meet and jointly review the Schedule of Values within one week following receipt of the submittal by the ENGINEER, and make any adjustments in value allocations if in the opinion of the ENGINEER, these are necessary to establish fair and reasonable allocation values for the major WORK G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-1 components. Front end loading will not be permitted. The ENGINEER may require reallocation of major WORK components from items in the above listing if, in the opinion of the ENGINEER, such reallocation is necessary. Within one week of the review meeting a final Schedule of Values will be prepared for distribution to the Engineer and Owner. C. Approved change orders reflected in the Schedule shall be incorporated into the Schedule of Values as a single unit identified by the change order number. D. Changes to the Schedule which add activities not included in the original schedule but included in the original WORK (schedule omissions) shall have values assigned as approved by the ENGINEER. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the ENGINEER. E. In the event that the CONTRACTOR and ENGINEER agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values, increases and equal decreases to values for activities may be made. 2.02 CONSTRUCTION SCHEDULE A. A Construction Schedule, as required in Division 1, Section 1-08.3, shall be submitted. Scheduling of the WORK under the Contract shall be performed by the CONTRACTOR. The development of the Construction Schedule, cost loading of the schedule, monthly payment requisitions and project status requirements of the Contract shall employ a Critical Path Method (CPM) scheduling. (This CPM schedule is encouraged but NOT required to be a computer based system.) A bar chart system delineating the project schedule with development of critical path, approved by the ENGINEER, will meet the requirements of this Section. B. The CONTRACTOR shall submit two schedule documents, one which shall serve as the CONTRACTOR'S Plan of Operation for the initial 90 -day period of the Contract Time, and the other to identify the manner in which the CONTRACTOR intends to complete all work within the Contract Time. The CONTRACTOR shall submit (1) a 90 -day Plan of Operation bar chart, within 20 days after the commencement date stated in the Notice to Proceed, and (2) a project overview bar chart type plan at the preconstruction conference for all work as indicated below. 1. 90 -Day Plan of Operation: During the initial 90 days of the Contract Time, the CONTRACTOR shall conduct Contract operations in accordance with the 90 -day bar chart Plan of Operation. The bar chart so prepared and submitted shall show the accomplishment of the CONTRACTOR'S early activities (mobilization, permits, submittals, necessary for early material and equipment procurement, submittals necessary for long lead equipment procurement, initial site work and other submittals and activities required in the first 90 days). 2. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the project work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the WORK will be made substantially complete and placed into service in order to meet the project milestones as indicated on schedule. Sufficient detail shall be included for the identification of subdivisions of major components into such activities as (1) excavation, (2) foundation subgrade preparation, (3) foundation concrete, (4) completion of all structural concrete, (5) major mechanical work, (6) major electrical work, (7) instrumentation and control work, (8) installation of Owner Furnished Equipment, (9) startup and testing, and (10) other important work, for each major facility within the overall project scope. Planned durations and start dates shall be indicated for each work item subdivision. Each major component and subdivision component shall be accurately plotted on time scale sheets not to exceed 36 -inch by 60 -inch in size. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-2 C. The ENGINEER will review 90 -day plan of operations and project overview bar chart. The ENGINEER'S review and comment on the schedules shall be limited to Contract conformance. The CONTRACTOR shall make corrections to the schedules necessary to comply with the Contract requirements and shall adjust the schedules to incorporate any missing information requested by the ENGINEER. D. By way of the CONTRACTOR assigning activity durations and proposing the sequence of the WORK, the CONTRACTOR agrees to utilize sufficient and necessary management and other resources to perform the work in accordance with the schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current" project schedule. E. Submission of the CONTRACTOR'S progress schedule to the OWNER or ENGINEER shall not relieve the CONTRACTOR of total responsibility for scheduling, sequencing, and pursuing the WORK to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-timed work. F. Schedule Adjustments. The CONTRACTOR shall monitor the progress of the WORK and adjust the schedule each month to reflect actual progress and any changes in planned future activities, as a minimum for the following calendar month. Each schedule update submitted must be complete including all information requested. Each update shall continue to show all work activities including those already completed. These completed activities shall accurately reflect the "as built" information by indicating when the work was actually started and completed. G. Neither the submission nor the updating of the CONTRACTOR'S original schedule submittal nor the submission, updating, change or revision of any other report, curve, schedule or narrative submitted to the ENGINEER by the CONTRACTOR under this Contract, nor the ENGINEER'S review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way, the Contract completion date or milestone dates or of modifying or limiting, in any way, the CONTRACTOR'S obligations under this Contract. Only a signed, fully executed change order can modify these contractual obligations. H. Monthly Schedule Update. The monthly schedule update submittal will be reviewed with the CONTRACTOR during a monthly construction progress meeting held on the day of the 3rd project weekly meeting of each month. The goal of these meetings is to enable the CONTRACTOR and the ENGINEER to initiate appropriate remedial action to minimize any known or foreseen delay in completion of the WORK and to determine the amount of WORK completed since the last month's schedule update. The status of the WORK will be determined by the percent complete of each activity shown in the schedule. These meetings are considered a critical component of the overall monthly schedule update submittal. Change Orders. Upon approval of a change order, or upon receipt by the CONTRACTOR of authorization to proceed with additional work, the change shall be reflected in the next submittal of the schedule by the CONTRACTOR. The CONTRACTOR shall utilize a sub -network in the schedule depicting the changed work and its effect on other activities This sub -network shall be tied to the main network with the appropriate logic so that a true analysis of the Critical Path can be made J. Monthly Project Status Reporting. The CONTRACTOR shall prepare monthly a revised schedule and written narrative reports of the status of the project for submission to the ENGINEER. Written status reports shall include: 1. The status of major project components (Percent Complete, amount of time ahead or behind schedule) and an explanation of how the project will be brought back on schedule if delays have occurred. 2. The progress made on critical activities indicated on the schedule. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS doc 01300-3 1 1 3. Explanations for any lack of work on critical path activities planned to be performed during the last month. 4. Explanations for any schedule changes, including changes to the logic or to activity durations. 5. A list of the critical activities scheduled to be performed in the next two-month period. 6. The status of major material and equipment procurement. 7. The value of materials and equipment properly stored at the site, but not yet incorporated into the work -in-place. 8. Any delays encountered during the reporting period. 9. An assessment of inclement weather delays and impacts to the progress of the WORK. The CONTRACTOR may include any other information pertinent to the status of the project. The CONTRACTOR shall include additional status information requested by the ENGINEER. 2 03 SHOP DRAWINGS A. Prior to fabrication or release for manufacturing of all components of the project, the Contractor shall submit Shop Drawings to the Engineer for review, 6 copies, unless otherwise specified. B. Drawings: Unless otherwise specifically directed by the Engineer, the Contractor shall identify each copy of the Shop Drawings with the contract drawing number in the lower right hand corner, shall make all shop drawings accurately to a scale sufficiently large enough to show all pertinent features of the item and its method of connection to the work, and shall make all shop drawing prints in blue or black line on white background. Shop Drawings shall be bound in a 3 -ring or 3 -clip, loose leaf, binder or folder with the equipment title, specification number(s), and manufacturer name clearly printed on the front of the binder or folder. Drawings larger than 11 by 17 inches shall be folded neatly and placed inside transparent inserts within the binder or folder. Each item listed in Paragraph 2.02 C shall be included and be appropriately identified. C. When revised for resubmission, Contractor shall clearly identify changes made since previous submission. D. Work performed before acceptance of Shop Drawings shall be at the Contractor's own risk. In the event of termination for convenience, the City will not be responsible for any materials ordered prior to return of acceptable shop drawings marked "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" as described below. E. Substitutions. Any substitutions proposed by the Contractor shall require submittals to fully enable the Engineer to evaluate the proposed substitution. All submittals shall clearly note and explicitly describe all details of any substitutions or deviations from the Contract Documents. The Engineer's acceptance of any Shop Drawing shall not release the Contractor from responsibility for deviations from the Contract Documents. F. The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate they have not been checked by the Contractor will be considered as not complying with the intent of Contract Documents and will be returned to the Contractor for resubmission in proper form 2.04 SAMPLES A. Samples, as required in the Technical Specifications, or requested by the Engineer, shall be submitted for review with the Shop Drawings, or subsequently as soon as possible (Engineer may request Samples for substitute equipment or materials in order to fully assess acceptability), unless otherwise specifically directed by the Engineer. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-4 B All samples shall be individually and indelibly labeled or tagged, indicating thereon the project name, Manufacturer's name, equipment name, equipment specification number, contract number, and all specified physical characteristics C Unless otherwise specified, all colors and textures of specified items will be selected by the Engineer from the Manufacturer's standard colors and standard product lines. 2.05 TEST REPORTS A. Test Reports shall be furnished to the Engineer as specified in the Technical Specifications. Test Reports required prior to Shop Drawing approval shall be submitted with the Shop Drawings. Test Reports required for factory testing shall be submitted and accepted prior to shipment of the equipment to the construction site and shall be submitted with the Operation and Maintenance Information unless directed otherwise by the Engineer Test Reports required after installation shall be submitted within 30 days after the final test date. B. Test Reports shall be clearly identified with the equipment title, specification number(s), and manufacturer name printed on the front of the report. C. If test results are required to be witnessed by an independent testing laboratory, the Test Report shall be certified by that laboratory D. Unless specified otherwise, factory tests shall be non -witnessed tests. Test reports shall be certified by the manufacturer. 2.06 OPERATION AND MAINTENANCE MANUALS A. Operation and Maintenance Manuals shall be submitted in conformance with this Section, except as modified in Section 01730, OPERATION AND MAINTENANCE INFORMATION. A minimum of Six (6) copies, or as otherwise required by individual Technical Specification Sections, shall be submitted. 2 07 MANUFACTURER'S GUARANTEE A. The Manufacturer's Guarantee shall be submitted to the Engineer with the Operation and Maintenance Manuals and shall be in conformance with this Section. PART 3 - EXECUTION 3 01 TRANSMITTAL PROCEDURE A. Submittals shall be accompanied by transmittal form/letter. Equipment or identification numbers shall be listed on Form for items being submitted. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. B. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XX"; where "XX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XX -Y"; where "XX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 02-B, for example, is the second resubmittal of submittal number 2. C. Submittal Completeness: Submittals which do not have all the information required to be submitted are not acceptable and will be returned without review. D. Submittal Priority: Contractor shall indicate priority for receipt of reviewed submittals when multiple submittals have been sent to the Engineer for review. Engineer will G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-5 attempt to review and reply to the highest priority submittals in the most timely manner when Contractor indicates that there is a priority. Otherwise submittals will be reviewed in the order received, in accordance with the time indicated in paragraph 3.02. E. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he has checked the Shop Drawing. The Contractor Stamp of approval on the Shop Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents 3 02 REVIEW PROCEDURE A. For each required submittal, the Contractor shall submit the specified information as follows. 1. One reproducible original of all the submitted information. 2. Five (5) additional copies of all the submitted information. B. Unless otherwise specified, within ten (10) working days after receipt of the submittal, the Engineer will review the submittal and return the marked -up reproducible original noted in 1. above. The returned submittal will indicate one of the following actions. 1. If the review indicates that the material, equipment, test or work method is in general conformance with the design concept and complies with the Contract Documents, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event the Contractor may begin to incorporate the material or equipment covered by the submittal. 2. If the review indicates that the submittal is insufficient or that limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided, otherwise no further action is required. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "MAKE CORRECTIONS NOTED" or "REVISE AND RESUBMIT." If the comments are of a nature that can be confirmed without a resubmittal, copies will be marked "MAKE CORRECTIONS NOTED" with "CONFIRM" or "VERIFY" written where appropriate on the submittal. If the comments require a revision and resubmittal, copies will be marked "REVISE AND RESUBMIT." Except at its own risk, the Contractor shall not undertake work covered by this submittal until the attached comments have been either confirmed by a separate written communication or the submittal has been revised, resubmitted and returned to the Contractor marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, test, or work method is not in general conformance with the design concept or in compliance with the Contract Documents, copies of the submittal will be marked "REJECTED" and "REVISE AND RESUBMIT," or "REJECTED" and "SUBMIT SPECIFIED ITEM." Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 3.03 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of drawings, tests, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-6 liability by the Owner or by any officer or employee of the Owner, and the Contractor shall have no claim under the Contract on account of the failure, or partial failure, of the method of work and test, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Owner has no objection to the Contractor, upon the Contractor's own responsibility, providing the materials or equipment proposed B. The Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The review shall not extend to the means, methods, sequences, techniques, or procedures of construction, or to safety precautions or programs incidental thereto. The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions END OF SECTION 01300 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01300-7 SECTION 01400 - TESTING, INSPECTIONS, SUPERVISION PART 1 - GENERAL 1 01 GENERAL DESCRIPTION A. The work of this Section applies to the Drawings, Specifications, and as provisions of the Contract. The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. B. Special inspections, and tests required by Codes, Ordinances, or by a plan review approval authority, and which must be made as a result of a legally constituted authority, shall be the responsibility of and shall be paid for by the Contractor, unless otherwise provided in the Contract Documents. The Contractor is to provide approved means of access for inspections and tests. All inspections and tests associated with the project are the responsibility of the Contractor. C. Building permit fees and plan check fees will be paid for by the Owner. D. The Contractor shall employ and pay for services of independent testing companies to perform specified services. Inspection, sampling, and testing is required for: 1. Earthwork and trenching 2. Subgrade. 3. Crushed surfacing and granular backfill. 4. Concrete strength and reinforcement. 5. Structural steel welds and/or bolting. 6. Electrical and control systems. E. Work included, but not limited to: 1. Cooperate with other on-site construction observation activities and all others responsible for testing and inspecting the work. Provide means and access to Work to be inspected, tested, or observed. 2. Submit qualifications of proposed testing firm to Engineer. 3. Provide such other testing and inspecting as are specified to be furnished by the Contractor in this Section and/or elsewhere in the Contract Documents. 4. Notify Engineer when testing will be performed. 5. Submit sampling and testing results to Engineer. F. Sections related to this Section include, but are not limited to, the following. 1. Requirements for testing may be described in various Sections of these Specifications 2. Where no testing requirements are described, but the Owner decides that testing is required, the Owner may perform such testing under current pertinent standards for testing. Payment for such additional testing, performed at the Owner's discretion, will be made by the Owner. 1.02 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with testing company personnel, provide access to Work. B. Provide representative samples of materials to be tested in required quantities to testing company. Confirm that testing company is using correct test criteria. C. Furnish usual labor and facilities: G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01400-1 1. To provide access to Work to be tested 2. To obtain and handle samples at the site 3. To facilitate inspections and tests. 4. For testing company's exclusive use for storage and curing of test samples. D Notify testing company and Engineer sufficiently in advance of operations to allow for assignment of personnel and scheduling of tests. 1.03 QUALITY ASSURANCE A. The testing company will be qualified and approved by the Engineer. B Testing, when required, will be in accordance with all pertinent Codes and Regulations, and with selected standards of the American Society for Testing and Materials. C. Employment of testing laboratory shall in no way relieve Contractor of his obligation to perform Work in accordance with the Contract Documents 1 04 DOCUMENTATION AND DISTRIBUTION A. Testing company will promptly process and distribute required copies of test reports and related instructions. Contractor shall allow time for necessary retesting and replacement of materials with the least possible delay in progress of the work. B When a product is tested for conformance with criteria or standard specifically noted in Specifications, testing report will specifically state conformance or non-conformance with that specific standard. C. Testing company will distribute copies of the testing reports, with copies sent to the Contractor and the Engineer PART 2 - PRODUCTS 2.01 PAYMENT FOR TESTING A. The Contractor is responsible for all sampling and testing costs. The costs for sampling and testing shall be included in the prices bid for the related work, and no additional payment will be made therefor. 2 02 CODE COMPLIANCE TESTING AND INSPECTIONS A. Inspections and tests required by Codes or Ordinances or by a plan review approval authority, and which are made by a legally constituted authority, shall be the responsibility of and shall be paid for by the Contractor, unless otherwise provided in the Contract Documents B Portions of the work are subject to inspection by the building official, and all construction shall remain accessible and exposed for inspection purposes until approved by the building official. 2.03 CONTRACTOR'S CONVENIENCE TESTING A. Inspecting and testing performed exclusively for the Contractor's convenience shall be the sole responsibility of the Contractor. PART 3 - EXECUTION 3.01 COOPERATION WITH TESTING COMPANY AND ENGINEER'S ON-SITE REPRESENTATIVE A. Representatives of the testing company and the Engineer shall have access to the work at all times and at all locations where the work is in progress Contractor shall provide facilities for such access to enable the Engineer and the testing company to perform its functions properly. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01400-2 3.02 TAKING SPECIMENS A. All specimens and samples for testing, unless otherwise provided in the Contract Documents and/or approved in writing by the Engineer prior to the respective phase of work, shall be taken by testing company personnel. 3.03 SCHEDULES FOR TESTING A. By advance discussion with the testing company, determine the time required for the company to perform its tests and to issue each of its finding. B. Coordinate the testing schedule of materials with the construction schedule. C. Revising schedule. When changes of construction schedule are necessary during construction, coordinate all such changes with the testing company as required. D Adherence to schedule: When the testing company is ready to test according to the established schedule, but is prevented from testing or taking specimens due to incompleteness of the Work, any delay charges for testing attributable to the delay shall be the responsibility of the Contractor. E. Testing frequencies specified herein may be modified to assure compliance with the Specifications. 3.04 INSPECTING AND TESTING OF SOILS, GRANULAR BASES, AND PAVEMENT A. Inspections and tests include, but are not necessarily limited to. 1. Visually inspect on-site and imported fill and backfill, making such tests as are necessary to determine compliance with the Contract requirements. 2. Field density tests on samples from in-place material as required for compaction compliance. 3. As pertinent, inspect and test the scarifying and recompacting of cleaned subgrade; inspect the progress of excavating, filling, and grading; make density tests at fills and backfills; and verify compliance with provisions of the Contract Documents and governmental agencies having jurisdiction. B. Trench Backfill 1. Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. 2. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of pipeline trench and one (1) test for each lateral trench shorter than 100 feet. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 - foot depths below finish grade. 3. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. 4. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor). C. Earth Embankments 1. Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses 2 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of surface area for each lift of embank- ment, or one (1) compaction test for each lift in areas smaller than 2,500 square feet. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01400-3 3. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. D. Subgrade 1. Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. 2. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of subgrade, or one (1) compaction test in each area smaller than 2,500 square feet. 3. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. 4. Subgrade compaction shall be as specified for in Section 02221. E Aggregate Materials and Crushed Surfacing 1. Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses 2. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of surface area for each lift of ballast or crushed surfacing, or one (1) compaction test in each area smaller than 2,500 square feet. 3. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. 4. Compaction of aggregate materials and crushed surfacing shall be as specified in Section 02207. 3.05 CONCRETE INSPECTING AND TESTING A. Contractor certification of Portland cement 1. Contractor shall secure from the cement manufacturer Certificates of Compliance delivered directly to the concrete producer for further delivery directly to the testing laboratory. B Molded concrete cylinders by testing company. 1 Three test cylinders will be for each 100 cubic yards, or fraction thereof, of each class of concrete of each day's placement. 2. One cylinder will be tested at seven days, one at 28 days, and one when so directed. 3. A report of the mix, slump, gage, location of concrete in the structure, and test results will be written. 4. Specimens and tests will be done in accordance with the applicable ASTM standard specifications. C Core tests: 1 Core test may be done when specifically requested by the Engineer because of non -complying cylinder test results. 2. Cut from locations indicated by the Engineer, securing in accordance with ASTM C 42, and prepare and test in accordance with ASTM C 39. Concrete not in compliance will be removed and replaced at Contractor's expense. D. Supervision Required by Contractor 1 On concrete specified to be 2,000 psi or greater, provide continuous supervision or as required by governmental agencies having jurisdiction G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01400-4 2. Throughout progress of concrete placement, perform slump tests to confirm specified slump. 3. Throughout progress of concrete placement, verify that finished concrete surfaces will have the level or slope required by the Contract Documents by using the proper and necessary personnel and equipment. E See Section 03300 for additional requirements. 3.06 CONCRETE REINFORCEMENT INSPECTING AND SUPERVISION A. Contractor shall verify that all reinforcement steel bars are in compliance with the specified standards prior to their use in the Work. 1. Material identified by mill test reports and certified by the testing company does not require additional testing. Require the supplier to furnish mill test reports to the testing company for certification. 2. If material is not so identified, provide proper tests to the Engineer's satisfaction that the furnished materials meet the Specifications 3.07 STRUCTURAL STEEL INSPECTING AND SUPERVISION A. Contractor shall verify all structural steel for compliance with the specified standards prior to their use in the Work. 1. Material identified by mill test reports and certified by the testing company does not require additional testing. Require the supplier to furnish mill test reports to the laboratory for certification. 2 If material is not so identified, Contractor shall provide proper tests to the Engineer's satisfaction that the furnished materials meet the Specifications. B. Field Welding: Contractor shall provide continuous supervision by qualified personnel. Testing company employed by Owner shall inspect welds. Suspect welds will be tested and those not in compliance will be repaired at Contractor's expense. C Special Inspection: Testing agency employed by Owner shall provide special inspection as per UBC for all weld and high strength bolt connections. 3 08 ROOFING AND WATERPROOFING INSPECTING AND SUPERVISION A. Contractor shall provide the following inspection and supervision: 1. Prior to start of roofing installation, Contractor shall conduct a job site meeting attended by representatives of the installing subcontractors, the Contractor's field superintendent, and the Engineer, to review procedures to be followed. Verify that the procedures and specifications are approved by the manufacturer for the specific application. 2. Prior to start of installation, verify that materials at the job site comply with the specified standards, that the subcontractor is qualified, and that the installing personnel are fully informed as to procedures to be followed. 3. During installation, verify that materials are installed in strict accordance with the manufacturers' procedures and specifications. 4. When requested by the Engineer, make test cuts to verify conformance with the specified requirements. Costs of cutting, patching, and repair shall be borne by the Contractor. No more than one test cut will be made if the initial test cut shows compliance with the Specification. 3.09 WAIVER OF INSPECTION AND/OR TESTS A. Specified inspections and/or tests may be waived only in writing by the Engineer. END OF SECTION 01400 G:\PROJECTS12006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01400-5 SECTION 01730 - OPERATION AND MAINTENANCE MANUALS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work included in this Section consists of preparing, assembling, and submitting operation and maintenance manuals for all equipment installed under this Contract, including the following: 1. Building operating systems and equipment. 2. Care, preservation, and maintenance of architectural products and finishes. 3. Mechanical (i.e., valves, HVAC systems, etc.) equipment. PART 2 - PRODUCTS 2.01 OPERATION AND MAINTENANCE MANUALS A. Provide operations and maintenance manual. The following information shall be included in the manual: 1. Catalog information. 2. Maintenance instructions for all components of the installation, including installation instructions, start-up instructions, and specific instructions for maintenance procedures necessary to sustain and extend the service life of the installed equipment. 3 List of recommended spare parts and materials needed to maintain the equipment. 4. Manufacturer's specifications. 5. Electrical requirements and schematic diagrams. 6. List showing materials of construction of all components. 7. Information and location of parts, service crews, and repair facilities nearest to the City of Yakima. 8. When required, manufacturer's certification of compliance with the specifications. 9. Manufacturer's guarantee 10 Safety precautions, warnings, and procedures. All operation and maintenance information shall be comprehensive and detailed, and shall contain information adequately covering all normal operation and maintenance procedures, as well as emergency operation and maintenance procedures. Provide six (6) copies of the operations and maintenance manual bound in a 3 -ring, covered binder, unless additional copies are specified elsewhere for the individual piece of equipment. Payment will not be made until manuals are received and approved by the Engineer. 2 02 MAINTENANCE SUMMARY A. In addition to the above items, the manuals shall include a "maintenance summary." The "maintenance summary" shall be bound into the manual and shall contain the following information compiled by the manufacturer or the manufacturer=s representative: 1. Description or name of equipment 2. Manufacturer 3. Name, address, telephone number, and FAX number of manufacturer's local representative 4. Equipment serial number, where applicable 5. Equipment nameplate data 6. Recommended maintenance procedures. Name of part to be maintained and description of procedure Frequency of maintenance - Lubricant(s) or other materials required, where applicable, including type of lubricant, lubricant manufacturer, and specific compound - Additional information as may be required for proper maintenance G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01730-1 7. Recommended spare parts PART 3 - EXECUTION 3.01 GENERAL A. It shall be the responsibility of the Contractor to ensure all operation and maintenance materials are obtained Material submitted must meet the approval of the Engineer prior to project acceptance. B. The above described operations and maintenance information shall be submitted in addition to shop drawings C. All costs of furnishing operation and maintenance materials as herein specified shall be included in the prices bid for applicable items of equipment. END OF SECTION 01730 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 01730-2 DIVISION 2 - SITE WORK G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 02050 - DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION OF WORK. A. Work included in this section consists of all work, tools and equipment necessary to remove and dispose of the existing pump building, foundation, piping, equipment and electrical facilities, as shown on the plans to be removed and as specified herein. B This section also includes the removal and storage of pump and electrical equipment, including, but not limited to existing pump motors, bases, shafts, bowl assemblies, foot valves, and electrical motor start panels, to be reused in the new pump building. C. Demolition work will be carried out in a manner as to not jeopardize the integrity of adjacent or connected structures, which are to remain. D Repair of the existing concrete structure, following demolition, will be included in this section. E. Dust control shall be provided for the full duration of the project. 1.02 RELATED SECTIONS A. Section 02110 — Site Clearing B Section 03300 — Cast -In -Place Concrete C. Division 15 — Mechanical D. Division 16 — Electrical 1 03 REGULATORY REQUIREMENTS A. Conform to applicable Local, State, and Federal codes for environmental requirements, disposal of debris and removal and disposal of hazardous materials. The Contractor shall be responsible for the appropriate disposal of all debris. No on site burning will be permitted and no debris, including concrete and asphalt, may be placed in fill areas. B. The use of explosives for demolition will not be permitted. C. Coordinate demolition work with all utility companies. The contractor is responsible for obtaining and complying with all requirements of the respective utility companies The contractor shall protect all existing utilities which are to remain in service. D. Conform to clean air regulations of the Washington Department of Ecology. A copy of the regulations is available at the Central Regional Office, Washington Department of Ecology, Yakima, Washington. E. Comply with the State of Washington regulation regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461 1.04 QUALITY ASSURANCE A. Work shall be performed in accordance with the requirements of Section 2-01, Clearing, Grubbing, and Roadside Cleanup, and Section 2-02, Removal of Structures and Obstructions, of the Standard Specifications. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02050-1 PART 2 - PRODUCTS 2 01 MATERIALS A. Refer to Section 03300 — Cast -In -Place Concrete for concrete patching materials. PART 3 - EXECUTION 3.01 PREPARATION A. The contractor shall verify that all existing utilities have been disconnected prior to beginning demolition. Coordinate disconnecting the existing power service with the utility company. B. The contractor shall be responsible for securing a location to store salvaged materials and equipment during demolition and construction The storage location shall keep all equipment and materials free from dust, dirt, rain, moisture, or any other environment that will affect the condition of the salvaged material. C A waste site has not been provided by the Contracting Agency for disposal of demolition materials. All materials shall be disposed of off-site by the Contractor. 3 02 PROTECTION A. Locate, identify, and protect from damage any utilities which remain. B. The contractor shall provide any shoring or bracing necessary to prevent movement, settlement, or collapse of adjacent structures that are planned to remain.. 3.03 DEMOLITION A. Remove all materials and equipment which are shown on the Plans to be salvaged and store materials in a secured location prior to beginning demolition of existing building B. Perform demolition work in a systematic manner, from a higher to lower level, using required methods to complete all demolition work indicated on the Plans and specified herein. All demolition work shall be done in accordance with governing regulations. C. Demolish concrete and masonry materials in small sections. Cut and carefully remove concrete and masonry near existing structures to remain using an masonry saw or hand tools Do not use power impact tools to remove material around portions of existing structures scheduled to remain D. Remove all exposed fasteners and anchor bolts remaining in the existing structure walls and floor after removal of the existing building and steel platform. Patch holes remaining in the existing structure with grout or sealant as specified in section 03300 — Cast -In - Place Concrete. E. Remove and dispose of all irrigation piping within the building demolition area. See Section 02110 — Site Clearing, for removal of the remainder of existing irrigation piping. F. The existing service meter pole shall be removed and disposed of following the disconnection of power service by the utility company. Coordinate disconnection of the existing service and salvage of the service meter and meter equipment with Pacific Power. G. Below -grade areas and voids resulting from demolition work shall be completely filled and compacted with excavation material as specified in Section 02221 — Excavating, Backfilling and Compacting for Structures G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02050-2 3.04 DUST CONTROL A. The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes, orchards, and crops from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. B. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to order for dust control measures. 3.05 SALVAGED MATERIALS A. See the Plans and related sections these specifications for installation of salvaged pump and electrical equipment. The Contractor shall be responsible for salvaging all parts of the equipment necessary for a complete installation in the new pump building. No additional payment will be made for replacement of materials planned to reused that are needed for installation of the salvaged equipment. 3.06 CLEAN-UP AND REPAIR A. Upon completion of the demolition work all tools, equipment and demolished materials shall be removed from the site. B. Repair any portion the existing concrete structure which was damaged during demolition of the existing building. See Section 03300 — Cast -In -Place Concrete for specified cementitious repair materials. END OF SECTION 02050 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02050-3 SECTION 02110 - SITE CLEARING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work included in this section consists of all work necessary to prepare the site for further site work activities such as excavation, backfilling, and rough grading. B. This section includes removal of surface debris; removal of trees, shrubs, and other plant life; and removal of surface rock C. Dust control shall be provided for the full duration of the project. D Topsoil shall be excavated and stockpiled. 1.02 RELATED SECTIONS A. Section 02050 - Demolition B Section 02211 - Rough Grading 1.03 REGULATORY REQUIREMENTS A. Conform to applicable Local, State, and Federal codes for environmental requirements, disposal of debris, burning debris on site, and use of herbicides. B. Coordinate clearing work with utility companies C. Conform to clean air regulations of the Washington Department of Ecology. Copy of regulations are available at the Central Regional Office, Washington Department of Ecology, Yakima, Washington. D. Comply with the State of Washington regulation regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 1.04 QUALITY ASSURANCE A. Work shall be performed in accordance with the requirements of Section 2-01, Clearing, Grubbing, and Roadside Cleanup, and Section 2-02, Removal of Structures and Obstructions, of the Standard Specifications. PART 2 - PRODUCTS 2.01 MATERIALS NOT USED. PART 3 - EXECUTION 3.01 PREPARATION A. Identify a salvage or stockpile area for placing removed materials. B. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt concrete, debris, waste material, or any other objectionable material that is directed to waste by the Engineer. 3.02 PROTECTION A. Locate, identify, and protect from damage any utilities which remain. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02110-1 B. Protect bench marks, survey control points, and existing structures from damage or displacement. 3.03 CLEARING A. Clear areas required for access to site and execution of work. B. Remove brush, shrubs and surface rock. 3.04 REMOVAL A. Remove debris, pipes, and rock from ground, and extracted plant life from site. B. Remove existing chain link fence where in conflict with new construction. Existing chain link fence materials may be salvaged by the Contractor for use in new chain link fence. Damaged materials shall be disposed of as described above. C See Section 02050 for Demolition and Removal of existing pump building. 3.05 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated, re -graded, without mixing with foreign materials. B. Do not excavate wet topsoil. C. Stockpile in area on site to depth not exceeding 8 feet and protect from erosion. D. Topsoil shall be saved to use for backfill adjacent to the new improvements and for final cover in landscaped areas. E. Excess topsoil not required for construction of improvements shall be removed from the project site. 3 06 DUST CONTROL A. The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes, orchards, and crops from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. B. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to order for dust control measures. END OF SECTION 02110 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02110-2 SECTION 02205 - SOIL MATERIALS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes the requirements for subgrade materials and topsoil materials, whether obtained from project excavations, or imported from off-site sources. B. Soil materials obtained from project excavations shall be separated and stockpiled for later incorporation into the work. C. Placement of soil materials is covered in related sections. 1.02 RELATED SECTIONS A. Section 02207 - Aggregate Materials B. Section 02211 - Rough Grading C. Section 02221 - Excavation, Backfilling, and Compacting for Structures D Section 02225 - Trench Excavation and Backfill 103 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. B ASTM D 2487 - Classification of Soils for Engineering Purposes. 104 SUBMITTALS A. SECTION 01300 - Submittals Procedure B. Materials Source. Submit name of imported materials source. 1 05 QUALITY ASSURANCE A. Perform work in accordance with WSDOT Standard Specifications. PART 2- PRODUCTS 2.01 SUBGRADE MATERIALS A. Subgrade materials are those materials used to accomplish rough grading and to bring ground surfaces to top of subgrade elevation. B. Common Fill: 1. Material obtained from project excavations. 2. Rock embankment material - common fill material which contains 25 percent or more, by volume, gravel or stone 4 inches or more in diameter. 3 Earth embankment material - common fill material other than rock embankment material. 4. Free of debris. C Gravel Borrow: 1. Imported gravel borrow meeting the requirements of Section 9-03.14(1) of the Standard Specifications. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02205-1 D. Structural Fill: 1. Pit run granular material conforming to the requirements of Section 9-03 14(1) of the Standard Specifications for "Gravel Borrow." 2.02 TOPSOIL MATERIALS A. Topsoil: 1. Topsoil Type B or Type C per WSDOT Standard Specifications, Section 9-14.1. 2 Friable silt loam. 3. Reasonably free of roots, rocks larger than 2 -inch, subsoil, debris, large weeds, and foreign matter. 4. Acidity range (pH) of 5.5 to 7.5. 5. Containing a minimum of 4 percent and a maximum of 20 percent inorganic matter. 2.03 SOURCE QUALITY CONTROL A. Testing and Analysis of Topsoil Material: Perform in accordance with ASTM D 1557. B If tests indicate materials do not meet specified requirements, change material and retest. C. For each type of materials provided to the project, use the same source throughout the work. PART 3 - EXECUTION 3.01 MATERIAL REMOVAL A. Excavate rock, subsoil and topsoil from areas designated. B Remove lumped soil, boulders, and rock from topsoil. C Separate removed materials for use as topsoil, common fill, structural fill, and landscaping as required by other sections of these Specifications. D. The Contractor may provide a screen for separation of the excavated materials into the gradations required for use as common fill or structural fill. 3.02 STOCKPILING A. Stockpile materials on site at locations shown on the Plans for Contractor's work area. B Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D Prevent intermixing of soil types or contamination. E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.03 STOCKPILE CLEANUP A. Stockpile soil materials and leave area in a clean and neat condition. Grade site surface to prevent free-standing surface water. B. Excess material shall be wasted to a location secured by the Contractor END OF SECTION 02205 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02205-2 SECTION 02207 - AGGREGATE MATERIALS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes the requirements for manufactured or natural -occurring aggregate materials. Manufactured materials may be obtained from approved off-site sources, or manufactured on-site by the Contractor. B. No off-site materials source has been designated for this project. C. Placement of aggregate materials is covered in related sections 1.02 RELATED SECTIONS A. Section 01400 - Testing, Inspections, Supervision B. Section 02205 - Soil Materials C Section 02211 - Rough Grading D. Section 02221 - Excavating, Backfilling, and Compacting for Structures E Section 02223 - Backfilling F. Section 02225 - Trench Excavation and Backfill 1.03 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. B. AASHTO - M147 - Materials for Aggregate and Soil -Aggregate. 1 04 SUBMITTALS A. SECTION 01300 - Submittals Procedure B. Materials Source: Submit name and source of imported materials. C. Test Results: Submit results of tests required by SECTION 01400 1.05 QUALITY ASSURANCE A. Perform work in accordance with WSDOT Standard Specifications. PART 2 - PRODUCTS 2 01 AGGREGATES A. Base Course: Conforming to WSDOT Standard Specifications, Section 9-03.9(3), for "Crushed Surfacing Base Course." B. Top Course. Conforming to WSDOT Standard Specifications, Section 9-03.9(3), for "Crushed Surfacing Top Course." C Gravel Borrow. Conforming to WSDOT Standard Specifications, Section 9-03.14(1), for "Gravel Borrow." D. Structural Fill: Pit run granular material conforming to WSDOT Standard Specifications, Section 9-03 14(1), for "Gravel Borrow." G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02207-1 2.02 SOURCE QUALITY CONTROL A. Field inspection, source testing, and analysis of aggregate material will be performed under provisions of SECTION 01400. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. For each type of materials provided to the project, use the same source throughout the work. PART 3 - EXECUTION 3.01 STOCKPILING A. Stockpile materials on site at locations designated by Engineer B. Stockpile in sufficient quantities to meet project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. 3 02 STOCKPILE CLEANUP A. Remove stockpile, leave area in a clean and neat condition. Grade site surface to prevent free-standing surface water Excess aggregate materials purchased under the unit price provisions of the contract may be stockpiled on site at locations designated by the Engineer for later use by the Owner 3.03 PLACEMENT OF AGGREGATE MATERIALS A. Verify that subgrade has been inspected, gradients and elevations are correct and dry. B. Place aggregate materials in a maximum of 6 -inch layers and compact to 95% of maximum density as determined by ASTM D 1557 (modified proctor). C. Refer to WSDOT Standard Specifications, Section 4-04.3(5). END OF SECTION 02207 G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02207-2 SECTION 02211 - ROUGH GRADING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes all work necessary to achieve the top of subgrade elevations shown on the Plans or otherwise required to achieve suitable foundations for structures, roadways, parking areas, and landscaped areas. B. Work required in this section may include, but not necessarily be limited to, unclassified excavation, backfilling, embankment construction, placement of structural fill, and backfilling of over -excavated areas. C Additional work required to accomplish the requirements of this section is specified in the related sections. 1.02 RELATED SECTIONS A. Section 01400 - Testing, Inspection, Supervision B Section 02110 - Site Clearing C. Section 02205 - Soil Materials D. Section 02207 - Aggregate Materials E Section 02221 - Excavating, Backfilling, and Compacting for Structures F Section 02225 - Trench Excavation and Backfill: Trenching and backfilling for utilities 103 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. 1 04 QUALITY ASSURANCE A. Perform work in accordance with WSDOT Standard Specifications. B. Submit test results as required by SECTION 01400. 1 05 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil: As specified in SECTION 02205. B. Subgrade Fill. As specified in SECTION 02205 C Structural Fill: As specified in SECTION 02221. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify site conditions prior to beginning work. B. Verify that survey bench mark and intended elevations for the work are as indicated. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02211-1 3 02 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities. C. Locate, identify, and protect from damage utilities which remain. D. Notify utility company to remove and relocate utilities. E. Protect above- and below -grade utilities which remain. F. Protect plant life, lawns, rock outcropping, and other features remaining as a portion .of final landscaping. G. Protect bench marks, survey control point, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. H. Comply with WSDOT Standard Specifications, Section 2-03. 3.03 SUBGRADE EXCAVATION A. Excavate subgrade materials from areas to be further excavated, re -landscaped, or regraded B. Do not excavate wet subsoil or excavate and process wet material to obtain optimum moisture content. C. When excavating through roots, perform work by hand and cut roots with sharp axe. D. Stockpile in area designated on site to depth not exceeding 8 feet and protect from erosion. E. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. 3.04 FILLING A. Fill areas to contours and elevations with unfrozen materials. B. Place fill material on continuous layers and compact in accordance with WSDOT Standard Specifications. C. Maintain optimum moisture content of fill materials to attain required compaction density D. Slope grade away from building minimum 2 inches in 10 feet, unless noted otherwise. E Make grade changes gradual. Blend slope into level areas. F. Remove surplus fill materials from site. G. Comply with WSDOT Standard Specifications, Section 2-03. 3.05 TOLERANCES A. Top surface of subgrade in roadway areas. To line and grade shown on Plans B. Top surface of subgrade beneath structures: Plus 0 00 feet above the line and grade shown on the Plans to minus 0 30 feet below the line and grade shown on the Plans. C. Unless otherwise approved by the Engineer, manufactured or imported aggregate materials shall not be used to achieve subgrade elevations. 3.06 FIELD QUALITY CONTROL A. If tests indicate work does not meet specified requirements, remove work, replace, and retest. END OF SECTION 02211 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02211-2 SECTION 02221 - EXCAVATING, BACKFILLING, AND COMPACTING FOR STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work covered within this section includes structural excavation and structural fill necessary to construct this project as shown on the Drawings and as specified herein. B. Borrow sources are as follows 1. Structural fill — Pit run granular material conforming to the requirements of Section 9-03.14(1) of the Standard Specifications for "Gravel Borrow." 2. Crushed surfacing base or top course - No specific source is designated. It is the Contractor's responsibility to obtain a source for these materials. 3. Common fill - From site excavation, or imported gravel borrow (as directed) meeting the requirements for gravel borrow in Section 02205. C. Quantities and work required for excavating, backfilling, and compacting for structures shall be included in the Bid Items related to site work. No separate distinction shall be made for excavating, backfilling, and compacting for structures. D. For purposes of describing the construction requirements for excavating, backfilling, and compacting for structures, as compared to general excavation and backfill, the limits of structural excavation and backfill are defined as follows. 1. Structural excavation - that excavation required to establish subgrade below the structure with a horizontal limit extending to no more than 1 foot outside the limits of the footing or slab. 2. Structural fill - that fill placed on prepared subgrade up to the base of the footing or slab, with a horizontal limit beginning 1 foot outside the limits of the footing or slab, and extending down and out to the base of the fill at a slope of 1 horizontal to 1 vertical. Material placed outside these limits shall be considered common fill. 3 Structural backfill - that structural fill placed against the structure within a distance equal to the height of the backfill above the top of the footing, or 4 feet, whichever is less. Material placed outside these limits shall be considered common fill. 1.02 RELATED SECTIONS A. B. C. D. E. F G. Section 01400 Section 02110 Section 02205 Section 02207 Section 02211 Section 02225 Section 03100 - - Testing, Inspection, Supervision - Site Clearing - Soil Materials - Aggregate Materials - Rough Grading - Trench Excavation and Backfill Trenching and backfilling for utilities Concrete Formwork 1 03 REFERENCE STANDARDS A. American Society for Testing and Material (ASTM). 1. D 422 - Particle -Size Analysis of Soils. 2. D 1557 - Moisture -Unit Weight Relations of Soils and Soil -Aggregate Mixtures Using 10 pound Rammer and 18 inch Drop 3. D 2487 - Classification of Soils for Engineering Purposes. 4. D 2922 - Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02221-1 B. Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction, hereafter referred to as the Standard Specifications. 1.04 SUBMITTALS A. Submit test results in as required by SECTION 01400. 1.05 PROTECTION A. Protection of adjacent work must be accomplished. Properly slope cuts to provide stability. Temporary cuts should be no steeper than 1 vertical to 1.5 horizontal, except temporary cuts in rock may be as steep as 1 vertical to 0.5 horizontal. Permanent slopes should be no steeper than 1 vertical to 2 horizontal, or as shown on the Drawings PART 2 - PRODUCTS 2 01 EXCAVATION MATERIAL A. The Contractor shall make his own deductions and conclusions as to the nature of the materials to be excavated and the difficulties which may arise from subsurface conditions. B. The material shall be capable of being compacted to 95% (or the percentage otherwise indicated), of maximum dry density without undue weaving and heaving as determined by ASTM D 1557. C. Payment for excavation will be made as described in SECTION 1-09.3(1). Payment will include all costs to dewater, excavate, load, and haul the material. 2.02 STRUCTURAL FILL A. Structural fill shall consist of the following materials: 1. Gravel Borrow, as specified in SECTION 02207 2. Crushed Surfacing Base Course, as specified in SECTION 02207. 2 03 FILTER FABRIC A. Filter fabric shall be a sheet structure of non -woven construction fabric and consist of rot -proof polymeric continuous filaments. The fabric shall conform to the physical property requirements listed below. Physical Property Minimum Requirements Weight 4 oz./sy Thickness 30 mils Grab Strength 120 lbs. Elongation 60% Trapezoidal Tear 65 lbs. Specific Gravity Flux 100 gal/min/sf Filter fabric shall be Mirafi 140 as manufactured by Celanese Fibers Marketing Company, Supac as manufactured by Phillips Fibers Corporation, or equal. 2.04 PIPE ENCASEMENTS UNDER STRUCTURES A. Pipes 6" or larger in diameter, where placed under structures, shall be encased in Class 3000 concrete as specified in SECTION 03300. Details for such encasement shall be as shown on the drawings. Encasement shall provide bearing for overlying structures B. Pipes less than 6" in diameter, where placed under structures, shall be bedded in imported pipe bedding (crushed surfacing top course). G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02221-2 PART 3 - EXECUTION 3 01 CONTROL OF WATER A. Dewatering: Excavations are to be kept free of standing water. 3.02 GENERAL EXCAVATION A. The method of excavation shall be the Contractor's option, but he shall exercise care as he approaches the final grade to leave it in undisturbed condition. If the final grade is disturbed, it shall be restored to the requirements and satisfaction of the Engineer. 1. Soil conditions. For soils supporting structures, if the final grade is disturbed or becomes wet or dried out during the course of construction, the Contractor shall remove and replace the material as indicated in this section at no cost to the Owner. The Contractor is advised that footings should be placed as soon as possible to minimize these conditions. 2. Frozen ground: Frost protection shall be provided for all structural excavation work. Foundation work shall not be placed on frozen ground. 3. Shoring: Where shoring, sheet piling, sheeting, bracing, lagging or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain and remove such supports in accordance with applicable ordinances and safety requirements. The design, planning, installation, and removal of all sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of the soil below and adjacent to the excavation. 4. Removal of unsuitable material- Unsuitable foundation materials shall be removed and disposed of off-site 5. Disposal of excavated material: Suitable excavated material shall be used in fills and in backfills, and as embankment fill. Unsuitable material as determined by the Engineer shall be disposed of off site. 3 03 EXCAVATION FOR STRUCTURES A. In general, all structures shall bear on suitable foundation material and shall be excavated to the depth required to construct the slabs and substructure elements. All footings and slabs shall bear on a minimum of 6 inches of crushed surfacing base course. Where existing grade is below finished grade, the Contractor shall remove the layer of unsuitable material and replace it with structural backfill material to the proper elevation B Overexcavation for structures due to unsuitable subgrade material shall be as directed by the Engineer. No overexcavation is planned for this contract, except to meet minimum bearing requirements for footings or slabs of 6 inches of crushed surfacing base course. Placement of structural fill following any overexcavation shall be completed according to the requirements of 02221, 3 04 - PLACEMENT OF STRUCTURAL FILL. C. When fill is placed adjacent to walls, footings, and the like, heavy equipment for spreading and compacting shall not be operated closer to any wall than a distance equal to the height of the backfill above the top of the footing, or 4 feet, whichever is less. Fill adjacent to walls shall be all-weather material compacted to 90 percent of the maximum dry density as determined by ASTM D 1557, with small vibratory or hand compactors. 3.04 PLACEMENT OF STRUCTURAL FILL (IF REQUIRED) A. Structural fill shall be placed in accordance with the following table: Depth Material Placement & Compaction Top 6" Base Course 1 lift, 95% Max. Density, ASTM D 1557 Below 6" Gravel Borrow 12" lifts, 4 passes with vibratory roller each lift* G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02221-3 * More passes may be directed by the Engineer as necessary. B. Structural fill shall bear on rock or other firm base C. The structural fill shall be spread in lifts as indicated and each lift shall be compacted with a minimum of four coverages with a heavy steel drum vibratory roller in a systematic pattern and as many additional coverages as necessary to satisfy the Engineer. The vibratory roller will have the following characteristics, unless otherwise approved by the Engineer. 1. Static Weight: 18,900 lbs minimum 2. Total Applied Weight: 58,900 lbs. minimum 3. Vibrating Shaft Speed: 1000 to 1500 RPM 4. Speed: 2 MPH maximum D. In freezing weather, the following additional requirements will apply: 1. Prior to terminating work for the day, the final layer of compacted subbase material, after compaction, shall be rolled with a smooth -wheel roller, if necessary to eliminate ridges of soil left by tractors or trucks used for compaction 2 A layer of loose protective material shall be left on top at the end of each day's operation This material shall be removed and wasted at start of the next days operations. 3. The Contractor shall not place a layer of compacted fill on snow, ice, or soil that was permitted to freeze prior to compaction. Removal of these unsatisfactory materials will be required prior to fill placement as directed by the Engineer at no additional cost to the Owner. 4. No frozen material shall be used in structural fill. E. The Contractor shall bring the structural fill to the top of subgrade elevation, using materials described above, to within following tolerances of the elevations indicated on the drawings: plus 0.00 feet above subgrade elevation and minus 0.30 feet below subgrade elevation Crushed surfacing base course shall then be used to complete the structural fill to the elevation shown on the Plans. F. No payment will be made for excess crushed surfacing base course used to correct subgrade elevations that are outside of the tolerances listed above. 3 05 PREPARATION OF EARTH SUBGRADE FOR CONCRETE A. When excavating for bottom mat slabs, final excavation to grade shall be done in a manner so as not to disturb the existing soil. If the soil is disturbed, the Contractor will be required to remove the disturbed material and replace it with structural fill material. Concrete shall not be placed on surfaces that are muddy, frozen, or dried out. If, during the course of construction, bottom surfaces become saturated with water, muddy, disturbed or dried out, the Contractor shall, at no cost to the Owner, remove the undesirable material and replace with compacted structural backfill as indicated above. B. Fill under slabs on grade shall consist of a minimum of 6 inches of crushed surfacing base course. 3.06 PLACEMENT OF FILTER FABRIC A. Filter fabric shall be placed as specified herein, in those areas shown on the Plans, and as directed by the Engineer. Tears or blowouts of the fabric shall be exposed and repaired by a minimum of a 3 foot overlap on all sides and shall be incidental to the unit price. Filter fabric shall overlap a minimum of 3 feet. B Filter fabric, if required, shall be considered as an additional to the cost of the project. Should filter fabric be required by the Engineer per paragraph A above, it shall be paid as an extra cost item at a price to be negotiated with the Contractor. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02221-4 Clarification: Filter fabric is not called out on the Drawings for the new pump building. 3.07 FINAL TRIMMING AND CLEAN-UP A. Final trimming and clean-up shall consist of all work as follows: 1. All irregularities shall be made smooth, washouts shall be filled, slopes made uniform, slightly rounded at top and bottom, and the entire area of the fill compacted and completed to the required lines, grades, and cross sections with 1/10 foot above or below the established grade. 2. Where additional material is required for filling, it shall be similar to that used in fill and may be obtained from source approved by the Engineer. 3. When work is completed, the Contractor shall remove and dispose of all surplus material including stumps, trees, and brush, and leave premises in condition acceptable to the Engineer 3.08 TESTING A. Compaction tests shall be performed by a certified testing laboratory, whose services shall be contracted for by the Contractor. In the event the first compaction test of an area does not comply with the requirements of the Specifications, additional compaction shall be performed by the Contractor to obtain the required density, or the compacted material shall be replaced in accordance with the Specifications. Additional compaction tests for the repaired areas shall be performed by the certified testing laboratory and all costs associated with these additional compaction tests shall be paid for by the Contractor. This process shall be repeated until the soil compaction complies with the requirements of these Specifications END OF SECTION 02221 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02221-5 SECTION 02225 - TRENCH EXCAVATION AND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes requirements for excavating and backfilling of trenches for utilities outside of buildings and structures, including all site piping. B. Work includes, but is not necessarily limited to, the following: 1. Placement and compaction of pipe bedding material within the pipe zone for utilities outside of buildings and structures. 2. Placement and compaction of pipe bedding material within the pipe zone for utilities located beneath buildings and structures, when the trench is not filled with concrete 3. Placement and compaction of trench backfill within the trench zone, from top of utility bedding (pipe zone) to subgrade elevations. 4. Dewatering required for trench excavation and backfill. 1.02 RELATED SECTIONS A. Section 01400 - Testing, Inspections, Supervision B. Section 02205 - Soil Materials C. Section 02207 - Aggregate Materials D Section 02211 - Rough Grading E. Section 03300 - Cast -in -Place Concrete. Concrete materials 1.03 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. B. ASTM C 136 - Method for Sieve Analysis of Fine and Coarse Aggregates. C ASTM D 1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 Ib (4.54 Kg) Rammer and 18 inch (457 mm) Drop. D. ASTM D 2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D 3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures 1.04 DEFINITIONS A. Utility: Any buried pipe, duct, conduit, or cable. B. Pipe zone: That portion of the trench from 4 inches below the pipe to 6 inches above the pipe as shown on the Plans. The pipe zone shall be backfilled with bedding material per the Specifications. C. Trench zone. That portion of the trench above the pipe zone. Backfill with native material unless otherwise directed by the Engineer. 1.05 FIELD MEASUREMENTS A. Verify that survey bench mark, control point, and intended elevations for the work are as shown on Drawings. B. Submit Construction Staking Request Form as required by Section 1-05.4(2) of 01025 - Special Provisions G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02225-1 106 COORDINATION A. Coordinate work with other site construction activities. B. Verify work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 - PRODUCTS 2.01 FILL MATERIALS A. As specified by WSDOT Standard Specifications, Sections 7-08, 7-10, and 7-18. B. Imported pipe bedding (pipe zone). Crushed surfacing top course per Section 9-03.9(3) of the Standard Specifications C. Imported select trench backfill (trench zone). Crushed surfacing base course per Section 9-03.9(3) of the Standard Specifications. D. Trench backfill material (trench zone): Unless otherwise directed by the Engineer, trench backfill material shall be obtained from project excavations E See typical trench section on Plans. 2 02 EXCAVATED MATERIAL A. Includes removal of all natural or man-made objects of whatever nature encountered which must be removed for installation of the utility. B. Includes dewatering. PART 3 - EXECUTION 3.01 PREPARATION A. Notify Utility Notification Center at least 48 hours prior to start of excavation. B. Identify required lines, levels, contours, and datum locations. C. Protect plant life, lawns, and other features remaining as a portion of final landscaping. D. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. E. Maintain and protect above- and below -grade utilities which are to remain. F. Cut out soft areas of subgrade not capable of compaction in place. Backfill with fill material and compact to density equal to or greater than requirements for subsequent backfill material. G. Review safety requirements. Comply with OSHA/WISHA regulations. Provide shoring, cribbing, or extra excavation as required. 3.02 EXCAVATING A. Excavate trenches required for utilities. B. Cut trenches sufficiently wide to enable installation and allow inspection per Sections 7- 08, 7-10, and 7-18 of the WSDOT Standard Specifications. Remove water or materials which interfere with work. C. Stockpile excavated material in area designated on site and remove from site excess material not being used. 3.03 BACKFILLING A. Employ a placement method which does not disturb or damage utilities in trench, and/or other physical features in place at the time of construction. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02225-2 B Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. C. Maintain optimum moisture content of fill materials to attain required compaction density All trench backfill shall be compacted to at least 95 percent of maximum density as determined by ASTM D 1557. D. Detectable marker tape shall be installed over non-metallic pipe lines. The tape shall be placed approximately three feet above the top of the pipe and shall extend its full length. The horizontal location of the tape shall vary no more than 2 feet from the centerline alignment of the pipe. Detectable marker tape shall meet the requirements of SECTION 9-15.18 of the Standard Specifications. E. Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with select backfill meeting the requirements for crushed surfacing base course, in SECTION 9-03.9(3) of these Special Provisions F. Remove surplus fill materials from site. 3.04 TOLERANCES A. Excavation methods shall be controlled to prevent over -excavation. All over -excavated areas which result from inadequate control of excavation methods shall be backfilled to the correct bottom of trench elevation at no cost to the Owner. B. Bottom of trench excavation: Plus 0.00 feet above the line and grade shown on the Plans to minus 0.50 feet below the line and grade shown on the Plans. C. Top Surface of Backfilling Under Paved Areas: Shall be to required subgrade elevations. D. Top Surface of General Backfilling: Plus or minus 1 -inch from required elevations 3.05 FIELD QUALITY CONTROL A. Section 01400 - Testing, Inspections, Supervision B. Compaction testing will be performed in accordance with ASTM D 1557. C. If tests indicate work does not meet specified requirements, remove work, replace, compact, and retest. D. Frequency of Tests: Shall be at various depths in the trench section. E. The first 200 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. Notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations. Arrange for in-place density tests to be taken on the completed test section No further trenching will be allowed until the specified density is achieved in the test section 3.06 PROTECTION OF FINISHED WORK A. Protect finished work throughout remainder of construction. B. Reshape and re -compact fills subjected to vehicular traffic during construction. END OF SECTION 02225 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02225-3 SECTION 02520 - PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1 01 DESCRIPTION OF WORK A. This section includes all Portland cement concrete work related to concrete sidewalks, concrete paving, stair steps, curbs and gutters, planter curbs, and integral curbs. B Furnish and install aggregate base materials beneath Portland cement concrete work included in Item A. 1.02 RELATED SECTIONS A. Section 02207 - Aggregate Materials B Section 02211 - Rough Grading. Preparation of site for paving and base C. Section 03300 - Concrete 1.03 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. B. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. C ASTM A 615 - Deformed and Plain Billet -Steel for Concrete Reinforcement D. ASTM C 33 - Concrete Aggregates E. ASTM C 94 - Ready Mix Concrete F. ASTM C 150 - Portland Cement G. ASTM C 260 - Air -Entraining Admixtures for Concrete H. ASTM C 309 - Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 - Chemical Admixtures for Concrete J. ASTM D 1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction 1.04 SUBMITTALS A. Section 01300 - Submittals Procedure B Product Data. Provide data on joint filler, admixtures, and curing compounds. C. Samples: Submit samples of the full range of color to Engineer. Color to be verified by Engineer. D. Materials Source. Submit name of materials source. E. Mix Design: Provide mix design per Section 03300. 1 05 QUALITY ASSURANCE A. Perform work in accordance with WSDOT Standard Specifications, Section 8-04 and 8- 14. B. Obtain cementitious materials from same source throughout the course of the project. 1 06 ENVIRONMENTAL REQUIREMENTS A. Do not place concrete when base surface temperature is less than 40°F, or surface is wet or frozen. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02520-1 PART 2- PRODUCTS 2.01 FORM MATERIALS A. Form Materials: WSDOT Standard Specifications, Section 8-14. B. Joint Filler. ASTM D 1751. 2.02 REINFORCEMENT A. Reinforcing Steel and Wire Fabric: WSDOT Standard Specifications, Section 9-07. 2.03 CONCRETE MATERIALS A. Refer to Section 03300. B Fine and Coarse Mix Aggregates: ASTM C 33 C. Water: Potable, not detrimental to concrete. D. Air Entrainment: ASTM C 260 2.04 ACCESSORIES A. Curing Compound: Cur -to -Spec -MS colorless curing system or equal. 2.05 CONCRETE MIX A. Refer to Section 03300, Class 4000A. 2.06 SOURCE QUALITY CONTROL AND TESTS A. Submit proposed mix design of each class of concrete for review prior to commencement of work. B Tests on cement and aggregates will be performed to ensure conformance with specified requirements. C. Test samples in accordance with WSDOT Standard Specifications and Section 03300. PART 3 - EXECUTION 3 01 EXAMINATION A. Verify base conditions. B Verify compacted subgrade, granular base, and stabilized soil is acceptable and ready to support paving and imposed loads. C. Verify gradients and elevations of base are correct. D. Concrete placement shall not proceed until base conditions are correct. 3.02 SUBBASE A. Refer to WSDOT Standard Specifications. B. Place aggregate base materials to depths shown on Plans 3 03 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete B. Coat surfaces of manhole and catch basin frames with oil to prevent bond with concrete pavement. C. Notify Engineer minimum 24 hours prior to commencement of concreting operations. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02520-2 3 04 FORMING A. Place and secure forms to correct location, dimension, profile, and gradient. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3 05 REINFORCEMENT A. Place reinforcement as indicated. B Interrupt reinforcement at contraction and expansion joints. C. See Plans for specified joint requirements in reinforced concrete slabs 3.06 PLACING CONCRETE A. Refer to WSDOT Standard Specifications and the following revisions to Section 8- 14.3(3): This section is supplemented with the following: All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05.3(13)A of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. • 3.07 JOINTS A. Place expansion joints at maximum 24 -foot intervals, unless noted otherwise. Align curb, gutter, and sidewalk joints. B. Place joint filler between paving components and building or other appurtenances. Recess top of filler 1/4 -inch typical, unless noted otherwise C. Provide scored control joints at 6 feet maximum in all flatwork. D. Provide keyed joints as indicated. E Provide keyed or expansion joints extending each direction from building or structure corners. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02520-3 1 1 1 1 1 1 1 1 1 1 1 1 F. Coordinate joint patterns with adjoining doorways and geometry of the flatwork. Provide equal spacing of joints. G. Provide additional joints as directed by Engineer. 3 08 FINISHING A. Paving: Light broom. B. Sidewalk Paving: Light broom, radius to 1/2 -inch radius, and trowel joint edges. C Curbs: Light broom D. Direction of Texturing: Perpendicular to pavement direction Verify with Engineer 3.09 JOINT SEALING A. Refer to WSDOT Standard Specifications. 3.10 TOLERANCES A. Variation from True Elevation: Paving surface to be at grade and elevation shown. B. Flatness: Maximum variation of 1/8 -inch measured with 10 -foot straightedge. C. Straightness of Vertical Faces and Edges: Maximum variation of 1/4 -inch measured with 10 -foot straightedge. D. Ponding: No ponding will be allowed. All surfaces shall drain. 3.11 FIELD QUALITY CONTROL A. Section 01400 - Testing, Inspections, Supervision B. Testing firm will take cylinders and perform slump and air entrainment tests in accordance with ACI 301. C. One additional test cylinder will be taken during cold weather and cured on site under same conditions as concrete it represents. D. One slump test will be taken for each set of test cylinders taken. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.12 PROTECTION A. Immediately after placement, protect cement concrete pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B Do not permit pedestrian or vehicular traffic over cement concrete pavement for 7 days minimum after finishing, until 75 percent design strength of concrete has been achieved C. See Section 03300 for additional requirements. END OF SECTION 02520 G:\PROJECTS\2006106104\GLENN DRIVE RESERVOIR SPECS.doc 02520-4 SECTION 02667 - SITE PIPING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes all work required to furnish and install irrigation water pipelines, bedding, fittings, and accessories This section supplements the requirements of Division 15. 1 02 RELATED SECTIONS A. Section 01400 - Testing, Inspections, and Supervision B. Section 02207 - Aggregate Materials C Section 02225 - Trench Excavation and Backfill D. Section 03300 - Cast -in -Place Concrete: Concrete for thrust restraints E. Section 15020 - Testing F Section 15060 - Pipe and Fittings 1.03 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation. B. ASTM D 1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 Ib (4.54 Kg) Rammer and 18 inch (457 mm) Drop. C ASTM D 3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures D. ASTM D 1784 - Polyvinyl Chloride (PVC) Pipe, Schedule 40. E ASTM D 2467 - Socket Type Plastic Fittings, Schedule 80. F Approval and certification of the National Sanitation Foundation 1.04 QUALITY ASSURANCE A. Refer to WSDOT Standard Specifications 1.05 DELIVERY, STORAGE, AND HANDLING A. Refer to WSDOT Standard Specifications 1.06 DEFINITIONS A. Bedding: Fill placed under, beside, and directly over pipe, prior to subsequent backfill operations. 107 SUBMITTALS A. Product Data: Provide data indicating pipe and pipe accessories. B Manufacturer's Installation Instructions. Indicate special procedures required to install products specified. C. Manufacturer's Certificate. Certify that products meet or exceed specified requirements. 1.08 PROJECT RECORD DOCUMENTS A. Submit record drawings B. Record location of pipe runs, connections, cleanouts, and invert elevations. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02667-1 s 1 1 1 1 t C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.09 REGULATORY REQUIREMENTS A. Conform to all applicable Local and State codes for materials and installation of the work of this section. 1.10 FIELD MEASUREMENTS A. Verify that field measurements and elevations are as indicated. PART 2- PRODUCTS 2 01 WATER PIPE A. Ductile Iron Water Main Pipe. Ductile iron pipe shall conform with the requirements of SECTION 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness Class 52. Joints shall be rubber gasket push -on type (Tyton Joint). Fittings shall be mechanical joint in accordance with SECTION 9-30.2(1) of the Standard Specifications. Connection Couplings Couplings for DI pipe, either transition or straight couplings, shall be compression type flexible couplings conforming to SECTION 9-30.2(7) of the Standard Specifications. B. Polyvinyl Chloride (PVC) Water Main Pipes: PVC pipe (4 -inch and larger) shall conform with the requirements of SECTION 9-30.1(5) of the Standard Specifications. PVC Pipe (over 12 -inch) shall conform with the requirements of AWWA C 905 DR 25. Joints shall be rubber gasket push -on type with thickened bell. Fittings shall be mechanical joint and/or flanged in accordance with the Plans and SECTION 9-30.2(1) of the Standard Specifications. C Polyvinyl Chloride (PVC) Water Pipe - Smaller Than 4 -inch: PVC Pipe, Schedule 40, solvent weld with integral bell conforming to ASTM D 2672. PVC Fittings, Schedule 80, solvent weld. D. High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 11 for all pipe sizes. Pipe material shall be provided in straight segments for pipe 4 inches and larger in diameter, or coiled for pipe smaller than 4 inches in diameter. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source, and list its compliance with these Specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. Polyethylene fittings shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA 8137.1. Socket type fittings shall comply with ASTM D2683. Butt fusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1055. Fabricated fittings shall be designed and manufactured to be as strong as G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02667-2 or stronger than the pipe to which the fittings will be joined Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability for the intended service. In all cases, the Specifications and requirements for the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137.1. Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. 2.02 VALVES FOR WATER MAINS A. Gate Valves. All gate valves size 3 -inch through 12 -inch shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Dresser, Clow, or equal. All gate valves 3 -inch and larger shall have mechanical joint and/or flanged connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. Valves smaller than 3 -inch shall have screw type end connections and be non -rising stem, screwed bonnet, solid wedge disc type having a minimum working pressure of 200 psi Valves shall be Crane 438, Stockham 103, or equal. B. Butterfly Valves: Butterfly valves shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504 Valves shall have mechanical joint and/or flanged connections as shown on the Plans and shall be of the same size as the line on which they are located. Valve shafts shall be a one-piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B. Valve operators shall be worm gear type, sealed, gasketed, and lubricated for underground service. All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified. C. Check Valves. Check valves shall be suitable for direct burial and shall conform to the latest AWWA Standard C 508 for composition -to -metal seat construction. Check valves shall be supplied with petcocks for testing D Valve Boxes. The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high 2 03 BEDDING AND COVER MATERIALS A. See Typical Trench Section shown on Plans. B. Imported pipe zone bedding for flexible pipes shall be crushed surfacing top course meeting the requirements of SECTION 9-03.9(3) of the Standard Specifications, and shall be placed and compacted in layers as designated by the Engineer. C. Pipe zone bedding for rigid pipes shall be native or imported gravel bedding material meeting the requirements of SECTION 9-03.12(3) of the Standard Specifications, or as approved by the Engineer D. Imported select backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of SECTION 9-03.9(3) of the Standard Specifications, or as approved by the Engineer. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02667-3 11 1 r 1 f 1 1 1 1 1 1 2.04 SERVICE CONNECTIONS A. See Section 7-15.2 of the Standard Specifications revised as follows B Saddle: New service saddles shall be Rockwell nylon coated 315 service saddle with single stainless steel strap or approved equal. C. Corporation Stop: New corp stops shall be Ford type 1001 or approved equal. D. Service Line: New service pipe shall be copper tubing in accordance with Section 9- 30.6(3)A of the Standard Specifications. E. Meter Stop: New meter stops shall be Ford AV94-323 angle yoke valve or approved equal. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that trench excavation base is ready to receive work and that excavations, dimen- sions, and elevations are as indicated on Drawings. 3 02 PREPARATION A. Hand trim excavations to required elevations. B. Remove large stones or other hard matter which could damage pipe or impede consistent backfilling or compaction. C. No existing valves shall be closed without permission of the Contracting Agency. 3.03 BEDDING A. Excavate pipe trench in accordance with Section 02225 for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Maintain optimum moisture content of bedding material to attain required compaction density. 3.04 INSTALLATION - PIPE A. Refer to WSDOT Standard Specifications, Section 7-08. B. Backfill in accordance with Section 02225. C . Unless otherwise shown on the Drawings, provide a minimum of 2 feet and maximum of 8 feet earth cover over exterior buried piping systems and appurtenances conveying irrigation water. 3.05 INSTALLATION - HDPE PIPE A. Handling of HDPE Pipe - The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02667-4 B Joining HDPE Pipe - Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585 The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400°F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained within the past twelve months. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe. All joints are subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation. All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e. rodents, cats, etc ). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer. The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. C Backfill in accordance with Section 02225. 3.06 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Request inspections prior to and immediately after placing bedding. C. Pressure test irrigation pipe in accordance with WSDOT Standard Specifications, Section 7-09 3(23), supplemented with the following. Replace the first sentence with All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. D. Pressure testing HDPE Pipe: Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure. The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize. The test pressure shall be 60 psi. The pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour. For safety reasons, hydrostatic testing only will be used. The Contractor shall maintain a log of all pipe testing on the project. At a minimum, the testing log shall indicate the following parameters Name of technician, time, test pressure, test duration, and whether the test passed or failed. E. No leakage will be allowed. F If tests indicate work does not meet specified requirements, remove work, replace, and retest at no cost to Owner 3 07 PROTECTION A. Protect finished installation. B. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress END OF SECTION 02667 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02667-5 SECTION 02830 - CHAIN LINK FENCING PART 1 - GENERAL 1 01 DESCRIPTION OF THE WORK A. Fence framework, fabric, and accessories. B Excavation for post bases; concrete foundation for posts. C. Manual gates and related hardware. D Remove and reset existing chain link gate. 1.02 RELATED A. Section 02110 - Site Clearing B. Section 03300 - Cast -In -Place Concrete 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical data and installation instructions for metal fencing, fabric, gates, and accessories. 1 04 QUALITY ASSURANCE A. Provide chain link fences and gates as complete units controlled by a single source including necessary erection accessories, fittings, and fastenings. B. Perform work in accordance with WSDOT Standard Specifications. PART 2 - PRODUCTS 2 01 GENERAL A. Furnish fencing in heights shown on Drawings or to match height and style of existing fence. 2 02 MATERIALS A. Comply with requirements of WSDOT Standard Plan L-2 for Chain Link Fence Type 3. B. Pipe Material: Either Schedule 40 or Allied Tube and Conduit SS -40. Factory galvanized. C. End, Corner, Pull, Posts: Provide 2.975" 0 D. D. Gate Posts Provide 2.875" O.D. for leaves up to 6'-0" wide, 4" O.D. for leaves 6'-0" to 13'-0" wide. E. Line Posts: Provide 2.375" O.D. F Line Post Spacing. 10'-0" o.c. maximum, or as shown on Drawings. G. Tension Wire: Minimum 7 gage galvanized or aluminum coated coil spring wire. H. Chain Link Fabric: One piece fabric, 9 gauge, 2" mesh, knuckle at top and bottom selvage, galvanized per ASTM 525, 1.25 ounces zinc per square foot. Top Rail: Provide 1.66" O.D., Schedule 40 galvanized pipe. J. Stretch Bar: Provide 3/16" x 3/4" one-piece lengths, full height of fabric. Provide one for each gate and end post and two for each corner and pull post. 2 03 GATES A. Comply with requirements of WSDOT Standard Plan L-3. B. Swing Gate Frames: Minimum 1.90" O.D. tubular galvanized members. Provide additional horizontal and vertical members to assure proper gate operation and for attachment of fabric, hardware, and accessories. Assemble by welding. G:\PROJECTS\2006106104\GLENN DRIVE RESERVOIR SPECS.doc 02830-1 C. Swing Gate Hardware: All hardware shall be heavy galvanized. Hinges: 1 pair per leaf, non -removable, 180 degree swing, steel. Provide gate keepers. Provide padlock hasp at latch. D. Cantilever Slide Gate: Double cantilever meeting ASTM F1184-94, Type II, Class I, galvanized steel Total clear opening to be 20 feet. 2.04 ACCESSORIES A. Bracing at Terminal Posts All fencing 6'-0" and higher, box brace with same material as top rail. B. Ties: For tying fabric to lien posts: 9 gage aluminum wire ties at 14" o.c. For tying fabric to tension wires: 11 gage hog rings at 24" o c. C Furnish post caps, bands, rail ends, sleeves, collars, and other materials necessary for a complete installation. D. Concrete at Posts: Provide 28 -day compressive strength, 3000 psi concrete with a minimum of 4 sacks per yard PART 3 - EXECUTION 3 01 INSTALLATION A. Install in accordance with WSDOT Standard Specification Section 8-12, Chain Link Fence and Wire Fence. B Install in strict accordance with manufacturer's recommendations. Do not commence prior to final grading. Drill holes 3" deeper than minimum 36" embedment and 3 times wider than post diameter. Form for neat circular edges at perimeter of concrete pour where concrete remains exposed to view; irregular, uneven edges are not permitted Pour concrete in continuous pours. Pour concrete below adjacent asphalt paving and prior to installation of paving. Or, if posts are set after asphalt paving is placed, pour concrete flush with asphalt paving and "black out" finished concrete to match paving. Align posts vertically. Place all other materials as specified in strict accordance with manufacturer's recommendations. END OF SECTION 02830 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 02830-2 1 1 1 1 1 1 1 DIVISION 3 - CONCRETE G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 03100 - CONCRETE FORMS AND ACCESSORIES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work covered by this section consists of furnishing and installing all formwork, embedded items and form ties for cast -in-place concrete to produce the finished concrete elements as shown on the drawings. 1 02 RELATED WORK A. Section 03200 - Concrete Reinforcement B. Section 03300 - Cast -in -Place Concrete C Section 05500 - Miscellaneous Metals (Anchor Bolts) 1.03 GENERAL REQUIREMENTS A. All formwork and methods of construction shall conform to the requirements of the Department of Labor and Industry of the State of Washington and OSHA Standards. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 - Specifications for Structural Concrete for Buildings. B American Society for Testing and Materials (ASTM) 1. A 153 - Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. 1.05 SUBMITTALS A. When requested by the Engineer for the purposes of explaining detail or structural integrity, the Contractor shall submit formwork shop drawings. Complete descriptive literature shall be submitted for items proposed as alternatives to products specified. PART 2 - PRODUCTS 2.01 GENERAL A. The Contractor shall provide all formwork and those materials required to develop the strength and finishes required of the finished concrete. Except where noted herein, the formwork system used is the Contractor's choice, provided it performs in the manner specified. 1. Form materials: Contractor may use any forming materials and methods which will achieve the finish qualities specified in Section 03300, subject to the following limitations. a. Form coatings: Provide commercial formulation form -coating compounds that will not bond with, stain or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion or impeded wetting of surfaces to be cured with water or curing compound. Do not use form -coating compounds that will cause concrete staining when water comes in contact with the coating after forms are removed. b. Form ties: Form ties shall be bolts or rods designed so that no metal shall be within the required thickness of reinforcement cover of the finished concrete surface, and to provide a void which shall be grouted to G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03100-1 seal the opening. The detail used shall be watertight for all exterior concrete and concrete in contact with earth or water. 2 02 EMBEDDED ITEMS A. See Section 05500, Miscellaneous Metals for Anchor bolts. B Inserts shall be as required by other trades or as shown on the drawings. Attach securely to forms. Inserts within reinforcement cover thickness shall be hot -dip galvanized, nonferrous or other approved non -rusting material. C. Waterstops: See Section 03300, paragraph 2.10 Waterstops. Splice to maintain continuity at corners and intersections. D. Embedded conduit: Rigid embedded conduit shall be of hot -dip galvanized steel or plastic specified elsewhere. Conduit shall be approved and listed by Underwriters Laboratories, Inc. and bear the UL label E. Miscellaneous embedded items. All exposed items permanently embedded in concrete within the required concrete reinforcement cover thickness shall be hot -dip galvanized, nonferrous or plastic as approved, to eliminate the possibility of stained or rusty spots. PART 3 - EXECUTION 3.01 FORM DESIGN A. Forms shall be designed on the basis of deflection to maintain true lines within the allowable variations shown in 3.02 A. 1. below Slab, beam and girder forms shall be cambered for dead load. Forms shall be braced and supported as required. 3 02 FINISH CONCRETE TOLERANCES A. Every reasonable effort shall be made to maintain plumbness, and alignment as shown on the drawings. 1. Allowable variations - maximum. a. Tops of walls, parapets and curbs exposed to visual alignment + 1/8 inch in 10 feet. b. Cross-section thicknesses of walls, columns and beams + 1/8 inch. c Flat surfaces of walls, slabs and tank sides, + 1/8 inch in 10 feet. d. Linear alignment of structure lines, tank sides, and column lines as follows: 10 -foot length - 1/8 inch 20 -foot length - 3/8 inch 40 -foot length - 1/2 inch Over 40 feet - 3/4 inch e. Footings: Alignment: + 2 inches Thickness: Plus -as required. Minus -none. 3.03 CONSTRUCTION DETAILS A. Exposed edges of concrete on the outside of structures and all those in the inside of structures shall be chamfered or beveled at an angle of 45 degrees, such bevel being 3/4 inch on a side, except where rounded corners are shown on the drawings. If so directed by the Engineer, however, the Contractor shall provide square edges for any portion of the work. B Form tie holes. Form tie holes shall be pointed -up fully with mortar as specified in Section 03300, paragraph 2.08 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03100-2 1 1 1 1 1 r 1 t 1 1 1 1 C. Embedded items: 1. Position in forms in location shown Do not place concrete before receiving approval of placing plan. 2 Provide adequate support to prevent displacement during concrete placement and curing. 3. Allow other trades ample time and facilities for placing and installing embedded items. 4 Conduits must have same cover as required for reinforcing Do not embed conduits larger than 1 -inch nominal size unless specifically called out on the drawings or written approval of Engineer is obtained. Conduits shall be placed inside the reinforcing. 5 No insert shall be permitted with less cover than the reinforcement unless approval of Engineer is obtained. 3.04 FORM CLEANING A. All dirt, chips, sawdust, and other foreign matter shall be removed from within the forms before any concrete is poured. Forms previously used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being used. B. Temporary openings shall be provided at the base of column and wall forms and at other points where necessary to facilitate cleaning and inspection immediately before depositing concrete 3 05 FORM REMOVAL A. Form bracing and shores shall be kept in place until concrete has reached adequate strength to properly support itself. In no case shall removal commence earlier than the following schedule unless approved by the Engineer. Sides of footings Walls and columns not yet supporting Toad Vertical sides of beams, girders and similar members Slabs, beams and girders 24 hours 48 hours 48 hours 10 days Shoring for slabs, beams and girders 21 days Forms shall not be stripped from concrete which has been placed at a temperature under 50 degrees F without first determining if the concrete has properly set, without regard to the time element. If, in the opinion of the Engineer, stripping of forms on the basis of above schedule would result in damage to the concrete, the schedule shall be modified to prevent such an occurrence. END OF SECTION 03100 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03100-3 SECTION 03200 - CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work covered by this section consists of furnishing and installing all reinforcing steel, wire reinforcement, and accessories required for all cast -in-place concrete. 1.02 RELATED WORK A. Section 03100 - Concrete Formwork B. Section 03300 - Cast -in -Place Concrete C Section 05500 - Miscellaneous Metals 1.03 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 - Specification for Structural Concrete for Buildings. 2. ACI 315 - Manual of Standard Practice for Detailing Reinforced Concrete Structures. 3. ACI 318 - Building Code Requirements for Reinforced Concrete. B American Society for Testing and Materials (ASTM) 1. A 185 - Standard Specification for Welded Steel Wire Fabric for Concrete Reinforcement. 2. A 615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 3. A 706 - Standard Specification for Weldable Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. C. American Welding Society (AWS) 1. AWS D1.4 – "Structural Welding Code—Reinforcing Steel". 1 04 QUALITY ASSURANCE A. Mill tests: If requested by the Engineer, furnish certified copies of mill test reports showing compliance with structural drawings and specifications. 1.05 SUBMITTALS A. Shop drawings: Prepare complete shop drawings showing bending and placing diagrams in accordance with ACI 315. PART 2 - PRODUCTS 2.01 STEEL AND WIRE REINFORCEMENT A. Reinforcing steel shall consist of deformed bars of the sizes called for on the drawings. Steel shall conform to the requirements of ASTM A 615, Grade 60. B. Wire reinforcement: Welded wire fabric shall conform to ASTM A 185. Mill tests. If requested by the Engineer, furnish certified copies of mill test reports showing compliance with structural drawings and specifications C Reinforcement to be welded is to conform to the requirements of ASTM A 706. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03200-1 2.02 TIE WIRE A. Use No. 16 double annealed iron wire. 2 03 ACCESSORIES A. Bar supports to be detailed and placed according to minimum standards of Chapter 7, ACI 315. Include all devices necessary for the proper placing, spacing, supporting and fastening of steel reinforcement in place. Where bottom surface of concrete is concealed, use standard steel chair and bolsters. Where exposed, use plastic -protected chairs conforming to CRSI Manual of Standard Practice, Chapter 3 (V), "Class 1 - Plastic Protected Bar Supports". In footings and slabs, well -cured concrete blocks may be used in lieu of above. B. Dowel bar replacement systems. Richmond Screw Anchor Company Dowel -In, and Dowel -DB -SAE Dowel Bar Splicer System; Dayton Superior MRC -150 system are pre - approved for use. Other systems must be approved by the Engineer prior to use. PART 3 - EXECUTION 3 01 FABRICATION A. Clean, bend and splice reinforcement in accordance with Uniform Building Code and ACI 315. Hooks shall conform to Table 2-1 of ACI 315. Do not straighten or rebend Grade 60 reinforcement. All bars shall be bent cold. No welding of reinforcement is permitted unless prior approval is obtained from the Engineer. If approved, welding shall be performed by welders certified by the American Welding Society and in accordance with AWS D1.4. B. Bars are to be shop -bent unless specifically approved to be field bent by the Engineer. Bars approved to be field bent shall be bent to a standard bend radius in accordance with ACI 317, Chapter 7. C. Hoop bars for curved structures shall be shop -bent to the proper radius to fit into the structure. No field bending of straight bars to the radius required for curved structures will be permitted. 3.02 BENDING SCHEDULES A. Placement drawings and bending schedules shall be submitted to the Engineer for review Reinforcement shall be carefully formed as indicated on the drawings and according to industry practices Bend for all bars shall be in accordance with the requirements of ACI 318, Section 7.1. 3.03 PLACING REINFORCING STEEL Cover is defined as the distance between the face of the concrete and the nearest part of any reinforcing steel. Where reinforcing steel is called out as being on the "face", that means that the reinforcing steel is to be placed such that its nearest part is just entirely within the cover requirement as shown below. See also paragraph 3.05, Tolerances A. Reinforcing steel, before being positioned, shall be cleaned thoroughly of mill scale, dirt, or other coatings that will destroy or reduce the bond. Reinforcement appreciably reduced in section by rust shall be rejected. Prior to placing concrete, the reinforcement shall be re -inspected by the Engineer and, when necessary, cleaned to the satisfaction of the Engineer. B. Reinforcing steel shall not be bent or straightened in a manner that will injure the material Bars with kinks or bends not shown on the drawings shall not be used. Heating or welding of bars will not be permitted unless the entire operation is acceptable to the Engineer. G:\PROJECTS\2006106104\GLENN DRIVE RESERVOIR SPECS.doc 03200-2 C. Reinforcing steel shall be positioned accurately and secured against displacement by using annealed iron wire or suitable clips at intersections and shall be supported by concrete or metal chairs or spacers, or metal hangers. Reinforcing in slabs on grade will be positioned using chairs or bolsters such as concrete blocks Reinforcing shall be wired or otherwise secured to bolsters so that the bars do not fall off the supports during concrete placement. D Reinforcing steel called out as being on the "face" shall be positioned at the minimum cover distance from the face of the concrete. E. In slabs, beams, girders and walls subject to lateral pressure, splices of reinforcement shall not be made at points of maximum stress without the express acceptance of the Engineer. Splices, where permitted, shall provide sufficient lap to transfer the stress between bars by bond and shear Adjacent bars shall not be spliced at the same point. In walls, horizontal bars at a cold joint shall be extended in pairs of three, with splices staggered a distance equal to the lap required for the bars in question. Where not otherwise shown, reinforcement shall be in accordance with the requirements of ACI 318. F. The clear distance between parallel bars shall not be less than the diameter of the bars and, unless specifically authorized, shall not be less than 1 inch nor less than one and one-third times the maximum size of coarse aggregate specified. G Double bars at the top and sides of walls are to be placed in each face, not tied together on each side of the vertical bars H. Horizontal bars at the bottom of walls shall be placed not less than 2" from the bottom of the wall, nor more than 4" from the bottom. Spacings shown as on -center (o.c) spacings on the drawings shall be the maximum allowed spacing Where an integral number of bars cannot be placed within the maximum spacing, and the requirements of this section, an additional bar must be provided, which will reduce the spacing below the maximum. J. Cover: Concrete protection for reinforcement, unless stated otherwise on the drawings, shall have cover as follows: 1. Cast against and permanently exposed to earth: 3 inches 2. All other Concrete: 2 inches 3.04 CUTTING REINFORCEMENT AT EMBEDDED ITEMS A. Cut no reinforcement which has been placed unless it is absolutely necessary. Reinforcement which must be cut shall be replaced by a like amount of reinforcement, including both size of bars and spacing. Replacement reinforcement shall be spliced into the continuing reinforcement with splice lengths as shown on the drawings. B. Cutting bars for the placement of embedded items. Reinforcement that must be cut to allow placement of embedded items, such as wall spools, is to be cut only once The ends of the cut bar that are in the way of the item to be embedded shall be bent to the side to allow the placement of the embedded item Following placement of the embedded item, the bars are to be bent back to a position near the embedded item. 3 05 TOLERANCES A. Fabricating and placing tolerances shall be in accordance with ACI 301. B Tolerance on concrete cover is ± 1/4". G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03200-3 3.06 WELDING A. Reinforcement is not to be welded unless specifically shown on the plans or approved in writing by the Engineer. B. Where approved as in A., reinforcement to be used is to conform to ASTM A 706 and be welded in accordance with AWS D1.4. END OF SECTION 03200 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 032004 SECTION 03300 — CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1 01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, material and equipment required to construct all walls, footings, slabs, beams, columns and all other items classified as cast -in-place concrete, as shown on the drawings and as specified herein. 1.02 RELATED WORK A. Section 03100 - Concrete Formwork B. Section 03200 - Concrete Reinforcement C. Section 05500 - Miscellaneous Metals (Anchor Bolts) D. Section 07191 - Concrete Waterproofing 1.03 QUALITY CONTROL A. Control of materials: All materials indicated to be tested in this section shall be tested by a certified agency and approved for use by Engineer. Tests shall be performed in accordance with International Building Code Section 1905. 104 SUBMITTALS A. Shop drawings: Submit drawings for all concrete work. Drawings shall describe geometry of the structure, dimensioned locations of both vertical and horizontal construction joints, pipe penetrations, blockouts for gates, waterstops, anchor bolts, embedded electrical and instrumentation conduits, and other embedded items. B. Admixture certificates: Contractor shall submit copies of tests showing conformance with requirements specified herein. C. Epoxy grout and adhesives: Submit manufacturer's data on any epoxy grout or adhesives prior to use 1.05 REFERENCE STANDARDS A. Except where noted otherwise, all concrete and concreting procedures shall conform to applicable sections of ACI 301. Contractor shall have at least one copy of the current edition of this standard available at the site at all times. Contractor is to have at least one copy of the current edition of ACI 305, and ACI 306 available at the site at all times B. American Concrete Institute (ACI) 1. ACI 211.1 - Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete 2. ACI 301 - Specifications for Structural Concrete for Buildings 3. ACI 304.2 - Placing Concrete by Pumping Methods. 4. ACI 305 - Hot Weather Concreting. 5. ACI 306 - Cold Weather Concreting. 6. ACI 318 - Building Code Requirements for Structural Concrete . 7 ACI 350 - Code Requirements for Environmental Engineering Concrete Structures and Commentary. C. American Society for Testing and Materials (ASTM) 1 C 31 - Standard Method of Making and Curing Concrete Test Specimens in the Field. 2. C 33 - Standard Specification for Concrete Aggregate. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-1 1 1 3. C 42 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 4. C 94 - Standard Specification for Ready -Mixed Concrete. 5. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -inch or 50 -mm Cube Specimens). 6. C 138 - Standard Test Method for Unit Weight, Yield, and Air Content (gravimetric) of Concrete. 7. C 143 - Standard Test Method for Slump of Portland Cement Concrete. 8. C 150 - Standard Specification for Portland Cement. 9. C 156 - Standard Test Method for Water Retention by Concrete Curing Materials. 10. C 168 - Definition of Terms Relating to Thermal Insulating Materials. 11 C 172 - Fresh Concrete Sampling. 12. C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 13. C 260 - Standard for Air -Entraining Admixtures for Concrete. 14. C 309 - Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete. 15. C 412 - Standard Specification for Concrete Drain Tile. 16. C 494 - Standard Specification for Chemical Admixtures for Concrete. 17. C 618 - Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement. 18. D 1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonrecurring and Resilient Bituminous Types). 19. E 154 - Standard Method of Testing for Use as Vapor Barriers Under Concrete Slabs and as Ground Cover in Crawl Spaces D. U.S. Army Corps of Engineers Handbook for Concrete and Cement. 1. CRD - C588 - Expansion Grouts. E. Federal Specifications (FS) 1 FS -TT -S -00227E - Interim Federal Specification for Sealing Compound: Elastomeric Type, Multi -Component (For Caulking, Sealing, and Glazing in Buildings and Other Structures). F. Washington State Department of Transportation 1. Standard Specifications for Road, Bridge, and Municipal Construction. a. Section 6-02 Concrete Structures b. Section 9-01 Portland Cement c. Section 9-03 Aggregates 1.06 TESTING AGENCY A. Testing and inspection as described herein shall be performed by a firm in accordance with Section 01400, Testing, Inspections, Supervision. PART 2- PRODUCTS 2 01 CEMENT A. Cement, except as otherwise specified, shall conform to ASTM C 150 and shall be Type II for all concrete in hydraulic or below grade structures and Type 1 or II for other cast -in- place concrete. Type 1-11 cement may be used for all structures. Cement shall at all times be suitably stored and protected from exposure to the atmosphere. In the event the cement shows signs of deterioration, it shall not be used unless additional tests show that it conforms to the requirements stated above. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-2 2.02 POZZOLAN A. Fly Ash shall conform to ASTM C 618 Class F. Maximum loss on ignition to be 1% Class C Fly Ash shall not be used. 2 03 AGGREGATES A. Fine and coarse aggregate for concrete shall conform to ASTM C 33. 2.04 WATER A. Water shall be any potable water, clean and free from injurious amounts of oil, acid, alkali, and organic materials. Water shall meet the requirements set for the in ASTM C 94, section 4.1.3 "Water". 2.05 ADMIXTURES A. Water reducing agent: Water reducing admixtures shall comply with ASTM C 494, Types A or F. Admixture shall be free of added calcium chloride. In addition to ASTM requirements, use shall be in strict accordance with the manufacturer's recommendations. Contractor shall use the type best suited for job conditions on the approval of Engineer. Water reducing agent shall be Master Builders "Polyheed N", "Polyheed 997" low, to mid-range (Type A), or "Glenium 3000 NS" high range (Type F) water reducers, or approved equal. B. Air entraining agent: Materials proposed for use as air entraining admixture shall conform to ASTM C 260. Air entraining agent added shall result in an entrained air content of 5% + 2%. The air content in the concrete shall be determined by pressure method (ASTM C 231). Master Builders "MB AE 90" or approved equal C Fly ash may be used in concrete mixes Maximum fly ash content is 150 pounds per cubic yard. Fly ash may replace part of cement content of concrete mix provided that the minimum cement required herein is maintained. D. Other admixtures shall not be used unless approved by Engineer prior to use 2.06 EPDXY BONDING COMPOUNDS A. Epoxy resin bonding compound shall be "Concresive LPL" as manufactured by DeGussa, "Sikadur" as manufactured by Sika Chemical, or equal. Application of all epoxy bonding compounds shall be in accordance with manufacturer's specifications or instructions 2.07 GROUT A. Grout shall be either the non -shrink type, or standard concrete grout class 4000G as specified below B. Non -shrink grout shall be a cement -type grout meeting the requirements of ASTM C- 1107 and Corps of Engineers CRD -C 621. Non -shrink grout shall be used where called for on the drawings, and where grout will be placed with a thickness less than 2". Non - shrink grout shall be mixed in proportions to be "flowable", but not "pourable". Specimens molded, cured and tested in accordance with ASTM C 109 shall have a minimum compressive strength of 6,200 psi. Grout shall not exhibit visible bleeding. 2.08 MORTAR AND DRYPACK A. Mortar (drypack) for repair and where called out on the plans for grouting, shall be composed of non -shrink grout, as above. 2.09 CURING COMPOUND A. Concrete curing compound shall be of a nature and composition not deleterious to concrete and shall be of a standard and uniform quality ready for use as shipped by the manufacturer. Curing compound shall be of the membrane -forming type. The G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-3 formulation shall be such that concrete surfaces on which it is applied can be sacked or coated with finish materials such as paints. At time of use, the curing compound shall be in a thoroughly stirred condition. Curing compounds shall not be diluted by addition of solvent or thinners, or be altered in any manner without specific approval of, and in a manner prescribed by, the manufacturer Curing compound shall be Master Builders or approved equal. B. Curing compound shall, when tested in accordance with ASTM C 156, be effective in limiting water loss in the concrete test specimens to 3-1/2% when applied at the coverage rate recommended by manufacturer. C. Curing compound shall conform to ASTM C 309 and shall be clear and not discolored. Curing compound and coatings where used, shall be verified by Contractor to be compatible prior to application. D. Monomolecular film shall be used when conditions are such that surface evaporation is likely. This film shall be applied in accordance with manufacturer's instructions. Master Builders Confilm, or Engineer approved equal. 2.10 WATERSTOPS A. Waterstops embedded in concrete shall be polyvinyl chloride (PVC) plastic meeting the following minimum requirements. Tensile Strength 1,800 psi Elongation 300% Shore A Durometer 50 B. Test for materials shall be in accordance with ASTM D 412. No reclaimed PVC will be allowed. C. Waterstop shall be 6 inches wide, 3/8 -inch thick heavy-duty type, unless indicated otherwise on the drawings or specifications. Installation and splicing shall be as recommended by manufacturer. Waterstops shall be Greenstreak # 732, Horn Durajoint Type 9, or equal. Split -bulb waterstops may be used where solid waterstops are not practical when approved in advance by the Engineer. 2.11 JOINT SEALANT A. Use joint sealant appropriate for use with concrete, and one which is compatible with any finishes which are to be applied as specified elsewhere. Use polyethylene rope backing where necessary in larger width cracks. 2.12 MIX DESIGN AND CONTROL A. Concrete 1. Quality: Concrete shall be designated by class with a minimum required 28 -day strength. Water/cement ratio shall be varied as specified below. Calculations of water/cement ratios shall include all cementitous materials, including fly ash, in the denominator. The proportions of materials shall be such as to produce a workable, dense, impermeable concrete of the strength required. a. Class 5000LS (low shrinkage) concrete shall have a minimum 28 -day strength of 5,000 psi. Class 5000LS concrete shall have a maximum water/cement ratio of 0.42, a minimum water/cement ratio of 0 35, contain a minimum of 588 pounds of cement per cubic yard, and contain 2% to 4% entrained air. Type F fly ash may be used in 5000LS concrete to a maximum of 100 pounds per cubic yard. Water -reducing admixtures shall be used as required in Class 5000LS concrete to maintain workability. b. Class 4000 concrete shall have a minimum 28 -day strength of 4,000 psi. Maximum water/cement ratio shall be 0.45, air entrainment of 3% to 5% G:\PROJECTS\2006\061041GLENN DRIVE RESERVOIR SPECS.doc 03300-4 c. Class 4000A concrete shall have a minimum 28 -day strength of 4,000 psi, a maximum water/cement ratio of 0.42, air entrainment of 4% to 6%. Class 4000A concrete shall be used for sidewalks and exterior concrete stairs. d. Class 4000G concrete shall have a minimum 28 -day strength of 4,000 psi, a maximum water/cement ratio of 0.45, and a maximum aggregate size of 3/8" Class 4000G concrete shall be used for grout, where the thickness of the grout is greater than 2". 4000G concrete that is used at the bottom of water -retaining structures need not be air entrained 4000G concrete that will be exposed to the elements shall have air entrainment of 4% to 6%. e. Class 3000 concrete shall have a minimum 28 -day strength of 3,000 psi, a maximum water/cement ratio of 0.55, air entrainment is not required for Class 3000 concrete. Class 3000 concrete shall be used for encasement of pipes under structures, and for encasement of electrical duct banks. 2. Consistency: Adequate water shall be used to produce the necessary workability for placement. However, the slump determined in accordance with ASTM C 143 shall not exceed the following values unless water -reducing admixtures or other means are used to obtain larger slumps while maintaining water -cement ratios as specified herein: Vertical wall sections, columns 4 inches Footings, beams, slabs 4 inches Plain unreinforced concrete 4 inches Class 5000LS concrete used for water -retaining structures and as specified below in the Concrete Schedule, shall have a maximum slump of 8" when used in walls, and 6" when used for slabs. In addition, Class 5000LS concrete shall have a minimum slump of 4" when used for walls. 3. Aggregate: Aggregates shall meet the requirements of ASTM C33. Coarse aggregate having a maximum particle size of 1 1/2" (1 1/2" minus) may be used in structures where the concrete cover is specified as 2" or greater, and reinforcing bar spacings are greater than 2". Other coarse aggregates shall have a maximum particle size of 3/4" (3/4" minus). B. Control tests - Characteristics of the concrete shall be controlled as follows: 1. Mix design: Before beginning concrete work, Contractor shall determine proper proportions of materials for each strength and type of concrete. Mix shall consist of the exact proportions of cementitious material, aggregates, water, and admixtures proposed for the particular concrete mix. Admixtures shall be proportions recommended by the manufacturer to achieve results herein noted. Mix design shall be prepared at the Contractor's expense and shall show the expected strength, corresponding slump, air content, and all ingredient weights, and other physical properties necessary to check each design mix. Where more than one grading of coarse aggregate will be used, tests shall be made for the finest gradation to be used. Mix designs and supporting data shall be submitted in accordance with section 01300. 2. Slump tests: a. All slump testing is to be done after any water which is going to be added, has been added at the job site. Following addition of any water, slumps exceeding permitted slumps will be cause for rejection of the load G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-5 PART 3 - EXECUTION 3.01 BATCHING AND MIXING A. Batching: Concrete shall not be batched on the job unless prior approval is obtained from the Engineer. B. Transit mixed concrete: Ready -mixed concrete shall be used. Transit mixed concrete shall comply with applicable portions of this specification and ASTM C 94. Batch tickets shall be provided with each truckload of concrete in accordance with ASTM C 94 including type and amount of cementitious material, type and amount of admixtures, total water content,;by producer, and weights of fine and coarse aggregate. Batch ticket shall also state the maximum amount of water that may be added at the jobsite without violating the maximum allowable water/cement ratio as specified above for each class of concrete. Water may be added at the job site up to the maximum allowed for the water/cement ratio of the class of concrete being delivered, provided the concrete does not exceed the permitted slump. No water may be added at the job site without authorization from the Engineer. In no case shall water be added without adequate means for measuring and recording the amount added. If water is added, the Engineer may require test cylinders to be taken on the load of concrete to which water was added. These test cylinders are in addition to the test cylinders taken under normal conditions. 3.02 CONCRETE FOR PUMPING A. Special requirements apply when concrete is to be placed by pumping. 1. Standards - The following standards shall govern: a. ACI 211.1 b. ACI 304.2R 2 Pumping: Type of pump to be used shall be approved by the Engineer. 3. Mix design shall be in accordance with above standards. An average loss of slump of 1/2 to 3/4 inch per 100 feet of pipeline shall be accommodated in the mix design and batching processes. 4. Aggregates: In concrete that is to be pumped, all aggregate shall fall in the middle of ASTM C 33 gradation limits. 5. Admixtures: Any admixtures used to improve pumpability shall strictly follow Paragraph 2.05 Admixtures, and Paragraph 2.15 Mix Design and Control. 3 03 COLD AND HOT WEATHER REQUIREMENTS In general, conform to ACI 304, Guide for Measuring, Mixing, Transporting, and Placing Concrete. Conform to the temperature limitations in "Concrete temperature" in ACI 301, section 4, "Concrete Mixtures", and the International Building Code Particular care shall be taken with concrete mixes with water/cement ratios less than 0.50 to avoid surface drying In low humidity, or windy conditions, monomolecular film or fogging shall be used to prevent surface drying and consequent cracking. A. Cold weather concreting shall be in accordance with ACI 306 R, except as modified herein. 1. Cold weather is defined as a period when for more than 3 days the mean daily temperature drops below 40 degrees F. When temperatures above 50 degrees F occur during more than half of any 24-hour period, the concrete should no longer be regarded as cold weather concrete Low humidity and windy conditions in the winter require evaporation retarders as noted below under Hot Weather Concreting. 2. Concrete temperatures as mixed and as placed shall be maintained within the recommended temperature ranges for the indicated period 3. When heating of concrete materials is required, apparatus used shall heat the mass uniformly and not create overheated areas or hot spots. Direct heating G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-6 devices will not be allowed. Any added moisture shall be taken into account in the mix design. 4 No frozen materials or materials containing ice shall be used. Surfaces with which the concrete is to come in contact shall be free of snow, ice, and frost and have a temperature above freezing. 5. Plans for protecting fresh concrete shall be made well in advance of expected freezing temperatures. All necessary materials and equipment shall be on site before the first frosts are likely to occur. 6. Protective coverings shall quickly follow the concrete placing. If it is necessary to expose the concrete, only small areas shall be exposed at a time and then only for short periods. 7. Choice of curing method shall consider and be compatible with the cold weather protection method. If heaters are used, they shall be vented to the outside. Water curing during cold weather as defined in this section shall not be permitted. 8. All concrete placed in cold weather shall be protected from freezing for a minimum of 7 days following placement. B. Hot weather concreting shall be in accordance with ACI 305 R, except as modified herein. 1. Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity tending to impair the quality of fresh or hardened concrete or otherwise resulting in abnormal properties. 2. Contractor shall schedule delivery of concrete so it can be placed promptly upon arrival. Formwork shall be ready to receive concrete. Construction joints shall be properly placed and prepared. Concrete shall not be placed faster than it can be properly consolidated and finished by the personnel and equipment at hand 3. Flatwork shall be protected from excessive drying during finishing operations, by such means as use of a monomolecular film after placing but before finishing, or fogging upwind of the concrete operation. Each finishing operation shall be performed without delay as soon as the concrete is ready for it. Curing shall be applied promptly and continued without interruption. 4. If ice is used in the mixing water, mixing shall continue until ice is thoroughly melted, but not longer than specified elsewhere in this section 5 No water shall be added to the mix at site except that water may be added sufficient to adjust to within 1" below the specified maximum slump, provided such an addition does not exceed the specified maximum water -cement ratio. Any later addition of water must be approved by Engineer. C. Protection of concrete construction: All surfaces shall be protected against injury. During the first 72 hours after placing concrete, any wheeling, working or walking on concrete shall not be permitted All slabs subject to wear shall be covered with a layer of sand or other suitable material as soon as concrete has set. Sisal paper or other similarly tough, waterproof paper may also be used, provided all joints between adjacent strips of paper are carefully sealed. This does not alter requirements for proper curing as specified in Paragraph 3.09, Curing Concrete. 1 No concrete slabs or top surfaces of walls shall be placed during rain unless acceptable protective shelter is provided; and during such weather, all concrete placed within the preceding 12 hours shall be protected with waterproof canvas or other suitable coverings. These shall be provided and kept ready at hand. 2 All concrete construction shall be protected from excessive loading. Installation of mechanical and electrical equipment shall be accomplished by employing shores, bearing plates, frames, cranes and temporary beams. 3 04 CONSTRUCTION JOINTS A. General: Concrete in each unit of construction shall be placed continuously. Contractor shall not begin work on any part unless his/her facilities and forces are sufficient to cornplete the unit without interruption. Before new concrete is deposited on or against G:\PROJECTS\2006\061041GLENN DRIVE RESERVOIR SPECS.doc 03300-7 1 concrete which has set, the forms shall be re -tightened and the surface of the set concrete shall be thoroughly cleaned of foreign matter. Concrete surfaces on which concrete is to be deposited shall be wetted, then all free moisture shall be removed. No cold joints are, allowed in watertight construction unless a waterstop is used at the joint. B. Construction: All construction joints shall be formed as described on the drawings. All construction joints in basements and water -retaining structures shall be made watertight. C. Locations: Construction joint locations shall be shown on shop drawings as required above, and shall be as approved by the Engineer. Construction joints shall be kept to a minimum consistent with sound construction practices. D. Watertightness: PVC waterstops shall be provided in construction joints where watertight construction is required. Waterstops shall be held firmly in proper position during concreting operation. Watertight construction will be required as follows - 1. Joints in all parts of structures exposed to ground or water on one side with areas to be occupied by non -submerged equipment or personnel on the other. 2 All joints of tanks and channel walls that are or may be subjected to water pressure. E. If joint is not watertight after construction, the Engineer may require any of the following• 1. Grouting of the joint by drilling grout holes to the center of the structural unit and forcing epoxy grout into the joint under pressure 2. Cutting of a bevel groove on the water side of the joint. The groove shall be 1/2 to 3/4 inches in width and depth and shall be filled per manufacturers instructions with cementitious waterproofing as specified in section 07191. 3.05 CRACK CONTROL JOINTS A. Crack control joints shall be formed as described in the drawings by saw -cutting or as otherwise described in the drawings. All saw cutting shall be done within 24 hours of the pour B. Sidewalks. Sidewalks shall have tooled crack control joints at a spacing equal to the sidewalk width, with a maximum spacing between tooled joints of 10 feet. 3.06 INSERTS AND EMBEDMENTS A. Inserts. Where pipes, castings, or conduits are to pass through walls, Contractor shall place such pipes or castings in the forms before pouring concrete. Additional reinforcement shall be provided around such openings as shown on the drawings or directed by Engineer. Pipes, castings, or conduits as specified shall be grouted in place by pouring in grout under a head of at least 4 inches. Grout shall be poured or rammed into place to fill completely the space between pipes, castings, or conduits, and sides of the opening so as to obtain the same watertightness as required for the wall itself. B. Embedments Contractor shall set accurately and hold in exact position in the forms all embedded items until concrete is poured and set. Contractor shall furnish and set accurately all inserts and anchor bolts necessary for attaching piping, valves, and equipment. 3.07 PLACING CONCRETE A. Concrete shall not be placed until forms and reinforcement have been accepted by Engineer. Concrete shall be conveyed from mixer to place of final deposit as rapidly as possible by methods which will prevent separation or loss of ingredients. It shall be deposited in the form as nearly as practicable in its final position so as to maintain a plastic surface approximately horizontal. Concrete shall not be dropped more than 4 feet G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-8 unless a suitable chute or tube is used. Forms for walls or other sections of considerable height shall be provided with openings, or other devices which will permit the concrete to be placed in a manner which will avoid accumulations of hardened concrete on forms or metal reinforcement. Under no circumstances shall concrete that has partially hardened be deposited in the work. Temporary joints shall not remain exposed for more than 45 minutes before adjacent concrete is placed. B. Immediately after depositing, concrete shall be thoroughly compacted by means of high - frequency mechanical internal vibrators which shall oscillate at 7,000 cycles per minute minimum. 3.08 PLACING GROUT A. The substrate on which the grout is to be placed shall be bushhammered to provide a roughened surface All loose material shall be removed, and the substrate shall be clean. The substrate is to be thoroughly wetted to prevent wicking out of moisture from the grout. If the grout does not contain an adhesive admixture, one shall be applied prior to placing the grout. B. Grout at the bottom of water -retaining structures is to be finished with Finish FF as specified herein C. Grout used for walking surfaces shall be finished with Finish LB, and shall have hardener applied to the surface. D. Grout is to be cured as required below 3 09 CURING CONCRETE A. Immediately following placement, concrete shall be protected from premature drying, hot and cold temperatures, rain, flowing water and mechanical injury. Materials and methods of curing shall be approved by Engineer. Wet curing shall continue for not less than 7 days. 1. Approved methods include ponding or continuous fog spray, and liquid membrane -forming compounds as described below, except as specified elsewhere in this section Intermittent wetting of concrete is not permitted. Where wet cure is used, it shall be continuous, and shall prevent the surface from ever drying out for the duration of the 7 day cure period. Application of liquid membrane -forming compound shall conform to ASTM C 309. Material shall restrict the loss of water to not more than 0 55 kg/square meter or surface in 72 hours when used at a coverage of 400 square feet per gallon and tested in accordance with ASTM C 156 The curing compound shall be used at a minimum rate of one gallon per 400 square feet. 2. Formed surfaces shall be kept moist prior to stripping forms. Immediately following stripping of forms, concrete shall be cured by the curing compound method. 3. Slabs shall be kept wet for 24 hours. Then cured by the curing compound method, or by wet methods as above. If the temperature drops below freezing, protect the slab as required to prevent freezing for 7 days. Curing compounds shall not be used on surfaces to receive waterproofing membranes as specified in Section 07190 3.10 REPAIR OF CONCRETE CONSTRUCTION A. Immediately after removal of forms, all concrete shall be inspected and all porous concrete, rough sections or rock pockets containing loose materials shall be repaired by cutting back to solid concrete and making an opening of such size and shape as will form a 1 -inch key for a cement mortar fill Before the mortar is applied, the surface of the existing concrete shall be coated with an epoxy bonding compound. All form tie holes and imperfections greater than one-fourth cubic inch shall be filled. Fill for small imperfections and form ties shall bond thoroughly to concrete and be of an equivalent quality as the surrounding concrete. Fill shall form a dense plug impervious to water. G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-9 Where the area or volume of defective concrete is large, it may be repaired by reforming the surface and filling the opening with concrete. For such repairs, the concrete surface shall be coated with an epoxy bonding compound. The exposed surface shall be neatly finished to match the surface and texture of adjacent concrete. All patches shall be cured as approved by Engineer. 3.11 FINISH OF FORMED SURFACES Finishes for surfaces of individual structures and portions of structures is to be as detailed in the Concrete Schedule herein. Any concrete not specifically called out in the Concrete Schedule shall receive Finish B, unless otherwise agreed to by the Engineer. A. Formed surfaces 1. Finish A: Finish A shall be a Grout -cleaned finish in accordance with ACI 301. All fins, ridges and other projecting irregularities shall be ground smooth. All concrete to receive Finish A shall be sandblasted to provide a rough surface for the adherence of the grout, and to remove curing compounds. The surface shall be thoroughly wetted and a bonding agent applied to promote adherence of the slurry mixture to the hardened concrete. All surface imperfections shall be covered with the slurry mixture, leaving a blemish -free finish. The sack -rubbed finish shall be cured by continuous wetting, or by use of curing compound if the curing compound does not cause any blotching or unevenness in the finish. Where Finish A is called for, it shall extend to 2 feet below the water surface, or 1 foot below the ground surface, as applicable. 2. Finish B: Hardened concrete shall be blasted with high-pressure (3000 psi or greater) water stream to remove any loose concrete. Surface imperfections greater than 1/4 -inch dimension including form tie holes shall be pointed up with cement type grout, flush with the concrete surface. 3. Finish' C. Surfaces imperfections greater than 1/2 inch dimension and form tie holes shall be pointed up with cement type grout flush with the concrete surface FinishC surfaces on buildings and structures with habitable spaces below grade that are to be backfilled are to be coated with asphalt emulsion below finished grade. 4. Top of walls a. Strike concrete smooth. Round corners with steel radius tool of 1/2" radius or provide chamfer as specified herein. b. Float to texture comparable to formed surfaces. c. Provide rubbed finish per Finish A wherever adjacent formed surface is scheduled to receive Finish A. 3.12 SLAB FINISHES A. Slab finishes shall be in accordance with ACI 301, Paragraph 11.7, Finishes. See concrete schedule for types of finish required for each structure. 1. Finish ,LB. Light broom finish. 2. Finish MB. Medium broom finish. This finish is used for sidewalks and stair landings outdoors. 3 Finish ''FF. Float finish. Concrete is bullfloated, machine floated, and then hand troweled to a smooth finish with a long -handled steel trowel. 4. Finish ST. Burnished steel trowel Following floating, concrete is troweled in several passes until a ringing sound is heard 5. Finish RF. Rake Finish. Slabs to receive grout toppings are to be raked to a rough finish with a rake, or rolled with an expanded metal roller that leaves a rough finish on the concrete. Prior to applying the grout topping, surface is to be high-pressure washed as in Finish B, above. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-10 3 13 SURFACE TOLERANCES A. Finished concrete surfaces shall be true planes within 1/8 inch in 10 feet as determined by a 10 -foot straightedge placed anywhere on the slab in any direction. Wall tops shall be level, with a maximum deviation from the elevation shown on the drawings of 1/4". B. Slopes to drains shall be true to line. All slopes to drains are to have an even slope from the high point to the inlet to the drain, with no changes in slope, such that "birdbaths" do not form. Slope all exterior and interior work including stair landing and individual treads. Stair landings and treads to be sloped 1/8 inch per foot. Minimum slope to drains where not otherwise specified on the drawings is 3/16" per foot. 3.14 FIELD TESTING A. Concrete will be sampled and tested in accordance with ACI 301 and supplements during the progress of concrete work. Slump and air content tests shall accompany all test cylinders for strength Engineer shall be notified 48 hours ahead of all scheduled pours. Contractor shall notify Engineer 24 hours in advance of any cancellation of pours. 1. When there is a question as to quality of the structure because of cylinder strength test failures, strength tests will be made on specimens taken from the structure, and testing in accordance with ASTM C 42 will be required. 2. Samples of concrete will be obtained in accordance with ASTM C 172 and will be transported to a place on the site where air and slump tests can be made and cylinders stored without being disturbed for the first 24 hours. Cylinders for strength tests will be made in accordance with ASTM C 31 and ASTM C 94. 3. Concrete failing to meet the requirements of these specifications shall be deemed unacceptable and shall be removed from the structure if so required by the Engineer. B. Cylinders will be made as required by ACI 301, and supplements for strength tests following applicable ASTM standards Cylinders shall be cured in the laboratory. If a specimen shows evidence of improper sampling, molding or testing, it will be discarded. C. Slump and air tests shall be made following the procedure in ASTM C 143. Slump tests shall be made for concrete from any batch from which strength tests are made. 1 If the measured slump falls outside limits specified, a check test will be made immediately on another portion of the same sample In the event of a second failure, concrete will be considered to have failed to meet requirements of the specifications and shall be unacceptable D Air content tests shall be made in accordance with ASTM C 231. 1. If the measured air content falls outside limits specified, a check test will be made immediately on another portion of the same batch. In the event of a second failure, concrete will be considered to have failed to meet requirements of the specifications and shall be unacceptable. 3.15 WATER LEAKAGE TESTS A. Watertightness, testing and repair: All water holding structures, concrete tanks and channels which will be subjected to hydrostatic pressure and have walls and slabs which are common with areas to be occupied by equipment or personnel, or are exposed outdoors, shall be tested for watertightness. Tests shall be made prior to application of waterproofing or protective coatings. Tests shall be performed after the concrete has cured and obtained its design strength, and before backfill or other work which covers the concrete surfaces. B. Testing shall consist of filling the tank with water to the maximum operating water surface. After these structures have been kept full for 48 hours, it will be assumed for the purposes of the test that the absorption of moisture by concrete in the structure is complete. The change in water surface shall then be measured for a 24 hour period. During the test period all exposed portions of the structure shall be examined for dampness or leaks, and all visible leaks and damp spots shall be marked; such leaks or G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-11 damp spots shall later be patched or corrected in manner acceptable to the Engineer prior to additional leakage testing. If the drop in water surface in the 24 hour period exceeds one gallon per thousand gallons of volume of liquid contained in the water holding structure, after accounting for evaporation and precipitation in open basins, or if damp spots or any seepage is present on the walls or other areas exposed to view, the leakage shall be considered excessive and the leakage test will be considered to have failed Evaporation shall be determined by floating an evaporation pan in the structure during the test period. C If the leakage is excessive or if damp spots and observed seepage are present on exposed surfaces, the water -holding structure shall be drained, all leaks and damp spots previously marked shall be repaired to the satisfaction of the Engineer. Cracks shall be "square cut" and sealed with epoxy joint sealer in accordance with manufacturer's instructions. Any leakage or seepage through the joints shall be repaired to the satisfaction of the Engineer. The Contractor's method of repair shall be subject to the review and approval of the Engineer The Engineer may require, at his/her sole discretion, that areas showing leakage, seepage, or excessive dampness be treated with concrete waterproofing as specified in Section 07191. D. The water -holding structure shall then be refilled and again tested for leakage, and this testing and repair process shall be repeated as many times as necessary until the leakage test passes. This process shall be continued until the drop in water surface in a 24-hour period with the basin full is less than one gallon per thousand gallons of the volume of liquid held in the basin and all damp spots and seepage disappear when the structures are full of water. All repairs of faulty workmanship and materials, and additional tests, shall be made by the Contractor in an acceptable manner, at no additional cost to the Owner. Both the correction for excessive leakage and removal of the damp or wet spots on walls shall be required to pass the leakage test. E. The purpose of this test is to determine the integrity of the finished concrete and to show that exposed wall surfaces are visually acceptable. Therefore, all other equipment, i.e., stop gates etc., or temporary bulkheads should be made watertight prior to the test. F. All costs for testing the water -holding structures shall be borne by the Contractor. Water required for the testing shall be provided by the Contractor. The Contractor shall provide all necessary pump(s) and piping for removal of testing water. The Contractor shall provide all necessary water storage equipment for holding water used for testing or retesting of concrete structures. Water shall be disposed of off-site. No water shall be disposed of in the canal or the reservoir without prior written permission from the Contracting Agency and the canal company. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-12 3.16 CONCRETE CLASS AND FINISH SCHEDULE CONCRETE SCHEDULE Structure Concrete Class Finish Hardener Comments Sidewalks and Outdoor Landings 4000A MB Y Irrigation Wet Well Slab 5000LS RF N grout 4000 ST N Walls 5000LS earth side -below grade C - earth side -above grade A - water side -below water B - water side -above water A - Top Slab 5000LS ST Y Irrigation Pump Building Footing and Stem Wall 4000 earth side -below grade C - earth side -above grade A - Slab 4000 ST Y END OF SECTION 03300 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03300-13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 03360 - CONCRETE HARDENER PART1-GENERAL 1 01 DESCRIPTION OF WORK A. Work covered by this section includes all labor, materials, and equipment required for surface preparation and application of concrete hardener as indicated on the drawings and as specified herein. B. Concrete hardener is to be applied to all concrete floors inside buildings. Hardener is not required inside water -retaining structures. 1.02 RELATED WORK A. Section 03300 - Concrete 103 SUBMITTALS 1. Technical Data Sheets: For concrete hardener system, Contractor shall submit a technical data sheet from the manufacturer. The technical data sheet shall at minimum provide the material name, manufacturer name, product name and number, material specification, recommended coverage and thickness. 2 Material Safety Data Sheets (MSDS). 3. Copy of warranty to be issued 1.04 DELIVERY AND STORAGE A. Deliver all materials to the job site in original, new, and unopened packages and containers bearing manufacturer's name and label. 1. Provide labels on each container with the following information: a. Name or title of material b. Federal Specification number, if applicable. c. Manufacturer's stock number. d. Manufacturer's name. e. Contents by volume. f. Thinning instructions, if any. g. Application instructions. B. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing, and application in a clean condition, free of foreign materials and residue. 1.05 JOB CONDITIONS A. Do not apply when conditions are such that dust, dirt, or other deleterious substances which may impair the quality of coats or the finish are present or will be present before the coating is fully cured. B. Comply with manufacturer's recommended limitations for ambient and surface temperature and humidity No painting is to be done when the relative humidity exceeds 85 percent. C. Comply with manufacturer's recommendations for minimum and maximum times between applications. PART 2 - PRODUCTS 2.01 CONCRETE HARDENER SUPPLIER G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03360-1 A. This section is based on Eco-Hard-N-SeaIJ concrete hardener by Tennant Company, P.O. Box 1452, Minneapolis, MN 55440, (800) 228-4943. Equivalent products are acceptable with Engineer=s approval. Also approved for use is Dayton Superior Day -Chem Sure Hard (J-17). B. The concrete hardeners specified herein may be used as the curing compound on new concrete specified elsewhere in these specifications. 2.02 DELIVERY, STORAGE AND HANDLING A. Store materials in dry, enclosed area with adequate protection from moisture. Keep temperature of storage area between 65°F (18°C) and 90°F (32°C). PART 3 - EXECUTION 3.01 PREPARATION A. Application can begin after the final concrete trowelling or anytime thereafter. B No preparation process is required for newly placed concrete. C. Remove coating or membranes from existing concrete with one of the following methods 1. Mechanical B Sand floors. 2. Chemical B Scrub thoroughly with TENNANT 654. Remove curing membranes with TENNANT 530/531/528 Remove paint and coatings with TENNANT 510. 3.02 APPLICATION A. Apply in accordance with Manufacturer's written specification. 1. Assemble equipment. 2. Mix Eco -Hard -N -Seal J before using. For new concrete: Spray on the surface with a low-pressure sprayer immediately following the finishing operation Apply Eco-Hard-N-SeaIJ at an average coverage rate of 200 sq. ft. per gallon to the entire surface as soon as the surface is firm enough to walk on and before hairline and temperature cracking begins Keep the entire surface wet with Eco- Hard-N-SeaIJ for 30 minutes by brooming excess material onto the dry spots or by respraying them immediately. After 30 minutes, squeegee or broom all puddled excess of Eco-Hard-N-SeaIJ so that any remaining material penetrates into the surface. For old Concrete: (Average or Broom Trowelled Concrete) Saturate the surface with Eco-Hard-N-SeaIJ at an average coverage rate of 200 sq. ft. per gallon. If dry spots appear, broom all puddled or excess Eco-Hard-N- SeaIJ on to them or respray them immediately so that the entire surface is wet for 30 minutes. After approximately 30 minutes, the floor will become slippery Add more water to the solution, and work it in using a disc machine or automatic scrubber 3. Scrub and Rinse 2-4 hours after application to ensure removal of all residue. White residue upon drying indicates inadequate rinse. Repeat rinse step if necessary. Floor may be open to traffic after it has dried. Apply a second application using the same procedure as before, if there is very little residue remaining after the first application. Check Floor: Texture of floor should feel smooth and appear somewhat glossy. WAIT: Allow to dry 12 hours before trafficking 4. CAUTION: TENNANT coatings provide a smooth, non -porous surface. Immediately clean liquid spillage or soilage on coated surfaces to avoid a slippery condition Use TENNANT grit in slip -hazard areas. 3.03 PROTECTION A. Close job site to traffic for a period of 12 hours after sealing application. END OF SECTION 03360 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 03360-2 DIVISION 5 - METALS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 05500 - MISCELLANEOUS METALS PART1-GENERAL 1 01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, materials and equipment for the fabrication and erection of all metal fabrications shown on the drawings and as specified including metal work associated with electrical and instrumentation installations B. Work included': 1. Embedded and non -embedded metal work including structural steel and aluminum shapes, clip angles, sheet steel, rungs, tubing, rods, guides, inserts, brackets, anchor bolts, bracing and supports for the following sections: a. b. c. d. e. f. Section 03300 Section 05521 Section 06100 Section 06500 Section 15060 - Section 16050 - - Cast -in -Place Concrete - Aluminum Railings - Rough Carpentry - Fiberglass Gratings Piping Systems Basic Materials and Methods 1.02 RELATED WORK A. Section 08100 - Steel Doors and Frames B. Section 09900 - Painting 103 SUBMITTALS A. Product data: Submit manufacturer's descriptive literature and installation instructions for the following: 1. Fasteners 2. Grouts. 3. Galvanizing repair paint. B Shop drawings: Submit shop drawings of metal fabrications in accordance with Section 01300. 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners and accessories. 2 Include erection drawings, elevations and details where applicable. 3. Indicate welded connections using standard AWS welding symbols. Indicate net weld lengths. Include data for welding materials and methods to be used. 1.04 DELIVERY, STORAGE AND HANDLING A. Do not deliver any steel items, other than those to be encased in concrete, which have not received either a galvanized, painted or anodized surface treatment, or are constructed of stainless steel . B. Store job site metals on blocks above snow, mud, and soil. After erection, remove any weld spatter, oil and grease Cover items with cover that allows air movement but keeps out moisture. 1.05 REFERENCE STANDARDS A. American Iron and Steel Institute (AISI) B. American Society for Testing and Materials (ASTM) 1. A 36 - Structural Steel 2. A 53 - Pipe, steel, black and hot -dip, zinc -coated, welded and seamless. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05500-1 3 A 123 - Standard Specification for Zinc (Hot Dip Galvanized) coatings on Iron and Steel Products 4. A 153 - Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware 5. A 167 - Stainless and heat -resisting chromium -nickel steel plate, sheet and strip. 6. A 386 - Zinc coating (hot dip) on assembled steel products. 7. A 307 - Carbon steel externally threaded standard fasteners. 8 A 366 - Steel, carbon, cold -rolled sheet commercial quality. 9. A 500 - Hot formed welded and seamless carbon steel structural tubing. 10. A 526 - Steel sheet, zinc -coated (galvanized) by the hot -dip process, commercial quality. 11. A 780 - Standard Practice for Repair of Damaged Hot Dip Galvanized Coatings 12. B 308 - Aluminum alloy standard structural shapes, rolled or extruded 13 F 468 - Nonferrous bolts, hex cap screws, and studs for general use. C. American Welding Society (AWS) D. National Association of Architectural Metal Manufacturers (NAAMM). PART 2 - PRODUCTS 2.01 FABRICATION, GENERAL A. Verify dimensions on site prior to shop fabrication B. Fabricate items with joints neatly fitted and properly secured. C. Fit and shop assemble in largest practical sections, for delivery to site D. Exposed mechanical fastenings shall be flush countersunk screws or bolts, unobtrusively located consistent with design of structure, except where specifically noted otherwise. E Make exposed joints flush butt type hair line joints where mechanically fastened. F Supply components required for proper anchorage of metal fabrications Fabricate anchorage and related components of same material and finish as metal fabrication, unless otherwise specified or scheduled herein. G. Thoroughly clean surfaces of rust, scale, grease and foreign matter prior to prime painting, galvanizing, anodizing or buffing. H. Do not shop prime surfaces to be embedded in concrete. Primer is part of paint system specified in Section 09900 Galvanized surfaces to be painted may be shop primed at Contractor's option 2.02 CORROSION PROTECTION A. All ferrous metals except stainless steel that are not entirely embedded in concrete shall be hot -dip galvanized after fabrication All other structural steel and miscellaneous steel items not specifically described elsewhere shall be hot -dip galvanized. 2.03 MATERIALS A. Steel and Iron 1 Carbon steel shapes, plates and bars: ASTM A 36. 2 Steel pipe and tubing• a. Round. ASTM A 53, Schedule 40 unless indicated otherwise b. Square or rectangular: ASTM A 500, welded and seamless. 3. Steel sheet: ASTM A 366 if not galvanized, ASTM A 526 if galvanized. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05500-2 4. Finish: All ferrous material not encased in concrete shall be hot -dip galvanized or stainless steel. B. Aluminum 1. Aluminum ASTM B 308, Type 6061 T6 unless a different type is called for in an individual part of this specification. 2. Finish: AA -C22 -A41, Class I unless indicated otherwise. C. Stainless steel: ASTM A 167 Stainless and Heat Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. 1. Bolts: ASTM F593-95 Alloy AISI Type 304 2 Nuts. ASTM F594-91 Alloy AISI Type 304 2.04 FASTENERS A. General: 1 Wet exposure: All fasteners which are in contact with water or sewage, or are above open channels or tanks containing water or sewage, are considered a wet exposure and shall be stainless steel. 2. Unless otherwise specified on the drawings, expansion bolts or drilled -in adhesive anchors may be substituted for cast -in anchor bolts in concrete or masonry base materials. 3. Drilled -in adhesive anchors are to use parallel tubes of resin and hardener, dispensed through a mixing tube which ensures proper mixing and eliminates any possibility of measuring errors The mixed adhesive is to be injected directly into the hole drilled in the base material. Drill sizes and techniques are to be per manufacturer's recommendations No polyester or vinyl ester -based resins are to be used. B. Metal to metal: 1. Steel to steel: Unless noted otherwise, use ASTM A 325, Grade A, hex head, hot -dip galvanized. All bolts 3/8" diameter or larger are to be either hot -dip galvanized or stainless steel. Bolts smaller than 3/8" diameter may be zinc plated bolts. 2. Aluminum to aluminum: ASTM F 468 C. Metal to concrete: 1. Anchor bolts: ASTM A 307, Grade A, hex head, hot -dip galvanized. All embedded anchor bolts are to be standard bolts with hex head. Do not use "J" bolts. 2. Anchor bolts, for submerged or intermittently submerged applications. Stainless steel; ANSI B 1.1 threads. 3. Expansion bolts: Meet Federal Specification FS FF -S-325, Group II, Type 4, Class 1. Material is to be hot dip galvanized steel, or stainless steel as noted under "General", above. Manufacturer Hilti, Qwik Bolt II, or equal. Equality to be determined based on allowable loads in the ICBG report for the proposed substitute. D. Metal to wood: 1. Bolts: ASTM A 307, Grade A, hex head, hot -dip galvanized, except stainless steel where noted on drawings. 2. Lag screws: FS FF -B-561, hot -dip galvanized coated for steel, stainless steel for all other. E. Metal to hollow construction: Toggle bolts, FS FF -B-588, (hot -dip galvanized). F. Powder -actuated fasteners. To be used where called for on the drawings. Galvanized for steel; stainless steel for all other. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05500-3 G. Washers Provide washers of the same material and finish as the bolt or lag bolt in the following locations: 1. Under all nuts. 2. Under bolt heads except in steel -to -steel connections. H. Lock washers: Provide spring steel helical lock washers, of the same finish as the bolt, under nuts and bolt heads of connections subject to vibration. 2 05 WELDING A. Perform welding in accordance with pertinent recommendations of the American Welding Society. Use electrodes and methods recommended by manufacturer of material being welded, or as shown on the drawings. Type, size and spacing of welds in accordance with reviewed shop drawings. 1. Welding shall be done by operators who have been qualified by tests as prescribed in the AWS in "Standard Qualification Procedure" to perform the type of work required. The quality of welding shall conform to AWS "Code for Arc Welding in Building Construction," Section 4 Workmanship. B Welds behind finished surfaces: Use methods to minimize distortion and discoloration of finished surface C. Remove flux and slag from both sides of welds. D. Grind accessible welds smooth E. Buff or polish welded surfaces which will be exposed to view in the finished work to match and blend with adjacent parent material. F Complete welding before galvanizing, anodizing or painting. 2.06 GALVANIZING REPAIR PAINT A. High zinc dust content paint, meeting the requirements of Military Specification MIL -P- 21035. B Surface Treatment - Shop Applied 1. Galvanized surfaces: Galvanize steel surfaces in accordance with ASTM A 123, A 386 and A 526. 2 Steel Surfaces a. Paint in accordance with paint system in Section 09900. b. If fabricator uses different primer it must be compatible with finish coating specified in Section 09900 C. Surface Treatment - Field Applied 1. Cutting or drilling in the field will not be allowed unless it has been approved by the Engineer. 2. Galvanized surfaces: Items that must be drilled or cut in the field shall be coated with galvanizing repair paint before installation. 3. Painted surfaces: Damaged shop primed surfaces and all field priming and finish painting shall be done as specified in Section 09900. 2.07 HANGER SYSTEMS A. All systems on this project are to be as manufactured by Unistrut Corporation standard shapes and accessories or approved equal. All such shapes and accessories must conform to the same ASTM Specifications as the standard Unistrut items See drawings for particular configurations and sizes. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05500-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. It is the responsibility of the particular trade using this system as support to determine the appropriate units and attachments and accessories required for the proper completion of their work. Attachment to the building structure, however shall be limited to that shown on the drawings Additional ceiling penetrations or other attachment must have prior approval of the Engineer. See Division 7 for sealant around ceiling penetrations. C All channel shapes shall be hot -dipped galvanized in accordance with ASTM A-123 or A- 153. All parts, screws and nuts shall be hot dip galvanized or stainless steel. 2.08 ACCESS DOOR (FLOOR DOOR) A. See drawings for location and size of access door units. B. Units to be equal to Halliday Products W1S or W2S series doors. Model No W1S3048, and/or other sizes shown on the drawings C. Unit to be aluminum and have stainless steel hardware. D. Units to be capable of supporting a superimposed live load of 300 pounds per square foot. 2.09 LADDER RUNGS A. Refer to Plans and WSDOT Standard Specifications, Section 7-05, for cast -in-place ladder rungs. PART 3 - EXECUTION 3 01 INSPECTION A. Installer must examine the areas and conditions under which miscellaneous metal items are to be installed and notify the Contractor in writing of conditions detrimental to the timely and proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner satisfactory to the installer. 3 02 PREPARATION A. Furnish setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items having integral anchors which are to be embedded in concrete or masonry. Coordinate delivery of such items to project site. 3.03 ERECTION A. Obtain Engineer's written permission prior to on-site cutting, welding, or making other adjustments which are not part of scheduled work. B. Install items square and level, accurately fitted and free from distortion or defects. C. Make provision for erection stresses by temporary bracing. Keep work in alignment. D. Replace items damaged in course of installation. E. Grouting (see Section 03300): F After installation, touch up scratched and damaged prime painted and galvanized surfaces. 1. Use same primer as used for shop priming of painted surfaces. 2 Use galvanizing repair paint for galvanized surfaces. END OF SECTION 05500 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05500-5 SECTION 05521 - ALUMINUM RAILINGS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, materials, and equipment for the installation of non - welded aluminum guardrails and handrails B Railings used in this section shall include handrails at stairways, and guardrails as required by the Uniform Building Code and Washington Industrial Safety and Health Act (WISHA) regulations. All guardrails and handrails shall meet the requirements of the Uniform Building Code (UBC), Section 509, and OSHA. Guardrails and handrails as required by UBC and WISHA shall be furnished and installed at no additional cost whether or not they are explicitly shown on the drawings. 1 02 RELATED WORK A. Section 03300 - Concrete C. Section 05500 — Miscellaneous Metals 1.03 REFERENCE CODES AND STANDARDS A. Uniform Building Code, 1994 edition B Washington Industrial Safety and Health Act of 1973 C. State Building Code Act D. Washington State Barrier -Free regulations (WAC 51-30) 1.04 STRUCTURAL REQUIREMENTS A. Design handrails to withstand a 200 pound concentrated load applied horizontally or vertically at any point along the rail Design guardrails to withstand a 20 pounds/foot uniformly distributed load applied horizontally at the top rail. Design intermediate rails to withstand a load of 25 pounds per linear foot applied horizontally along the rail. Design for the above loads or for the loads specified in Table 16-B of the Uniform Building Code, whichever is greater. 1.05 DIMENSIONAL REQUIREMENTS A. Where details are not shown, use Schedule 40 (minimum) pipe, 1 1/2" diameter Guardrails shall be 42 inches high, and Handrails shall be 34 inches high as measured from the front top of the stair tread. Guardrails shall have a maximum post spacing of 5 feet; handrails 5 feet. B. Each guardrail is to be constructed with intermediate railings such that a 12" sphere cannot pass through any opening in the rail assembly, including the opening between the bottom rail and the solid surface to which the rail is attached. This requirement shall also apply to handrails where the height difference between the walking surface of the stair and surfaces below to which a person could fall exceeds 30 inches C. A kickplate shall be attached continuously to the bottom of the guardrail assembly where required by OSHA regulations. The spacing between the kickplate and the solid surface beneath shall be 1/4" or the minimum required by OSHA regulations, whichever is less. D. Railings shall be smooth and free from defects or variations in finish which would cause scrapes or injury to persons brushing or sliding along the railing surface. E. Changes in direction shall be done with a radius corner, not a mitered corner. Minimum radius to centerline of pipe, 3" G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05521-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F. In long linear runs of railings, an expansion joint shall be provided at least every 50 feet of run to prevent buckling of railings. G Adjust railing prior to anchoring to ensure matching alignment at butting joints. All bolts fastening guardrails are to be straight, and be placed so that they are perpendicular to the substrate surface. 1.06 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Indicate component details, materials, finishes, connection and joining methods, and the relationship to adjoining work. C. Submit manufacturer's installation instructions under provisions of Section 01300. 1.07 DELIVERY, HANDLING, AND STORAGE A. Deliver materials to the job site in good condition and properly protected against damage to finished surfaces B Store material, in a location and in a manner to avoid damage. Stacking shall be done in a way which will prevent bending. C. Store material in a clean, dry location away from uncured concrete and masonry. Cover with waterproof paper, tarpaulin, or polyethylene sheeting in a manner that will permit circulation of air inside the covering. D. Keep handling on site to a minimum. Exercise particular care to avoid damage to finishes of material. PART 2 - PRODUCTS 2.01 ACCEPTABLE PRODUCTS AND MANUFACTURERS A. Connectorail System as manufactured by Julius Blum & Co., Carlstadt, New Jersey. B. Aluminum Mechanical Sub -Assembly System, as manufactured by Golden Railings, Inc., Golden, Colorado C. Other manufacturers with similar products may be considered, to be pre -approved before bid. 2.02 MATERIALS AND FINISHES A. Aluminum: 1 Drawn pipe. Alloy 6063-T832 or 6061-T6 with a minimum yield strength of 35,000 psi and a minimum allowable stress in bending of 19,500 psi. 2. Solid reinforcing bars: Alloy 6061-T6 3. Extruded Bars and Shapes: Alloy 6063-T52, or 6061-T6. 4. Castings. Almag 35 5. Finish: Clear anodized (refer to NAAMM Metal Finishes Manual). 2.03 RAILING SYSTEM A. Material shall conform to 2.02 A and be finished in accordance with 2.02 A.5 B. Railing system shall be permanently anchored except where shown as removable on the drawings. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05521-2 C. Rails and Posts 1 Fabricate rails and posts from anodized aluminum, 6061-T6, 6063-T832 or other alloy pipe with nominal size of 11/2 inches (1.900 inches outside diameter), Schedule 40 (0.145 inch wall, minimum) Provide post reinforcement consisting of solid aluminum reinforcing bar if required to meet structural requirements specified above. D. Fittings 1. Fittings shall be of wrought material of aluminum. Tee -fittings and elbows which are fabricated from more than one piece shall be of welded construction with no weld marks visible when the fitting is installed. E. Connector Sleeves 1. Internal connector sleeves shall be of extruded aluminum. F Mounting Flanges 1. Floor flanges shall be of cast aluminum. 2. Heavy duty floor flange shall be of cast aluminum with a solid aluminum reinforcing bar. 3. Facia flanges shall be of aluminum with a solid aluminum reinforcing bar. G. Toe Board 1. Toe Board shall be of extruded aluminum; equal to BLUM No. 6446. 2.04 FASTENERS A. Mechanical fasteners are to be provided as required by the manufacturer. All fasteners shall be either aluminum or stainless steel. 1. Machine screws used to mount flanges to stair stringers shall be of stainless steel, 3/8 inch diameter. B. Adhesive: Scotch -Weld epoxy adhesive, Catalog No 3M EC -2216 B/A Clear Amber, or approved equal C. Cement Hydraulic, ASTM C 595, factory prepared with accelerator. 2 05 HANDRAIL. BRACKETS A. Aluminum extruded equal to BLUM No. 498. 2.06 FABRICATION A. Form rail -to -end post connections and all changes in rail direction by radius elbows B. Cut material square and remove burrs from all exposed edges, with no chamfer. C. Make exposed joints butt tight and flush. D. Close exposed ends of pipe by use of appropriate end cap. E. Locate intermediate rails as shown on the drawings. F. Verify dimensions on site prior to shop fabrication. PART 3 - EXECUTION 3.01 DISSIMILAR METALS A. When aluminum components come into contact with dissimilar metals, surfaces shall be kept from direct contact by painting the dissimilar metal with a heavy coat of a proper primer. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05521-3 B. When aluminum components come into contact with cement or lime mortar, exposed aluminum surfaces shall be painted with heavy bodied bituminous paint. 3.02 INSTALLATION A. Install in accordance with shop drawings and manufacturer's instructions. B. Erect work square and level, horizontal or parallel to rake of steps or ramp, and free from distortion or defects detrimental to appearance or performance C. Expansion joints shall be provided as needed to allow for thermal expansion or contraction. 3 03 CLEANING A. As installation is completed, wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution, steel wool or other harsh abrasives. C. If stain remains after washing, remove finish and restore in accordance with NAAMM Metal Finishes Manual Finish must be removed from anodized aluminum. Reanodizing can only be done by removing railing and returning it to the anodizer. 3.04 REPAIR OF DEFECTIVE WORK A. Remove stained or otherwise defective work and replace with material that meets specification requirements. END OF SECTION 05521 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 05521-4 DIVISION 6 - WOOD AND PLASTICS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work covered by this Section consists of furnishing and installing rough carpentry as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 05500 - Miscellaneous Metals B. Section 06170 - Prefabricated Structural Wood C. Section 06200 - Finish Carpentry D. Section 07200 - Building Insulation E. Section 07400 - Manufactured Roof and Wall Panels 1.03 CODES AND STANDARDS A. Rough carpentry shall conform to Uniform Building Code (UBC) and other referenced codes and standards of governing authorities. In case of conflict between any codes and standards and this Section, the more stringent shall govern. 104 SUBMITTALS A. Manufacturers' catalog cuts showing rough hardware conforming to or equivalent to hardware shown shall be submitted to the Engineer for review. B. Shop Drawings and Certificates of Compliance shall be submitted wherever specifically called for herein. PART 2 -PRODUCTS 2.01 LUMBER A. All lumber, unless otherwise noted, shall be legibly trade- and grade -marked, kiln -dried S4S, Douglas Fir/Larch conforming to the Western Wood Products Association grading rules. Moisture content of lumber, shall be 16 percent or less at time of installation. 2.02 PLYWOOD A. All plywood, unless otherwise noted, shall be identified with grade marks of the American Plywood Association (APA) and shall meet the requirements of the U.S. Product Standard PS -183 for softwood plywood. All plywood shall be constructed with exterior glues. Plywood for roof sheathing shall be Exposure 1, CDX. All other plywood not exposed to view may be oriented strand particle board of the same thickness and structural rating as the plywood called out on the drawings. 2.03 ROUGH HARDWARE A. The term "rough hardware" includes bolts, nails, lag screws, washers, plates, and similar items employed in erection and construction of rough work. Bolt anchorages embedded in concrete shall be provided as shown and required to complete work, including installation of such items furnished under other Sections of these Specifications. Standard product rough hardware shall be of standard manufacture approved by a recognized agency for loads as shown Hardware shall be steel of thickness shown. Rough hardware shall be hot -dip galvanized after fabrication. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06100-1 2.04 FASTENERS A. Nails called out on the drawings are to be common wire nails unless otherwise specified or shown Nails shall be galvanized or stainless steel as appropriate where exposed to weather. Nails used for exterior plywood (exposed to view) shall be stainless steel. B. Screws shall conform to UBC Standard 23-17 and shall be galvanized where exposed to weather. C Bolts and nuts shall conform to ASTM A307, sizes as indicated on Drawings, galvanized where exposed to weather. D Plyclips shall be extruded 6063-T6 aluminum alloy. 2 05 TREATED LUMBER A. Kiln Drying: Kiln -dry lumber shall be treated with water -borne preservative and have a maximum moisture content of 15 percent after treatment. B Pressure Treated Lumber: All wooden nailing blocks, sills, and plates resting on or embedded in concrete or masonry within 18 inches of grade shall be pressure -treated in accordance with American Wood Preservers' Association Manual of Recommended Practice. Preservatives shall conform to those specified in the standard. Each piece of treated lumber shall have approval mark of approved testing agency. Creosote shall not be used. C. Preservative: Two (2) thorough coats of preservative, Zehrung "Pentaseal", Sherwin Williams "Kemwood Penta", or approved equal, shall be applied at least 2 hours before installation of all surfaces of ground, stripping, and other members which come in contact with or are set close to concrete and masonry, except lumber specified to be pressure - treated. Tank dipping or pressure -treating may be used. D. Cuts: Wherever necessary to cut, notch, dap drill, or frame treated lumber, newly cut or bored surfaces shall be treated with two (2) heavy coats of the same preservative used in original treatment, minimum 1/4 -inch depth of penetration. 2 06 MISCELLANEOUS MATERIALS A. Building Paper: See Section 07400 2.03 A.2 for material specifications. B Sill Sealer Gaskets: See Section 07200 2.01 D for material specifications. PART 3 - EXECUTION 3 01 CARPENTRY A. Framing: Framing members and assemblies shall be set accurately to required lines and level, and to arrangements shown. Framing shall be accurately and neatly cut and strongly nailed, spiked, or otherwise secured in place in a workmanlike manner Use joist hangers or framing clips at all joist or rafter connections to other framing members. Structural wood framing members shall not be spliced between bearing points or supports Approval shall be secured from the Engineer before cutting of any wood members that may weaken structure. All blocking and backing in walls and ceilings shall be 2 x material with depth as needed and shall be accurately located around light fixtures, ceiling registers, grilles, and other required mechanical and electrical items. Backing shall be accurately located and installed for all building specialties and finish hardware items as required. Due care shall be exercised in placing framing so that structural and other important members do not require cutting for openings, pipes, vents, conduits, or ducts Bearing surfaces on which wood structural member are to rest shall be finished to give full, true, and even support. Wedges or shims shall not be used to correct faulty work. Wood members which have been split or otherwise damaged to such G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06100-2 an extent as to materially impair their strength shall be removed and replaced at no additional cost to the Owner. B. Nailing: Nails' shall not be driven closer together than 1/2 their length unless driven in drilled holes, nor closer to edge of member than 1/4 its length. Holes drilled slightly smaller than nail diameters shall be used when necessary to prevent splitting. The nails shall penetrate second or farther member not Tess than 1/2 of the length of nail. Common nails shall be used unless otherwise specified or shown Staples may be used to fasten plywood to framing provided Contractor has previously provided the Engineer with product data showing that the stapling proposed will be structurally equivalent to the nailing called for. C. Bolts and Nuts: Malleable or cut steel washers shall be provided under heads and nuts except where bearing on steel plates or other steel attachments, or where flat -head countersunk bolts are shown. Members shall be clamped together and bore holes shall be the same diameter as bolts, true to line. Bolts shall be driven in place and nuts drawn up tightly. Bolts shall be drawn tight again immediately prior to enclosing with finish or, if left exposed, upon completion of other work. Holes at anchor bolts embedded in concrete may be 1/8 -inch larger than bolt diameter. D. Screws Lag and wood screws shall be screwed (not driven) into pre -drilled pilot holes. Pilot holes shall be bored first of the same diameter and depth as shank, then continued to depth equal to length of screw with diameter equal to base of the thread. Screws shall penetrate a distance equal to at last seven (7) times the diameter of the screw shank into far members. Washers shall be installed under each lag screw head bearing on wood. E. Rafters. Rafters shall be placed with crown up and supported firmly on framing below. Care shall be used in selection and placing of members, and positive and secure attachment shall be provided. The Contractor shall provide double joists and double headers to receive trimmers at openings which cut or interrupt normal rafter spacing. F Plywood Sheathing. Plywood sheathing shall be installed with face grain across supports, end joints over joists and staggered, and blocking, if shown, shall be provided at unsupported edges. Arrange panels to avoid widths Tess than 2'-0". END OF SECTION 06100 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06100-3 SECTION 06170 - PREFABRICATED STRUCTURAL WOOD PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, materials, equipment, truss design analysis, and fastenings for the installation of wood trusses as shown on drawings. B. Work included: 1. Design, fabricate, supply and erect wood trusses. 2. Steel connectors and gussets, galvanized. 3. Laterally support trusses 1 02 RELATED WORK A. Section 06100 - Rough Carpentry: Wood blocking, curbing and miscellaneous framing; preservative treatment. B. Section 15800 - Heating and Ventilating. 1.03 QUALITY ASSURANCE A. Lumber used in the manufacture of trusses: Grade stamp clearly visible, indicating conformance with WWPA. 1.04 REFERENCE STANDARDS A. U.S. Product Standards 1 PS 20 - American Softwood Lumber Standard. B. National Forest Products Association (NFPA) 1. National Design Specification for Stress Grade Lumber and Its Fastening C American Society for Testing and Materials 1. A 90 - Weight of Coating on Zinc -Coated (Galvanized) Iron or Steel Articles. D. Western Wood Products Association (WWPA) 1. Western Lumber Grading Rules. 1.05 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings prior to fabrication. Shop drawings are to show any connections between trusses, or any connection between trusses and other framing members shown on the plans to be connected to the trusses. B. Indicate truss framing plans; and grid lines; species and grades of lumber used; design loading and any stress increases used in the design; force analysis of each member; pitch, span, and spacing of trusses; gage thickness, nominal sizes and location of connectors at joints; bearing and anchorage details; framed openings; permanent bracing and bridging. C. Shop drawings to bear seal of Professional Engineer, registered in the State of Washington. D. Submit manufacturer's instructions on lateral bracing. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06170-1 E. Verify weight of roof -mounted HVAC equipment and design trusses to support equipment. 1.06 DESIGN CRITERIA A. See General Structural Notes on the drawings for loading data. PART 2 - PRODUCTS 2 01 MATERIALS - TRUSSES A. Wood chords and webs: PS 20, graded to WWPA rules, with grade as required by the design. B. Plates: International Conference of Building Officials approved galvanized plates with a current Research Report number. C. Lateral support: Recommended by truss manufacturer 2.02 MATERIALS — TRUSS JOIST SYSTEMS A. Flange members, web members, and adhesives shall conform to the provision of NES Report No NER-200 or the CCMC Report No. 12832-R. B. Plates: International Conference of Building Officials approved galvanized plates with a current Research Report number. C. Lateral Support: Recommended by joist manufacturer. D Ledgers: Microllam Laminated Veneer Lumber (LVL) as manufactured by Trus Joist MacMillan. 2.03 FASTENERS A. Bolts, nuts, washers, lags and pins sized to suit application; galvanized. See Section 06100 for fasteners. B. All connections to the trusses are to be designed and detailed by the designer of the trusses (see above.) This includes all truss -to -truss connections, unless these connections are explicitly shown on the drawings 2.04 FABRICATION A. Ensure members are accurately cut to length, angle, and true to line to ensure tight joints. PART 3 - EXECUTION 3 01 ERECTION A. Set and secure wood trusses level, plumb and in correct locations B. Provide temporary bracing and anchorage to hold trusses in place until permanently secured. C. Ensure truss ends have sufficient bearing area. D. Install permanent bracing and bridging prior to application of loads. E. Cutting or altering of members is not permitted. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06170-2 F. Handle trusses in a manner that will ensure that connection plates are not bent about the weak axis of the truss. Any connection plates that are loose shall be reworked at the truss manufacturing plant. END OF SECTION 06170 G:\ PROJECTS 12006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06170-3 SECTION 06200 - FINISH CARPENTRY PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work covered by this Section consists of furnishing and installing finish carpentry items as shown on the Drawings and as specified herein. 1.02 REFERENCE STANDARDS A. "Quality Standards Illustrated", American Woodwork Institute (AWI), Sections 100, 200, and 300, Standing and Running Trim. B. WCLIB No. 16, WWPA-70, PS 1-66, and AWPA Standards as referenced in Section 06100. C. Voluntary Product Standard PS -51-71, "Hardware and Decorative Plywood", by U.S. Department of Commerce NBS. 1.03 DELIVERY, HANDLING AND STORAGE A. Deliver materials at specified moisture content. Do not deliver finish wood to job until adequate storage is available. Protect material from moisture damage during delivery and storage. PART 2 - PRODUCTS 2.01 MATERIALS A. Lumber shall be grade -marked according to WCLB No. 16 except as otherwise specified. Provide lumber dried to maximum moisture content of 16 percent unless otherwise specified Grading requirements not covered by WCLB or WWPA shall be in accordance with U S. Department of Commerce PS 20-70 and/or National Grading Rule for Softwood Dimension Lumber. All lumber shall be grade -marked. Provide West Coast Douglas Fir lumber except as otherwise specified below. B. Lumber for finish carpentry shall be softwood conforming to AWI Custom Grade as indicated in Section 100 of AWI Standard, and shall be Douglas Fir, cut and selected for vertical grain on exposed surfaces, kiln -dried at from nine to twelve percent moisture for exterior work suitable to receive specified paint. C. Plywood shall conform to AWI Section 200, with size as shown on Drawings and as specified in Section 06100. D. Exposed trim, where shown on the Drawings, shall be clear cedar or redwood, trim quality, free of knots, splits or other imperfections. PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION A. Examine and coordinate related work and adjacent surfaces prior to starting work of this Section. Commencing finished carpentry work in each location constitutes acceptance of condition of substrates and materials. B. Prime exposed wood in accordance with Section 09900. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06200-1 3.02 INSTALLATION A. Unless specifically indicated otherwise, finish carpentry shall not be set until contiguous construction is thoroughly dry. END OF SECTION 06200 G'\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06200-2 SECTION 06500 - FIBERGLASS GRATING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The CONTRACTOR shall furnish, fabricate (where necessary), and install all fiberglass reinforced plastic (FRP) grating, with all appurtenances, accessories and incidentals necessary to produce a complete, operable and serviceable installation as shown on the Contract Drawings and as specified herein, and in accordance with the requirements of the Contract Documents. 1.02 REFERENCES A. The publications listed below (latest revision applicable) form a part of this specification to the extent referenced herein. The publications are referred to within the text by the designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) Test Methods: ASTM D 635 Rate of Burning and/or Extent and Time of Burning of Self -Supporting Plastics in a Horizontal Position ASTM D 732 Shear Strength of Plastics by Punch Tool ASTM E 84 Surface Burning Characteristics of Building Materials 1.03 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall furnish shop drawings of all fabricated gratings and accessories in accordance with the provisions of this Section B The CONTRACTOR shall furnish manufacturer's shop drawings clearly showing material sizes, types, styles, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip 'angles, member sizes, and connection details. C. The CONTRACTOR shall submit the manufacturer's published literature including structural design data, structural properties data, grating Toad/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents D The CONTRACTOR may be requested to submit sample pieces of each item specified herein for acceptance by the ENGINEER and OWNER as to quality and color. Sample pieces shall be manufactured by the method to be used in the WORK. 1.04 QUALITY ASSURANCE A. All items to be provided under this Section shall be furnished only by manufacturers having experience in the design and manufacture of similar products and systems. If requested, experience shall be demonstrated by a record of at least five (5) previous, separate, similar successful installations in the last five (5) years. 1.05 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the Zabel of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. B. Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking, chipping, twisting, other deformations, and other types of damage. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06500-1 Store items in an enclosed area and free from contact with soil and water Store adhesives, resins and their catalysts and hardeners in accordance with manufacturer's instructions PART 2 - PRODUCTS 2 01 MANUFACTURER A. Pultruded grating shall be Safe -T -Span® as manufactured by Fibergrate Composite Structures Incorporated or Duragrid® by Strongwell. 2.02 GENERAL A. All FRP gratings furnished under this Section shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions as specified in the Contract Documents. B Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. C. Resins shall be VINYL ESTER with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. D All finished surfaces of FRP items and fabrications shall be smooth, resin -rich, free of voids and without dry spots, cracks, crazes or un -reinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering E All pultruded structural shapes shall be further protected from ultraviolet (UV) light with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. F. All FRP products shall have a tested flame spread rating of 15 or less per ASTM E-84 Tunnel Test. Gratings shall also have a tested burn time of less than 30 seconds and an extent of burn rate of less than or equal to 10 millimeters per ASTM D635. G All grating clips shall be manufactured of Type 316SS (stainless steel) 2.03 PULTRUDED GRATING A. Manufacture: Grating components shall be high strength and high stiffness pultruded elements having a maximum of 70% and a minimum of 60% glass content (by weight) of continuous roving and continuous strand mat fiberglass reinforcements. The finished surface of the product shall be provided with a surfacing veil to provide a resin rich surface which improves corrosion resistance and resistance to ultraviolet degradation. Bearing bars shall be interlocked and epoxied in place with a two piece cross rod system to provide a mechanical and chemical lock. B. Non -slip surfacing: Grating shall be provided with a quartz grit bonded and baked to the top surface of the finished grating product. C Resin system: The resin system used in the manufacture of the grating shall be VEFR. Manufacturer may be required to submit corrosion data from tests performed on actual grating products in standard chemical environments. Corrosion resistance data of the base resin from the manufacturer is not a true indicator of grating corrosion resistance and shall not be accepted. D. Color: Gray E. Depth: 1 1/2" deep load bars with a tolerance of plus or minus 1/32". G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06500-2 F. Mesh Configuration 1" load bar spacing, 6" tie bar spacing on centers. Grating shall be SAFE -T -SPAN® 14015V as manufactured by Fibergrate Composite Structures Incorporated or equal. G. Load/Deflection: Grating shall meet manufacturers published safe recommended loadings with deflection not to exceed the following Uniform distributed load over a 60" span: 50 pounds per square foot, with a maximum deflection of 0.10". H. Substitutions. Other products of equal strength, stiffness, corrosion resistance and overall quality may be submitted with the proper supporting data to the engineer for approval. 2.04 GRATING FABRICATION A. Measurements: Grating supplied shall meet the minimum dimensional requirements as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by grating manufacturer to complete the work. Determine correct size and locations of required holes or cutouts from field dimensions before grating fabrication. B. Wall supports: Grating shall be supported from concrete walls where shown on the drawings. Grating shall be installed flush with the tops of the concrete walls Above removable equipment, grating supports shall not intrude into the channel and prevent smooth removal and placement of equipment. Supports shall be embedded in the concrete walls. Where grating does not cover removable equipment, surface -mount support angles are acceptable. C. Layout: Each grating section shall be readily removable, except where indicated on drawings. Manufacturer to provide openings and holes where located on the contract drawings. Grating supports shall be provided at openings in the grating by contractor where necessary to meet load/deflection requirements specified herein. Grating openings which fit around protrusions (pipes, cables, machinery, etc.) shall be discontinuous at approximately the centerline of opening so each section of grating is readily removable. Gratings shall be fabricated free from warps, twists, or other defects which affect appearance and serviceability. D Sealing: All shop fabricated grating cuts shall be coated with vinyl ester resin to provide maximum corrosion resistance All field fabricated grating cuts shall be coated similarly by the contractor in accordance with the manufacturer's instructions. E. Hardware: Type 316 stainless steel hold-down clips shall be provided and spaced at a maximum of four feet apart with a minimum of four per piece of grating, or as recommended by the manufacturer. PART 3 - EXECUTION 3 01 INSPECTION A. Shop inspection is authorized as required by the Owner and shall be at Owner's expense. The fabricator shall give ample notice to Contractor prior to the beginning of any fabrication work so that inspection may be provided. B. The grating shall be as free, as commercially possible, from visual defects such as foreign inclusions, delamination, blisters, resin burns, air bubbles and pits. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06500-3 3 02 INSTALLATION A. Contractor shall install gratings in accordance with manufacturers assembly drawings. Lock grating panels securely in place with hold-down fasteners as specified herein Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. Seal cut or drilled surfaces in accordance with manufacturer's instructions. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. END OF SECTION 06500 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 06500-4 DIVISION 7 - THERMAL AND MOISTURE PROTECTION G:\PROJECTS\2006106104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 07191 - CONCRETE WATERPROOFING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work under this Section is not required except to rectify leakage as specified in Section 03300, and at any other areas shown on the drawings. B. Include herein the providing and installing of all materials and labor required to accomplish the work specified in this Section. Include all tools, other appurtenances necessary. 1.02 RELATED WORK A. Waterproofing of other structures is specified elsewhere. B. Concrete work is specified elsewhere. C. Waterproofing of building exteriors is specified elsewhere. D. Roofing work is specified elsewhere. 1.03 QUALITY ASSURANCE A. Related publications having authority herein as applicable. ASTM C 267-77 ASTM C 39 ASTM E 329 U.S. Army Corp of Eng. CRD -C 48-73 B. Documentation must be provided that product manufacturer has at least 10 years experience in the manufacture of specified products. C. Manufacture's representative must be available to supervise on site application of work under this Section D. Work under this Section must be performed by a firm experienced in this type of work as evidenced by previously successful installations. Waterproofing installer must be acceptable to the manufacturer, verified in writing. 104 SUBMITTALS A. Manufacturer's literature providing complete data on product as well as complete storing, mixing and application procedures. B. Manufacturer's certification that the products provided meets all criteria of these specifications. C. Laboratory reports on the following tests, performed in accordance with CRD C-48-73: 1. Concrete samples 6" in diameter and no thicker than 2". 2. Coating shall be maximum thickness of .05" per coat; maximum of two coats permitted. 3. Testing performed by an independent laboratory which meets requirements of ASTM E-329 and is certified by the U.S. National Bureau of Standards. All concrete and waterproofing samples must be obtained independently by the testing agency. 4. Concrete samples shall have a design strength of 2000 psi or less; no admixtures are permitted. 5 Minimum of four samples must be tested; two treated and two untreated. Untreated samples shall exhibit leakage at 10 psi or less. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07191-1 6. All samples shall be tested at pressure of 150 PSIG (350 ft. head of water). The treated samples, after crystalline growth has occurred, shall exhibit no measurable leakage whatsoever. D. In addition to the above, the following test documentation must be provided, in accordance with ASTM C 267-77 and ASTM C-39, under the following conditions. 1. Coatings shall be a maximum thickness of .05" per coat, two coats maximum. 2. Testing as per #3, above. 3. Concrete samples shall have a design strength of 4,000 psi or less; no admixtures are permitted. 4. All treated and untreated specimens shall be immersed for a minimum of 84 days. 5. The following table lists the test solutions, and the required minimum increase in compressive strength of treated specimens as related to the control specimens. Chemical Solution Comp. Str. Increase Hydrochloric Acid(3.5 pH) 14.5% Brake fluid 18.0% Transformer oil 14.0% Ethylene glycol 29.0% Toluene 16.0% Caustic soda 14 0% If water curing is not possible, a chemical curing agent may be used provided it is compatible with the waterproofing material. Chemical curing agents must have a min. of two years documented reliability 105 GUARANTEE A. Since the waterproofing system specified above can be installed from within the structure, it is a condition of this document that if any leaks occur within one year after acceptance of the project as complete, the installer will re -treat the area or areas which allow water penetration, in accordance with manufacturer's recommended procedures, and repeat as necessary until condition of water penetration is remedied. PART 2 - MATERIALS 2.01 PREPARATION A. Investigate all surfaces to be treated. If any concrete surfaces are not in an appropriate condition to receive waterproofing work, do not proceed. Notify Engineer of condition and repairs needed. Proceeding with work under this Section constitutes acceptance of the substrate. B. Concrete surfaces must have an open capillary system to provide proper substrate for waterproofing material and shall be free from scale, excess form oil, laitance, curing compounds or other foreign matter. Smooth surfaces shall be treated as required by manufacturer C. Minor defects shall be treated in strict accordance with manufacture's printed instructions and supervised by manufacturer's personnel. D Storage: All material must be kept on site in original unbroken containers until used. Keep seals and labels intact. Store off the ground in a dry area. 2 02 MATERIALS A. All concrete waterproofing materials shall be of the cementitious crystalline type that chemically controls and permanently fixes a non -soluble crystalline growth of dendritic fibers throughout the capillary voids in the concrete. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07191-2 B. All waterproofing materials shall be from the same manufacturer in addition, manufacturer shall have at least 10 years experience and have trained, competent personnel available to supervise installation at the site. C. All waterproofing materials for this project shall be cement colored; light gray. PART 3- PERFORMANCE 3.01 APPLICATION A. Waterproofing materials shall be mixed by volume with clean water, free from salts or any other deleterious materials. Materials shall be mixed in quantities which can be applied within 20 to 30 minutes from the time of mixing. As the mixture thickens, it must be stirred frequently, but no additional water shall be added. B. Mixing: 1. For brush application; dry powder is measured into the container, water is measured into the container and the result is mixed with a paddle on a low speed electric drill (25ORPM). Proportions of mix are as follows: Coverage 1.5 lbs/sq. yd. 2.0 lbs/sq. yd. Proportions (by vol) 5 powder to 2 water 3 powder to 1 water 2. For spray application, following is a guide to be adapted as required for the particular equipment being used Coverage Proportions (by vol) 1.5 lbs/sq. yd. 5 powder to 3 water 3 Dry pack: With a trowel, mix one part water with 6 parts powder for 10 to 15 seconds; lumps will be present. Mix only in quantities which can be applied in 15 min. C. After mixing, application shall be done only under the direct supervision of the manufac- turer's representative or installer acceptable to the manufacturer. D. Construction joints: 1. Apply waterproofing mixture in slurry form at a rate of 2 lbs per sq. ft. to all joint surfaces between pours Determine that surfaces are properly wet prior to application. If joints are not accessible due to in-place formwork, apply the slurry prior to the installation of the forms. If joints are not accessible as above, pour dry powder on the joint at a rate of 2 lbs per sq. yd. after wetting surface Powder may need to be fog sprayed to prevent bunching prior to the next pour. 2. In lieu of 1, above a continuous strip of "Volclay Waterstop-RX" as manufactured by American Colloid Co. may be applied continuously through the joint. See following for control joints, expansion joints or wall/floor and wall/ceiling joints. E. Apply dry pack to surface of joints where appropriate and required to obtain the desired finish to proceed with surface application. F. Surface application: 1. Use a stiff bristle brush or broom to work the slurry well into the surface of the concrete, filling all hairline cracks and surface pores. 2. If spray procedures are used (subject to the approval of the manufacturer), they must ensure that slurry penetrates pores and hairline cracks. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07191-3 3. If manufacturer determines that a second coat is required to accomplish effective waterproofing, this shall be done while the first coat is still "green" but after it has reached an initial set. G. Waterstop installation: 1. Install in following locations and at other "cold" joints as an option to slurry coat waterproofing specified above. a. Vertical joints between wall pours b. Juncture between footing and wall c Juncture between wall and "roof' slab d Between floor slab and walls e. At all "control" joints 2 Install in continuous "rope" at joint to be treated. Attach securely to in-place surface using methods and materials recommended by manufacturer. In all cases, material should be a minimum of 2" from any finished concrete surface H. Curing: 1. Waterproofing: Commence curing procedure as soon as coatings have set sufficiently to allow a fine spray without damage. Surfaces are to be fog sprayed three times a day for two days, or may be covered with damp burlap for same period. Manufacturer's representative or Engineer may require additional curing if weather conditions dictate. 2. Protect surfaces from damage during curing process. Do not allow any plastic sheeting to come in contact with surfaces during curing. 3. Protect external surfaces from rain, or accelerated curing due to heat, wind. 4. If "roof" slab is treated from above, do not backfill for minimum of 36 hours, and if done within 7 days, backfill must be wet. END OF SECTION 07191 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07191-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 07200 - BUILDING INSULATION PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Furnish all labor, materials, and equipment for the installation of insulation at building structure exterior walls, ceiling, and foundation walls 1 02 RELATED WORK A. Section 09260 - Gypsum Board 1.03 DELIVERY OF MATERIALS A. Furnish material in manufacturer's packaging, complete with installation instructions. B. Store in dry location. 1 04 REFERENCE STANDARDS A. Federal Specifications (FS) 1. HH -I -521F Insulation Blankets, Thermal (mineral fiber, for ambient temperatures). PART 2 - PRODUCTS 2.01 INSULATING MATERIAL A. Blanket Insulation 1. 24" or 16" wide fiberglass blankets in accordance with FS -HH -I-521 F, Type III. Install to thickness to provide required R -values. Insulation is to have an integral vapor barrier built-in or Contractor is to provide a separate vapor barrier of at least 6 mil thickness at all insulated spaces. 2. Thermal resistance. R = 38 at ceilings, R = 19 at walls, and R = 19 at wood floors, unless otherwise shown. C. Rigid Insulation: Rigid closed -cell extruded polystyrene thermal board insulation. 1. Density: Type IV, 1 6 lb/cu. ft. min. (ASTM C 578) 2. Compressive Strength 25 psi, minimum. (ASTM D 1621) 3. Water Absorption: Maximum 0.1% by volume (ASTM C 272) 4. Thermal Resistance. R -Value of 5 minimum per 1 inch. (ASTM C 518) 5. Surface Burning Characteristics: a. Flame Spread. 5. b. Smoke Developed 165. 6. Thickness. a. Perimeter of Foundation. 2 inches unless indicated otherwise. b. Under Slab on Grade: 2 inches unless indicated otherwise. D. Sill Seal Gasket 1 Shall be FoamSealR manufactured by Owens Corning or approved equal. 2. Thickness: 1/4 inch. 3. Width: 5 1/2 inch 2.02 VAPOR RETARDERS A. Polyethylene Vapor Retarder: ASTM D 4397, 6 mils thick, with maximum permeance rating of 0.13 perm. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07200-1 B. Vapor -Retarder Tape: Pressure -sensitive tape of type recommended by vapor retarder manufacturer for sealing joints and penetrations in vapor retarder. 2.03 AUXILIARY INSULATING MATERIALS A. Adhesive for Bonding Insulation. Product with demonstrated capability to bond insulation securely to substrate indicated without damaging insulation and substrate. B Insulation Fasteners: As required for each application and as recommended by manufacturer for each specific installation. C. Joint Tape: Foil surface tape by insulation manufacturer for sealing joints at cavity wall insulation. D. Attic Rafter Baffle: RAFT - R -MATE as manufactured by Owens Corning or approved equal. 1. Install between all rafters around building perimeter. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions, with installer present, for compliance with requirements of Section in which substrates and related work are specified and to determine if other conditions affecting performance of insulation are satisfactory. Do not proceed with installation until unsatisfactory conditions have be corrected. 3.02 PREPARATION A. Clean substrate of substances harmful to insulations or vapor retarders, including removing projections capable of puncturing vapor retarders or that interfere with insulation attachment. 3.03 GENERAL INSTALLATION A. Install in accordance with manufacturer's written instructions applicable to products and application indicated. B Install insulation that is undamaged, dry, unsoiled, and has not been exposed at any time to ice and snow. C. Extend insulation in thickness indicated to envelope entire area to be installed. Cut and fit tightly around obstruction and fill voids with insulation. Remove projections that interfere with placement. D Apply single layer of insulation to produce thickness indicated. 3 04 INSTALLATION OF PERIMETER/FOUNDATION AND UNDER -SLAB INSULATION A. On vertical surfaces, set units in adhesive applied according to manufacturer's written instructions. Use adhesive recommended by insulation manufacturer. B Protect top surface of horizontal insulation from damage during concrete work. 3.05 INSTALLATION BLANKET INSULATION A. General: Vapor barrier is to be installed on the warm side of the space insulated. 1. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS doc 07200-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. At ceiling spaces: 1. 'Install blanket insulation by placing blankets over and parallel to ceiling framing members. Butt insulation tightly to adjacent blankets at sides and ends. C. At walls: 1 Install blanket insulation by stapling blankets into framing. Vapor barrier is to be installed toward the inside of the building. D. Under floor: 1. Rigid insulation at perimeter, if called for on drawings. 3.06 INSTALLATION OF RIGID INSULATION A. See drawings for locations. B. In all cases install in accordance with manufacturer's printed instructions using materials specifically designed for the intended use. C. Install PVC closure strips according to manufacturer's directions. 3.07 INSTALLATION OF VAPOR RETARDERS A. General: Extend vapor retarder to extremities of areas to be protected for vapor transmis- sion. Secure in place with adhesives or other anchorage system as indicated. Extend vapor retarder to cover miscellaneous voids in insulated substrates, including those filled with loose -fiber insulation. B. Seal vertical joints in vapor retarders over framing by lapping not less than 2 wall studs Fasten vapor retarders to framing at top, end and bottom edges, at perimeter of wall openings and at lap joints. Space fasteners 16 inches o.c. C. Seal overlapping joints in vapor retarders with adhesive or vapor -retarder tape according to vapor retarder manufacturer's instructions. Seal butt joints and fastener penetrations with vapor -retarder tape. Locate all joints over framing members or other solid substrate. D Firmly attach vapor retarders to substrate with mechanical fasteners or adhesives as recommended by vapor retarder manufacturer. E. Seal joints caused by pipes, conduits, electrical boxes and similar items penetrating vapor retarders with vapor -retarder tape or another layer of vapor retarder. F. Repair any tears or punctures in vapor retarders immediately before concealment by other work. Cover with vapor -retarder tape or another layer of vapor retarder 3 08 PROTECTION A. General: Protect installed insulation and vapor retarders from damage due to harmful weather exposure, physical abuse and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 07200 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07200-3 SECTION 07400 - MANUFACTURED ROOF AND WALL PANELS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work includes, but is not necessarily limited to, furnishing all labor, materials and equipment for the installation of manufactured metal roof, wall and soffit panels as shown on the drawings. 1.02 RELATED WORK A. Section 07620 - Sheet Metal Flashing and Trim 1.03 PERFORMANCE REQUIREMENTS A. Materials 1 Roof and Wall Panels. are to be formed from steel conforming to ASTM A-446, Grade A or higher. 2. Soffit Panels- Steel conforming to ASTM A-653 or ASTM A-792, minimum strength yield 40,000 psi. 24 gage minimum thickness. B. Protective Coatings 1 Roof and Wall Panels: conform to ASTM A-525 G-90 (Galvanized) or ASTM A- 924/ASTM A-792, AZ50 (Zincalume) 2. Soffit Panels. conform to ASTM A-653 G-90 (Galvanized) or ASTM A-792, AZ50 (Zincalume) C. Finish 1. Primer Coat Material: All panels are to have a factory -applied baked -on corrosion -resistant primer, minimum primer coat dry film thickness: 0.2 mils 2. Finish Coat Material: All panels are to have a factory -applied baked -on paint system on both sides using polyvinylidene fluoride (PVF2), such as "Kynar 500" or equal, meeting the following requirements. a. Weathering: No checking, blistering or adhesion loss when tested for 5000 hours in accordance with ASTM G-23-69. b. Chalking Will not chalk greater than #8 rating when tested for 2000 hours in accordance with ASTM D-659. c. Fading' Color changed will not exceed 5 NBS units when tested for 5000 hours in accordance with ASTM D-2244. d. Humidity: Shall be less than 5% of #8 blister when tested for 5000 hours in 100% humidity at 100 degrees F in accordance with ASTM D-2247. e. Flexibility: No rupture of coating when subjected to a 180 degree bend around a 1/8" mandrel in accordance with ASTM D-1737. f Formability: When subjected to a 180 degree bend over 1/8" diameter mandrel in accordance with ASTM D-1737, exterior coating shall be flexible to the point of metal rupture without separation of coating from substrate. g Abrasion Resistance. Coating system shall withstand a minimum of 65 liters of falling sand before appearance of base metal per ASTM D-968. D Structural Design Requirements: 1. Roof Panels: designed to withstand 30 psf snow loading on the horizontal projection of the roof, and wind of 70 mph, exposure "C". Designs are to be done using AISI "Specification for the Design of Cold -Formed Steel Structural Members." Wind design to include local effects at discontinuities in accordance with "Metal Building Manufacturer's Association, Low Rise Building Systems Manual." G:\ PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-1 1.04 SUBMITTALS A. General: Submit in accordance with Section 01300. B. Product Data: For the following• 1. Submit manufacturer's technical product data, installation instructions and recommendations for each type of roofing, siding and soffit requirements. Include highlighted data substantiating that materials comply with requirements. C. Shop Drawings: Submit complete shop drawings detailing: 1. Roof and Wall Panels: a. Panel layouts, trim installation, and panel attachments. 2. Soffit Panels: a. All perimeter and joint flashings that comply with manufacturer's standard recommendations. b. Describe all proposed details that deviate from what is shown on the drawings. c. Details to allow for expansion and contraction. D. Samples. 1. Prior to ordering products, submit manufacturer's standard color samples for Engineer's selection 2. Prior to starting work, submit the following: a. Roof and Wall Panels: (2) 12 -inch long panel samples showing shape and the representative color as approved by the Engineer. b. Soffit Panels: (2) 12 -inch x 12 -inch panel samples showing shape and the representative color as approved by the Engineer. E. Informational Data: 1. Test Reports. Specifying that all products comply with performance requirements specified within this section. 2. Certifications specified in the following Quality Assurance article. 3. Qualification Data: Manufacturer's, engineer's and installer's qualification data. 4. Manufacturer's instructions F. Closeout Data: 1. Maintenance Data: 2. Warranty: Submit specified warranty. 1.05 QUALITY ASSURANCE A. Single -Source: Obtain roof and wall panels from one manufacturer. B. Installers Qualifications: Installer shall be experienced to perform work and is acceptable to panel manufacturer. C. Manufacture Qualifications: 1. Manufacturer shall have a minimum of 10 years experience supplying metal roof, wall and soffit panels to the region where the work is to be done. 2. Capable of providing field service representation during construction, approving acceptable installer and approving application methods. D Regulatory Agency Requirements. Comply with UBC and local Building Code requirements if more than those specified. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-2 1.06 DELIVERY, STORAGE AND HANDLING A. Protect against damage and discoloration B. Handle panels with non -marring slings. C. Do not bend panels. D. Protect panels against standing water and condensation between adjacent surfaces E If panels become wet, immediately separate sheets, wipe dry and allow to air dry. F. Remove any strippable film prior to installation and do not allow to remain on panels in extreme cold, heat or in direct sunlight. 1.07 PROJECT CONDITIONS A. Examine the conditions and substrate in which metal roof and wall panels are to be installed. Substrate shall be installed level, flat and true to avoid panel stresses. B. Field measurements shall be taken prior to fabrication of panels. C. Proceed with panel installation only after satisfactory conditions are met. 108 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Roof and Wall Panels: 1 Manufacturer's Product Warranty: Submit a written warranty, for Owners acceptance, executed by the manufacturer agreeing to cover failure of the factory -applied exterior finish on metal roof and wall panels within the warranty period a. Warranty Period: Twenty five (25) years from Date of Substantial Completion. C. Soffit Panels: 1. Manufacturer's Product Warranty: Submit a written warranty, for Owners acceptance, executed by the manufacturer agreeing to cover failure of the factory -applied exterior finish on soffit panels within the warranty period. a. Warranty Period. Twenty (20) years from Date of Substantial Completion D. Contractors Warranty: Warrant panels, flashing, sealant, fasteners, and accessories against defective materials and/or workmanship, to remain watertight and weatherproof with normal usage for two (2) years following project substantial completion date, and to repair or replace without additional cost to the owner, any leaks, and resulting damage to other materials and building contents as may occur. PART 2 - PRODUCTS 2.01 MANUFACTURERS AND PRODUCTS A. Roof, wall and soffit panels products specified within this section are by: 1. IMSA (BHP) Steel Building Products, Inc. B. Subject to compliance with requirements, equivalent products by the following manufacturers are acceptable. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Metal Building Components, Inc. (MBCI) 2. Approved equal. 2.02 MATERIALS A. Metal Roof and Wall Panels: 1. Super -Span as manufactured by IMSA (BHP) or approved equal. a Width: 36 -inch net coverage b. 26 gage minimum thickness. c. Profile: 1-1/4 inch high major ribs at 12 -inches o.c. and one minor rib between major ribs. d. Color As selected by Engineer from manufacturer's standard colors. B. Metal Soffit Panels: 1. Prestige Series as manufactured by IMSA (BHP) or approved equal. a. Profile: PS -(R1)-12, 12 -inches wide with one intermediate rib centered. 1 1/2 inch high. b. Perforated for ventilation. c Color: White 2.03 ACCESSORIES A. Roof and Wall Panels: 1. Fasteners: Per manufacturer recommendations a. Exposed fasteners should have sealing washers and be the same color as the parts they attach. b. All fasteners must be coated to provide protection against corrosion. 2 Felts. Provide asphalt -saturated organic felt conforming to the requirements of ASTM D-226, Type II (No 30) 3. Accessories: Except as indicated as work of another specification section, provide components required for a complete roof and wall panel system, including, but is not necessarily limited to, fascias, ridge closures and vents, clips, seam covers, flashing, sealants, gaskets, fillers, closure strips and similar items. Match materials and finishes of panels a. Closure strips: Closed -cell, self -extinguishing, expanded cellular rubber or cross-linked polyethylene foam flexible closure strips. Premolded to match configuration of roof and wall panels. Provide closure strips where indicated or necessary to ensure weathertight construction. b. Sealing Tape: Pressure -sensitive 100 percent solids polyisobutylene compound sealing tape with release paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. c. Joint Sealant: One -part elastomeric urethane sealant or as recommended by panel manufacturer. d. Bituminous Coating: Cold -applied asphalt mastic, SSPC paint 12, compounded for 15 mil dry film thickness per coat. B. Soffit Panels: 1. Panel Penetration Flashing: Recommended by panel manufacturer a. Color: Match panel color. 2. Flashings: Match panel finishes and material. Do not use lead or copper. 3. Fasteners: Per manufacturer recommendations. a. Conceal whenever possible, if exposed use same color of parts they attach. 4. Furring Channel: Aluminum or galvanized steel. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-4 2 04 FABRICATION A. Roof, Wall and Soffit Panels: 1. Unless otherwise shown on drawings or specified herein, fabricate panels in continuous one-piece lengths and fabricate flashings and accessories in longest practical lengths 2. Panels shall be factory formed. Field formed panels are not acceptable. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine conditions and proceed with work. B Verify dimensions, tolerances and method of attachment with other work. C. Verify that installation may be made in accordance with approved shop drawings and manufacturer's instructions. If field measurements differ from contract drawings or shop drawings notify Architect prior to fabrication. D. Prior to starting work, notify general contractor about defects requiring correction. E. Do not start work until conditions are satisfactory. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions B Apply bituminous coating or other permanent separation materials on panel surfaces where panels would otherwise be in contact with substrate materials that are non- compatible or could result in electrolytic corrosion or deterioration of either material or finishes. Coat back of metal roof and wall panels with bituminous coating where it will contact wood, ferrous metal or cementitious construction. C. Roof and Wall Panels. 1. Follow roof panel manufacturer's instructions in conjunction with approved shop drawings. 2. Install panel seams vertically 3. Lap panels away from prevailing wind directions. 4. Secure panels without warp or deflection. 5. Maximum Alignment Variation: 1/4 inch in 40 feet. 6. Flashing: a. Overlap roof panels at least 6 inches. b Install flashing to allow for thermal movement. c. Remove any strippable protective film, if used, immediately preceding flashing installation. 7 Cutting and Fitting: a. Neat, square and true. Torch cutting is prohibited where cut is exposed to final view. b. Openings 6 inches and larger in any direction shall be shop fabricated and reinforced to maintain original load capacity. c. Openings less than 6 inches in largest dimension can be made by trade requiring opening. d. Where necessary to saw cut panels, debur and treat with galvanic paint. D. Soffit Panels. 1. Follow soffit panel manufacturer's instructions in conjunction with approved shop drawings. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-5 2. Cutting and Fitting: a. Neat, square and true. Torch cutting is prohibited where cut is exposed to final view. b. Openings 6 inches and larger in any direction shall be shop fabricated and reinforced to maintain original load capacity. c. Openings less than 6 inches in largest dimension can be made by trade requiring opening. 3 03 PREPARATION A. Clean and dry surfaces prior to applying sealants. 3.04 ADJUSTING, CLEANING AND PROTECTION A. Panels or flashings that have severe paint and/or substrate damage shall be replaced as directed by the Architect or Owners representative. Do not use touch-up paint on damaged surfaces. B. At completion of each day's work and at work completion, sweep panels, flashings and gutters clean Do not allow fasteners, cuttings, fillings or scraps to accumulate. Remove construction debris from project site and legally dispose of debris END OF SECTION 07400 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07400-6 SECTION 07620 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This Section includes the following categories. 1. Metal flashing. 2. Exposed trim 3. Exposed fascias 4. Drain gutter assemblies 5. Miscellaneous metal fabrication 1 02 RELATED WORK A. Section 07900 - Joint Sealant B Section 07400 - Manufactured Roof and Wall Panels 1.03 PERFORMANCE REQUIREMENTS A. General. Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposed to weather without failing. B Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). 1.04 SUBMITTALS A. General: Submit in accordance with Section 01300 B Shop Drawings of each item specified showing layout, profiles, methods of joining, and anchorage details. B Samples of sheet metal flashing, trim and accessory items, in the specified finish. 1. (2) 8 -inch square samples of specified sheet materials to be exposed as finished surfaces. E. Informational Data: 1. Qualification Data• Manufacturer's and installer's qualification data. F. Closeout Data: 1. Maintenance Data: 2. Warranty- Submit specified warranty. 1 05 QUALITY ASSURANCE A. Single -Source: Obtain sheet metal from one manufacturer. B Installers Qualifications. Engage an experienced installer who has completed sheet metal flashing and trim work similar in material, design and extent to that indicated for this Project and with a record of successful in-service performance. 1.06 DELIVERY, STORAGE AND HANDLING A. Protect against damage and discoloration 1.07 PROJECT CONDITIONS A. Coordinate work of this Section with interfacing and adjoining work for proper sequencing of each installation Ensure best possible weather resistance, durability of work and protection of materials and finishes. G.\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07620-1 1.08 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. The contractor shall furnish, at no additional cost to the Owner, a guarantee of the watertightness of the flashings. The warranty is limited to repairs due to ordinary wear from the elements and/or due to faulty materials and workmanship. 1. Warranty Period: Five (5) year from Date of Substantial Completion. PART 2- PRODUCTS 2.01 METALS A. Zinc -coated Steel: Commercial quality with 0.20% copper. ASTM A 526 except ASTM A527 for lock -forming, G90 hot dip galvanized, mill phosphatized where indicated for painting; not less than 22 gage thick except as otherwise indicated. The Contractor may, at his/her option, substitute Bethlehem Steel Corporation "Galvalume"; Armco "Zincgrip"; "Galvaneal"; or "Redicoat" and meeting ASTM A 446 Grade A requirements for galvanized finish. 2.02 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Fasteners: Same metal as flashing/sheet metal or, other non -corrosive metal as recommended by sheet manufacturer. Match finish of exposed heads with material being fastened. B. Metal Accessories: Provide sheet metal clips, straps, anchoring devices and similar accessory units as required for installation of work; matching or compatible with material being installed; noncorrosive; size and gage required for performance. C. Zinc Coated Steel Primer: Self -etching type, compatible with paint system specified in Section 0990; shop applied. D. Mastic Sealant: Polyisobutylene, nonhardening, nonskinning, nondrying and nonmigrating sealant. E. Elastomeric Sealant: Generic type recommended by sheet metal manufacturer and fabricator of components being sealed and complying with requirements for joint sealants as specified in Section 07900 - "Joint Sealants". F. Adhesive: Type recommended by flashing sheet metal manufacturer for waterproof and weather -resistant seaming and adhesive application of flashing sheet metal. G. Paper Slip Sheet: 5-Ib/square red rosin, sized building paper conforming to FS UU-B- 790, Type I, Style 1 b. H. Gutter Strainer: 1/4 inch hardware cloth installed in sheet metal frames Fabricate screen and fame of same basic material as gutters and downspouts. Roofing Cement: ASTM D 4586, Type I, asbestos free, asphalt based. 2.03 GENERAL FABRICATION A. Sheet Metal Fabrication Standards: Fabricate sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet Metal Manual" that apply to the design dimensions, metal and other characteristics of the item indicated. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS doc 07620-2 B. Comply with details shown to fabricate sheet metal flashing and trim that fit substrates and result in waterproof and weather -resistant performance once installed. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. C. Form exposed sheet metal work that is without excessive oil canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. D. Seams: Fabricate nonmoving seams in sheet metal with flat -lock seams. Tin edges to be seamed, form seams and solder. E. Expansion Provisions. Space movement joints a maximum of 10 feet with no joints allowed within 24 inches of corners or intersection. Where lapped or bayonet-type expansion provisions in work cannot be used or would no be sufficiently weatherproof and water proof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with mastic sealant (concealed within joints). F. Sealed Joints Form nonexpansion, but movable, joints in metal to accommodate elastomeric sealant to comply with SMACNA standards. G. Separate metal from noncompatible metal or corrosive substrates by coating concealed surfaces at locations of contact with asphalt mastic or other permanent separation as recommended by manufacturer. H. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of sheet metal exposed to view. I. Fabricate cleats and attachments devices form same materials as sheet metal component being anchored or from compatible, noncorrosive metal recommended by sheet metal manufacturer. 1. Size: As recommended by SMACNA manual or sheet metal manufacturer for application but never less than thickness of metal being secured. 2.04 SHEET METAL FABRICATION A. General: Fabricate sheet metal items in thickness or weight needed to comply with performance requirements but not less than that listed below for each application and metal. B. Exposed Trim and Fascia: Fabricate from the following material: 1. Galvanized Steel: 22 gage. C Roof -Penetration Flashing. 1 Galvanized Steel: 22 gage. PART 3 - EXECUTION 3 01 EXAMINATION A. Examine substrate and conditions under which sheet metal flashing and trim are to be installed and verify that work may properly commence. Do not proceed with installation until unsatisfactory conditions have been corrected. B. Verify dimensions, tolerances and method of attachment with other work. 3.02 INSTALLATION A. General: Unless otherwise indicated, install sheet metal flashing and trim to comply with performance requirements, manufacturer's installation instructions, and SMACNA's "Architectural Sheet Metal Manual". Anchor units of work securely in place by methods G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07620-3 1 1 1 indicated, providing for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weatherproof. B. Install exposed sheet metal work that is without excessive oil canning, buckling and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather -resistant performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. C. Expansion Provisions: Space movement joints a maximum of 10 feet with no joints allowed within 24 inches of corners or intersection. Where lapped or bayonet-type expansion provisions in work cannot be used or would no be sufficiently weatherproof and water proof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with mastic sealant (concealed within joints). D. Soldered Joints: Do not solder the following materials. 1. Aluminum 2. Coil -coated galvanized sheet. E. Sealed Joints. Form nonexpanding, but moveable, joints in metal to accommodate elastomeric sealant to comply with SMACNA standards. Fill joints with sealant and form metal to completely conceal sealant. F. Separation: Separate metal from noncompatible metal or corrosive substrate by coating concealed surfaces, at location of contact, with asphalt mastic or other permanent separation asrecommended by manufacturer. 1. Underlayment: Where installing stainless steel or aluminum directly on cementitious or wood substrate, install a slip sheet of red -rosin paper and a course of polyethylene underlayment. 2. Bed flanges of work in a thick coat of roofing cement where required for waterproof performance. G. Roof -Penetration Flashing: Coordinate roof -penetration flashing installation with roofing and installation of items penetrating roof. H. Downspout: Shall be set plum and not less than 0.5 inches from the wall. Leaders shall connect gutters on overhanging eaves to downspouts. Leaders shall be set with a slope not less that 1/8 -inch per foot or more than 1/2 -inch per foot below the horizontal line Leaders shall, fit over the outlet tube in gutter bottom and shall fit into and be riveted to the downspout. Rivet spacing shall be not more than 2 inches. Strainers shall be set loosely in the, eave tube opening in gutter. Downspout shall be one continuous piece from leaders to ground termination. Downspouts terminating in drainage lines shall be neatly fitted into downspout boots and filled Downspout hangers shall be 16 gage by 1 inch flat stock of the same material as the downspout. Gutters: Brackets and spacers shall be fastened to roof nailer by screws and shall interlock with or be fastened to the leading edge of gutter. Brackets and spacers shall be alternated at not more than 36 inches on centers. 3 03 ADJUSTING, CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B Provide final protection and maintain conditions that ensure sheet metal flashing and trim work during construction is without damage or deterioration other than natural weathering at the time of Substantial Completion G:\PROJECTS12006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07620-4 C Remove construction debris from project site and legally dispose of debris. END OF SECTION 07620 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07620-5 SECTION 07900 - JOINT SEALANTS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, materials, and equipment for the complete installation of, sealant and caulking as indicated on the drawings and specified herein Work is primarily at perimeter of hollow metal doorframes, interior and exterior, and windows, and other penetrations in outside walls of buildings. B. The required applications of sealants includes, but is not necessarily limited to, the following general locations: 1. Joints between window frames, door frames, and other construction. 1.02 RELATED WORK A. Section 07620 - Sheet Metal, Flashing, and Trim B. Section 08100 - Steel Doors and Frames B. Section 09900 - Painting 1.03 SUBMITTALS A. Submit product data and samples in accordance with Section 01300 B. Submit manufacturer's surface preparation and installation instructions. C. Submit samples of sealant colors. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Name and addresses of manufacturers of products specified herein are as follows. 1. Dow Corning Corporation, Midland, Michigan. 2. General Electric Company, Silicone Products Division, Waterford, New York. 3. Mameco International, Cleveland, Ohio. 4. Pecora Corporation, Harleysville, Pennsylvania. 5. Sika Chemical Corporation, Lyndhurst, New Jersey. 6. Sonneborn Building Products Division, Contech, Minneapolis, Minnesota 7. Tremco, Cleveland, Ohio. 8. Woodmont Products Incorporated, Huntingdon Valley, Pennsylvania. 2.02 SEALANT SYSTEMS A. Type 1. Vertical joints one inch or less in width 1. Silicon rubber (nonsag) a. Silpruf Sealant: General Electric Company, Silicon Products Div., Waterford, New York. b. 790 Building Sealant: Dow Corning Corp., Midland, Michigan. c. 864 Architectural Silicone: Pecora Corp., Harleysville, Pennsylvania. B. Type 2: Interior nonmoving joints 1. Silicone rubber (at wet interior areas) a. 786 Mildew -Resistant Silicone Sealant: Dow Corning Corp., Midland, Michigan. b. Sanitary Sealant: General Electric Company, Silicone Products Div., Waterford, New York. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07900-1 c. Chem -calk 1200: Woodmont Products, Inc , Huntingdon Valley, Pennsylvania. 2.03 ACCESSORIES A. Primer: Nonstaining type, recommended by sealant manufacturer to suit application B. Joint cleaner: Noncorrosive and nonstaining type, recommended by sealant manufacturer and compatible with joint substrates. C. Joint filler: Round, opened or closed -cell, foam rod, as recommended by sealant manufacturer, diameter oversized 30% greater than the width of joint to be filled. D. Bond breaker: Pressure -sensitive tape recommended by sealant manufacturer to suit application. PART 3 - EXECUTION 3 01 INSPECTION A. Verify that joint dimensions and physical and environmental conditions are acceptable to receive work of this section. B. Beginning of installation means acceptance. 3.02 PREPARATION A. Clean, prepare, and size joints in accordance with manufacturer's instructions. Remove any loose materials and other foreign matter which might impair adhesion of sealant. B. Verify that joint substrates and release tapes are compatible with sealant. C. Examine joint dimensions and size materials to achieve required width/depth ratios. D. Use joint filler to achieve required joint depths, to allow sealants to perform properly. E. Where joints are more than 3/4 inch deep, install joint filler to within 1/2 inch of surface. F. Where joint is more than 1/2 inch deep, install joint filler to within 1/4 inch of surface G. Where joint is less than 1/2 inch deep, apply bond breaker tape to bottom of joint to prevent adhesion of sealant to joint bottom. H Prime or seal joint surfaces wherever recommended by the sealant manufacturer. Do not allow primer/sealer to spill or migrate onto adjoining surfaces. 3.03 INSTALLATION A. Install sealant in accordance with manufacturer's instructions. B. Apply sealant within recommended temperature ranges. Consult manufacturer when sealant cannot be applied within recommended temperature ranges. C. Tool joints: Concave. D Joints: Free of air pockets, foreign embedded matter, ridges, and sags. E. Install sealant before painting only if it is recommended as paintable by the sealant manufacturer, otherwise do all sealing after painting is completed. 3.04 CLEANING A. Remove excess and spillage of compounds promptly as the work progresses. Clean the adjoining surfaces by whatever means may be necessary to eliminate evidence of spillage, without damage to the adjoining surfaces of finishes. END OF SECTION 07900 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 07900-2 1 DIVISION 8 - DOORS AND WINDOWS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 08100 - STEEL DOORS AND FRAMES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing all labor, materials, and equipment for the installation of hollow metal doors and frames, and relites, as shown on drawings. B Work included: 1. Standard, insulated core steel doors; standard frames, unless otherwise detailed. 2. Prepare doors and frames to receive hardware specified in Section 08700. 3. Provide lites in doors where indicated. 4 All steel doors and door frames this project are to be hot -dip galvanized after all fabrication has been completed. 5. Certain openings will require custom doors and frames, see elsewhere for details. 1.02 RELATED WORK A. Section 06100 - Rough Carpentry B. Section 08700 - Door Hardware C. Section 09900 - Painting 1.03 SUBMITTALS A. General: Submit in accordance with Section 01300. B. Product data: for each type of door and frame specified, including details of construction, materials, dimensions, hardware preparation, core, label compliance, sound ratings, profiles, and finishes. C. Shop drawings. Submit drawings for fabrication and installation of steel doors and frames 1. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of door and frame hardware and reinforcements and details of joints and connections. Show anchorage and accessory items. 1 04 QUALITY ASSURANCE A. Provide doors and frames complying with ANSI/SDI 100 "Recommended Specifications for Standard Steel Doors and Frames" as specified. B Certification of label construction. For components exceeding Underwriters Laboratories, Inc. (UL), furnish inspection certificate stating that components construction conforms to UL rating requirements only if Architect is aware of such a limitation and has allowed the non -labeled unit. C. Fire -Rated door Assemblies: Units that comply with NFPA 80, are identical to door and frame assemblies tested for fire -test -response characteristics per ASTM E 152, and are labeled and listed by UL, Warnock Hersey, or another testing and inspection agency acceptable to authorities having jurisdiction. 1. Oversize Fire -Rated Door Assemblies- For units exceeding sizes of tested assemblies, provide certification by a testing agency acceptable to authorities having jurisdiction that doors conform to all standard construction requirements of tested and labeled fire -rated door assemblies except for size. 2. Temperature -Rise Rating: Where required by code, provide doors that have a temperature -rise rating of 450 deg F maximum in 30 minutes of fire exposure. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 08100-1 D Single Source: Provide doors, frames, and builders hardware through one source. 1 05 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames in cartons or crates to provide protection during transit and storage. B Inspect hollow metal work upon delivery for damage. Minor damages may be repaired provided the finish items are equal in all respects to new work and acceptable to the Architect; otherwise, remove and replace damaged items as directed. C. Store doors and frames at the building site under cover. Place units on minimum 4 -inch high wood sills or on floors in a manner that will prevent rust and damage. Avoid the use of non -vented plastic or canvas shelters which could create a humidity chamber. If cardboard wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4 inch spaces between stacked doors to promote air circulation. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, equivalent products by the following manufacturers are acceptable. 1. Steel Doors and Frames. a. Ceco Corporation b. Curries Company. c Republic d. Steelcraft 2.02 MATERIALS A. Steel sheets 1. All doors and frames; Galvanized steel sheets: ASTM A 525 - Steel Sheet, Zinc Coated (Galvanized) by the Hot Dip Process. B. Paint: 1. All hollow metal doors and frames this project are to be painted as specified in Section 09900 - Painting. 2 03 METAL DOOR FABRICATION A. General. Fabricate doors in accordance with SDI 100-1991, Grade II, Model 2 seamless design, to sizes shown, providing necessary clearances and bevels to permit operation without binding. Door shall be free from warp, wave, buckle and other defects. B. Door Construction: 1. Thickness- 1-3/4 inches, unless indicated otherwise. 2. Fabricated with face sheets of 18 gauge steel. 3. Both lock edge and hinge rail edge of the door shall be welded, epoxy or weld filled and ground smooth the full height of the door 4. Bevel lock and hinge edges 1/8 inch in 2 inch. 5. Provide with top and bottom inverted 16 gauge steel channels welded within the door to both face sheets. 6. Reinforce, stiffen and sound deaden with self -extinguishing, non-toxic, polystyrene foam core completely filling inside of door and laminated to the inside faces of panels. 7. Closer Reinforcement Channel: 12 gauge reinforcement in doors with closers. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS doc 08100-2 11 11 11 11 11 11 11 11 11 11 11 1 1 C. Thermal Rated Assemblies: Provide door and frame assemblies tested in accordance with ASTM C236 at exterior locations. Unless otherwise indicated, maximum apparent U factor for therma-rated assemblies is 0.24 BTU/hr (ft2) deg. F. D Preparation for Hardware: 1. Reinforce components for hardware installation in accordance with SDI 107. 2. Door shall be mortised, reinforced, drilled and tapped at the factory for templates for all mortise hardware listed in the hardware schedule. 3. Door shall be reinforced only for surface applied hardware such as closers, checks, escutcheons and kick plates, the drilling and tapping for which is to be done in the field by the door erector. 4. Door 'shall be provided with reinforcing unit as recommended by lock manufacturer. 5. Hardware Mounting Height and Door Clearances: In accordance with ANSI industry standards. 2.04 METAL FRAME FABRICATION A. General. Pressed, double rabbeted metal frames shall be formed to shapes and sizes shown. Head and jambs are to be notched, mitered, welded and finished to present a smooth surface for painting. B. Frames shall be fabricated from 16 gauge steel, and shall be designed with integral stop and trim. Mitered corners shall be reinforced with 18 gauge channel shaped reinforce- ments. C. Jamb Anchors: Frame anchors shall provide stiffness and rigidity to keep frames square, in accurate position without twisting, buckling or warping. 1. Provide minimum 3 anchors at jamb end of frames. 2. Wood stud construction: 18 gauge galvanized steel sheet, U-shaped type to engage stud, welded to back of frame. Loose anchors are not acceptable. 3. Concrete masonry: Adjustable galvanized "tee" anchors. Install in course mortar as work progresses. 4. Cast -in-place concrete walls: Use cabinet type frames anchored to concrete as per manufacturers printed recommendations, using expansion bolts. D. Floor Anchors: For each jamb which extends to floor, provide clip -type anchors formed of not less than 14 gauge galvanized steel sheet, welded to back of frame, with 2 holes to receive fasteners. E Preparation for Hardware. Frame shall be prepared at the factory for all hardware using templates furnished by hardware supplier. Locations of miscellaneous hardware shall conform to the recommendations for the Door and Hardware Institute (DHI). Mortise, reinforce, drill and tap for all mortise type hardware. Reinforce for surface applied hardware, the drilling and tapping for which is to be done in the field by door erector. 1. All hardware cutouts shall have steel plate reinforcements with tapped holes welded to frame. Reinforcement shall include 3/16- inch butt reinforcement; 12 gauge lock strike, 12 gauge for surface applied items. 2. Provide strike stops at frames to receive metal doors with holes for three (3) rubber door silencers. On double doorframes, provide for two (2) silencers per door at head. Omit holes at frames to receive unitized weather stripping F. Removable Spreaders: Provide removable metal spreaders for frame to prevent damage during shipment and handling. Touch up with field applied galvanizing treatment after removal. G. Plaster Guards: Provide 26 gauge steel plaster guards or mortar boxes, welded to frame at back of finish hardware cutouts where mortar or other materials might obstruct hardware operation. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 08100-3 2 05 ACCESSORIES A. Cement Grout: Portland cement, sand and water; with minimum compressive strength of 3000 psi at seven days. B. Bituminous Paint: Coal Tar Epoxy. 1. Coat inside of frame profile with bituminous coating to a thickness of 1/16 -inch. C Vision Frames: 18 gauge rolled steel and shall have mitered and welded corners with counter -sunk mounting holes and galvanized metal fasteners. 1. All fire rated vision lites and frames are to be installed accordance to standards set forth by NFPA 80. All fire rated vision frames shall bear the mark of Underwriter Laboratory and/or Warnock Hersey, and be visible without removal of the frame from the door. PART 3 - EXECUTION 3.01 INSTALLATION A. General. Install steel doors, frames and accessories according to shop drawings, manufacturer's data and as specified. B. Placing Frames: Comply with provision of SDI 105 "Recommended Erection Instructions for Steel Frames", unless otherwise indicated. Set frames accurately in position, plumbed, aligned and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces and spreaders, leaving surfaces smooth and undamaged Install silencers. 1. In masonry construction, install at least three (3) wall anchors per jamb adjacent to hinge location on hinge jamb and at corresponding heights on strike jamb. 2. At existing concrete or masonry construction, install at least three (3) completed opening anchors per jamb adjacent to hinge location on hinge jamb and at corresponding heights on strike jamb. 3. In metal stud partitions, install at least three (3) wall anchors per jamb at hinge and strike levels. In steel stud partitions, attach wall anchors to studs with screws. 4 Grout all frames unless noted otherwise Coat inside of frames with bituminous paint. 5. Install fire rated frames in accordance with the requirements of NFPA 80 C. Door Installation: Fit steel doors accurately in frames, within clearances specified in ANSI/SDI 100. 1. Fire -Rated Doors: Install in accordance with requirements of NFPA 80. D. Install hardware in accordance with Section 08700. 3.02 PROTECTION, ADJUSTING AND CLEANING A. Protection: Immediately before final inspection, remove protective wrapping from doors and frames. B. Galvanizing Touchup. Immediately after erection, sand smooth any rusted or damaged areas of galvanized coating and apply galvanized repair. C. Remove and replace defective work, including doors which are warped, bowed, dented, buckled or otherwise unacceptable. D. Final Adjustments: G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 08100-4 DIVISION 9 - FINISHES G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc B. The Contractor shall inspect prepared wall surfaces and make necessary field measurement's prior to order of materials Fabrication schedule should be coordinated with the construction progress to avoid delay of work. If field measurements cannot be made withoutdelaying work, the Contractor shall guarantee dimensions and proceed with fabrication of panels. The Contractor shall be responsible to coordinate final wall construction dimensions with guaranteed dimensions. C. FRP Panels shall not be installed until the wall substrate has been finished to a level acceptable to the panel manufacturer. All walls receiving FRP panels shall be clean, dry and dust free, prior to beginning installation. PART 2- PRODUCTS 2.01 FRP PANEL MANUFACTURERS A. FRP Panel products shall be provided by the following manufacturers or approved equal: 1. Kemlite Company, Inc. 2. Marlite 3 Structoglas 2.02 MATERIALS A. Provide panels fabricated from the following materials: 1. Fiberglass Reinforced Plastic (FRP) B. Provide panels complying with the following requirements: 1. Thickness — Approximately 0.090" 2. Panel Size — Nominal 48" wide by minimum 96" long C Fabricate panels to sizes and configurations indicated. Install panels free of blisters, seams, adhesive or other foreign matter. D. Colors, textures and patterns will be selected by the Owner from the manufacturer's standard options. E Provide all joint, corner, edge and cap moldings to finish all exposed edges of the panels. The owner will select color and style from the manufacturer's standard selections. F. FRP panel adhesive shall be non-flammable. G. Provide manufacturer's recommended silicone sealant for sealing joints. PART 3 - EXECUTION 3.01 INSTALLATION A. Install FRP panels in accordance with the manufacturer's printed instructions. Use mounting accessories as recommended by the panel manufacturer. B. Vertical surfaces and edges shall be plumb, top edges level and in alignment with other panels. Scribe panels to fit adjoining work and penetrations. Install panels with manufacturer's recommended gap for panel field and corner joints. C. Cut and drill panels with carbide tipped saw blades or drill bits, or cut with snips. D. Predrill fastener holes in panels with 1/8 -inch oversize. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09770-2 E. For trowel type and application of adhesive, follow adhesive manufacturer's recommendations. 3.02 CLEANING A. Remove all dust and other foreign materials from the face of the panels with a dry brush or vacuum. Remove any excess adhesive or sealant from the panel face with a cleaner recommended by the panel manufacturer. B. Remove and dispose of all debris resulting from panel installation C. All poorly adhered or damaged panels shall be replaced immediately. Panels which were not installed in accordance with the manufacturer's printed instructions will be replaced by the Contractor at no additional cost to the owner. 3.03 PROTECTION A. Protect installed products and finished surfaces from damage during construction. END OF SECTION 09770 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09770-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 09900 - PAINTING PART 1 - GENERAL 1 01 DESCRIPTION OF WORK A. Work covered by this section includes all labor, materials, and equipment required for surface preparation and application of protective coatings as indicated on the drawings and as specified herein. B. It is the intent that all new interior and exterior metal and submerged metal surfaces be painted, whether specifically mentioned or not. C Unless specifically indicated in the Technical Specifications, the following items shall not be painted: 1. Nonferrous and corrosion -resistant alloys such as copper, bronze, monel, aluminum, chromium plate, stainless steel, except where. a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel that is embedded in concrete or masonry, or aluminum in contact with concrete or masonry. c. Color coding of equipment is required 2. Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic except as required for architectural painting or color coding. 3. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, louvers, wall panels, except where color coding of equipment is required. 4. Nonsubmerged electrical conduits attached to unpainted concrete surfaces. 5. Cathodic protection anodes. 6. Insulated piping or insulated piping with jacket, except as required for architectural painting or color coding. 7. Moving parts of operating units such as valve and damper operators, linkages, sensing devices, motor and fan shafts, unless otherwise specified. 8. Code required labels, such as Underwriters Laboratories, or any equipment data plates. 1.02 RELATED WORK A. Section 01300 - Submittals Procedure B. Section 08100 - Steel Doors and Frames C. Section 09250 - Gypsum Board D. Division 15 — Mechanical 1.03 GUARANTEE A. The Contractor shall provide a Manufacturer's guarantee as specified in the General Conditions for all labor, materials, and equipment required herein. 1.04 SUBMITTALS A. Submittals shall be provided in accordance with Section 01300, Submittals. B Shop Drawings- Submit the following with the Shop Drawings in accordance with Section 01300, Paragraph 2.02, SHOP DRAWINGS: 1. Manufacture's Certification: Contractor shall submit certification that states that the factory applied coating system meets or exceeds the requirements specified herein. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09900-1 2. Technical Data Sheets. For each paint system used herein, Contractor shall submit a technical data sheet from each paint manufacturer and paint colors available for each product used in the paint system. The technical data sheet shall at minimum provide the paint material name, manufacturer name, product name and number, material specification, minimum coats of coverage and thickness. 3. Maintenance Instructions: Contractor shall submit Manufacturer's instructions for procedures and products required for re -coating of finish coat. 1.05 DELIVERY AND STORAGE A. Deliver all materials to the job site in original, new, and unopened packages and containers bearing manufacturer's name and label. 1. Provide labels on each container with the following information. a. Name or title of material. b. Federal Specification number, if applicable. c. Manufacturer's stock number. d. Manufacturer's name. e. Contents by volume, for major pigment and vehicle constituents. f. Thinning instructions g. Application instructions. B. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing, and application of paint in a clean condition, free of foreign materials and residue. 1.06 JOB CONDITIONS A. Do not apply paint when conditions are such that dust, dirt, or other deleterious substances which may impair the quality of coats or the finish are present or will be present before the coating is fully dry. B. Comply with manufacturer's recommended limitations for ambient and surface temperature and humidity. No painting is to be done when the relative humidity exceeds 85 percent. C. Comply with manufacturer's recommendations for minimum and maximum times between applications. PART 2 - PRODUCTS 2.01 PAINT AND COATING SUPPLIERS A. Specifications for non -latex, and non -urethane paint are based on products of the Tnemec Coatings, Inc., Kansas City, Missouri. Equivalent products are acceptable only with Engineer's approval. B. Specifications for latex paint and urethane paint are based on products of Sherwin- Williams Co. Equivalent products are acceptable only with Engineer's approval. C. Paint finish coats shall be by the same Manufacturer of the prime coat and shall be compatible CONTRACTOR shall be responsible for verifying compatibility with shop coating system used by manufacturers of OWNER furnished equipment. 2.02 COLOR REQUIREMENTS A. All equipment shall be painted with the color as approved by the Engineer. All non - submerged portions of equipment shall be painted the same color as the process piping it serves, except as follows: dangerous parts of equipment and machinery shall be OSHA Orange, fire protection equipment and apparatus shall be OSHA Red, and physical hazards in normal operating areas shall be OSHA Yellow. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09900-2 B Each coat of paint shall be darker than the preceding coat such that the finish coat is the darkest coat. C. Colors shall be formulated with colorants free of lead and lead compounds. D. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat shall not require painting, provided the color is approved by the Engineer. E. Colors shall be selected from "deep" pigments. PART 3 - EXECUTION 3.01 INSPECTION A. All work performed under this section shall be carefully inspected by the CONTRACTOR and ENGINEER for rejections or flaws to be corrected, and for proper compliance with plans and specifications. OWNER furnished equipment shall be inspected by CONTRACTOR for compliance with this specification. If surface damage to paint system occurs prior to delivery, and if the Engineer determines that the damage cannot be repaired at the job site, the equipment will be returned to the factory for repair and returned to the job site at no cost to the Owner. B. Visual Inspection: The paint system will be visually inspected by the ENGINEER and/or CONTRACTOR. Show -through of substrate or previous coating will be grounds for rejection. C. Testing: Dry Film Thickness (DFT) in mils on steel and galvanized substrates will be measured with a calibrated magnetic non-destructive testing apparatus. D Coverage rates for concrete and masonry surfaces will be determined by a count of empty containers. Remove or permanently deface labels of empty containers after counting by the ENGINEER. Remove empty, counted containers from the job site F. All pipe testing shall be done prior to any finish painting. G. Leak tests and all functional tests shall be completed prior to painting unless permitted otherwise by the ENGINEER. H. Starting of painting work will be construed as the installer's acceptance of the surfaces and conditions within any particular area. Prefinished items: 1. Unless otherwise indicated, do not include painting when factory finishing or installer finishing is specified for such items as (but not limited to) toilet accessories, partitions, lab equipment, cabinetwork, acoustical materials, and acoustical ceilings. 2. For factory finished items that require additional field painting see painting schedule, Paragraph 3.05. J. Finished metal surfaces: Metal surfaces of aluminum louvers and similar finished materials will not require painting except as otherwise indicated. K. Remove all hardware, hardware accessories, machine surfaces, plates, lighting fixtures, and similar items in place and not to be finish -painted, or provide surface -applied protection prior to surface preparation and coating operations. Remove, if necessary, for the complete painting of the items and adjacent surfaces. Following completion of painting of each space or area, reinstall the removed items by workmen skilled in the trades involved. 3.02 SURFACE PREPARATION A. General: Perform preparation and cleaning procedures in strict accordance with the paint manufacturer's instructions and as herein specified, for each particular substrate condition. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09900-3 B. Installer must examine the areas and conditions under which painting work is to be applied. Notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 1. Test previously painted or primed surfaces for compatibility with painting systems. C. Masking: Remove, mask, or otherwise protect surfaces or hardware not specified or intended to be painted or blasted, or surfaces which have received the finish coat. D. Clean surfaces to be painted before applying coating or surface treatments. Remove oil and grease prior to mechanical cleaning Program the cleaning and painting so that contaminants from the cleaning process will not fall onto wet, newly coated surfaces. E. Metal Surface Preparation: All workmanship for metal surface preparation shall be in conformance with the current Steel Structures Painting Council (SSPC) specifications as listed in Table 09900-1. All oil, grease, welding fluxes, and other surface contaminants shall be removed prior to blast cleaning. All surfaces shall be cleaned of all dust and residual particles of the blast cleaning operations prior to painting. Surfaces that have started to rust before they are painted shall be re -blasted. Table 09900-1. SSPC Specification Numbers Solvent Cleaning SP 1 Hand Tool Cleaning SP 2 Power Tool Cleaning SP 3 White Metal Blast Cleaning SP 5 Commercial Blast Cleaning SP 6 Brush -Off Blast Cleaning SP 7 Pickling SP 8 Near -White Blast Cleaning SP 10 F. Plastic Surface Preparation. All plastic surfaces to be coated shall be hand sanded to provide tooth for the coating system. Larger areas may be power sanded or brush-off blasted, provided sufficient controls are employed so that the surface is roughened without removing excess material. Wash sanded surfaces with detergent and rinse. 1 1 1 1 1 1 1 1 1 1 1 1 1 G. Concrete and Masonry Preparation: 1. Prepare surfaces of concrete and masonry to be painted by removing all efflorescence, chalk, dust, dirt, grease, oils, through etching, wire brushing, fiber brushing, stoning or scraping to remove glaze. 2. Determine the alkalinity and moisture content of the surfaces to be painted by performing appropriate tests. Do not paint over surfaces where the alkalinity or moisture content exceeds that permitted in the manufacturer's printed directions. H. Previously primed or painted surfaces. Sand lightly to remove gloss Wash with detergent and rinse. Wood Preparation: 1. Touch up knots, pitch streaks and sappy spots with shellac where finish calls for interior enamel or paint. Sand all surfaces smooth and wipe clean before applying specified primer Putty or spackle holes, splits, and scratches smooth after primer application. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 099004 1 1 1 1 2. Staining: Clean soiled surfaces, sand smooth and even and vacuum clean where finish calls for stain. Putty all nail holes, cracks, and the like with colored putty matching that of finish, after first coat has been applied. Bring putty flush with adjoining surfaces in neat, workmanlike manner. After "setting", wipe wood -paste filler across open grain wood. Wipe with grain and obtain clean surface. 3. Back prime interior and exterior trim before installation with wood prime paint. J. Gypsum Wallboards Preparation: Fill narrow, shallow cracks and small holes with spackling compound. Rake deep wide racks and deep holes. Dampen with clear water. Fill with thin layers of drywall joint compound. Allow to dry. Sand smooth Do not raise nap of paper. K. Protection from sandblasting: Thoroughly mask and protect from dust all mechanical and electrical equipment in vicinity of sandblasting Repair all painted surfaces and equipment damaged by sandblasting. L. Non-ferrous metals shall not be painted. M. Hot dip galvanized items shall not be painted (except hollow metal doors and frames) except where directed or called for. See elsewhere in these specifications for special treatment of hollow metal doors and frames. 3 03 APPLICATION A. General: 1. Apply paint in accordance with the manufacturer's directions Use applicators and techniques best suited for the type of material being applied. Do not exceed manufacturer's recommended coverage per gallon. 2. Apply additional coats when undercoats, stains, or other conditions show through the finish coating, until the paint film is of uniform finish color and appearance. 3 Apply paint to surfaces behind movable equipment and furniture the same as similar exposed surfaces. Coat surfaces behind permanently -fixed equipment or furniture with prime coat and base coat only. 4. See elsewhere in these specifications for special requirements and treatment of hollow metal doors and frames. B. Back priming: Ungalvanized structural steel, miscellaneous steel and iron work shall be back -primed prior to erection. Galvanized steel surfaces need not be back primed or painted. All ungalvanized metal brackets, angles, mechanical equipment mounting plates and miscellaneous devices mounted against concrete or masonry surfaces shall be back primed before installing C. Factory finished items (including factory primer): Including some OWNER furnished equipment. See special conditions for hollow metal. 1. The CONTRACTOR shall repair or have repaired all surface damage to factory finished items. The ENGINEER shall determine if damage can be repaired at job site or if item is to be returned to the factory. Any coating done shall be equal to the original coating in every way and compatible with the shop coats. 2. Where additional coats of paint are required, the factory applied primer shall be from the paint system selected, or be compatible with it. This finish coat will be field applied. Coordinate this work with equipment manufacturers. Colors will be selected by the ENGINEER. D. Coating inspection Each coat of material shall be inspected and approved by the ENGINEER before applying succeeding coats; otherwise no credit for coat applied will be given, and CONTRACTOR assumes recoat responsibilities. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09900-5 3 04 CLEANUP A. Cleanup: During the progress of the work, remove from the project daily all discarded coating materials, rubbish, cans and rags. B. Cleaning: Upon completion of painting work, clean all window glass and other spattered surfaces. Clean by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. C. Corrected work: Correct any damages by cleaning, repairing, or replacing and painting as directed by the Engineer. Provide "Wet Paint" signs as required to protect newly - coated finishes. Remove temporary protection wrappings provided by others for protection of their work, after completion of painting operations. D. Repair of defective work: Where any painted surface exhibits rust through its finished coat, all layers of primer and paint shall be removed down to the bare metal. The metal surface shall be prepared again to receive a completely new paint system. The new system shall be the same as the one removed or as selected by the Engineer. 3.05 PAINT SYSTEM SCHEDULE A. All colors will be selected by the Engineer based on the color charts and samples submitted by the Contractor. B The Contractor will be required to prepare and paint, the areas of new construction listed below. 1. All piping, valves, and fittings. 2. All exterior exposed, above -grade piping, except galvanized steel pipe and stainless steel pipe. 3. All ceilings and interior walls of new pump building. 4. All new doors and frames. 5. All new miscellaneous metal work which is not galvanized, including, but not necessarily limited to, pipe and valve supports, and equipment stands and supports. C. The following types of paints by Tnemec Protective Coating Company have been used as a basis for the paint schedule. PAINTING SCHEDULE (Tnemec Protective Coatings, or approved equal) LOCATION ITEM TYPE OF COATING PRODUCT SYSTEM All Wood Construction and Gypsum Wallboard Ceiling and Walls Acrylic Latex TNEME-CRYL SERIES 6-1 Interior PVC Pipe PVC Pipe and Fittings Alkyd HI -BUILD TNEME-GLOSS SERIES 2H All Exterior Metal Equipment Metal Doors and Frames Aliphatic Polyurethane ENDURASHIELD SERIES 74 Interior Metal Equipment Pumps, Valves, Ductile Iron Pipe and Fittings, Steel Pipe and Fittings Alkyd HI -BUILD TNEME-GLOSS SERIES 2H Interior Metal Doors Metal Doors and Frames Aliphatic Polyurethane ENDURASHIELD SERIES 74 Note. The above product systems include primer. Provide primer required for the substrate and compatible with the system finish coat. Provide recommended dry film thickness for product system. END OF SECTION 09900 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 09900-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 15 - MECHANICAL G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc SECTION 15000 - GENERAL MECHANICAL PROVISIONS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section is an extension of General Requirements and contains items of a common or administrative nature that pertain to all mechanical work. 1.02 QUALITY ASSURANCE A. Requirements of regulatory agencies. Comply with all applicable codes, rules and regulations. B. References. Comply with reference standards as listed in the specifications. C. Codes: National Electrical Code (NEC) Uniform Building Code (UBC) Uniform Mechanical Code (UMC) Uniform Plumbing Code (UPC) D Fees and permits: Obtain required permits necessary to execute the work under this division. See Division 1 GENERAL REQUIREMENTS for additional information related to permits. E. All pressure vessels, safety devices, and appurtenances shall comply with standards of and bear stamp of ASME F. All electrical devices and wiring shall comply with standards of NEC. All devices shall be UL listed and so identified 1.03 DRAWINGS A. Drawings are diagrammatic and show the general design, arrangement and extent of the systems. Do not scale drawings for roughing in measurements, nor use as shop drawings. Make field measurements and prepare shop drawings as required. Coordinate work with shop drawings of other specification divisions. 1.04 SUBMITTALS A. Detailed submittal requirements are given in the individual sections and Section 01300, CONTRACTOR SUBMITTALS. B. Contractor shall investigate the capacity and space requirements of the proposed equipment before submitting shop drawings. 1.05 PRODUCT HANDLING A. Contractor is responsible for protection of all material, equipment and apparatus provided under this section from all damage both in storage and when installed, until final acceptance. B. Provide temporary storage facilities for material and equipment. Provide heat for equipment storage as recommended by manufacturer. C. Any material, equipment or apparatus damaged because of improper storage or protection will be rejected and any repair or replacement will be at no cost to the Owner PART 2 - MATERIALS 2.01 GENERAL A. The materials required for all mechanical work are specified in the individual sections. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15000-1 PART 3 - EXECUTION 3.01 GENERAL A. All equipment shall be installed in accordance with manufacturer's recommendations unless specifically directed by the Engineer otherwise. 3 02 SLEEVES AND INSERTS A. Contractor shall be responsible for locating and installing sleeves, inserts and supports, including pipe supports, as required during the construction 3.03 REVISIONS DURING INSTALLATION A. Contractor shall be responsible for making minor changes in the piping, ductwork and equipment locations due to structural obstructions or conflicts with work specified in other divisions. B Contractor shall be responsible to coordinate existing equipment salvaged from the existing pump building with new pump station construction. END OF SECTION 15000 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15000-2 SECTION 15020 - TESTING PART 1 - GENERAL 1.01 GENERAL A. It is the intent of the Owner to have a complete and operable facility. All facilities shall be tested during construction and/or during the Contractor's operational period to insure the facility is complete, is operable to the satisfaction of the Engineer, and meets the design performance requirements. B. General test requirements are specified in this section. Additional test requirements may be specified in other divisions of these Specifications and in other sections of this division. In submitting a proposal for this work the Contractor agrees that any specified performance requirements, testing procedures, leakage allowances, or other requirements are fair and practicable and that he guarantees to secure the results specified. C. All costs for power, gas, water, labor and material (including chemicals) required for testing shall be borne by the Contractor. D. Defective items revealed by the testing shall be removed and replaced or otherwise corrected as directed by the Engineer, and the system again subjected to the same test. All cost for power, gas, water, labor and material (including chemicals) required for re- testing shall be borne by the Contractor. 1.02 TESTING A. Equipment and Systems' All equipment and systems shall be tested by the Contractor under the review of the Engineer, to verify the proper operation thereof in accordance with these Specifications. B. Pipe and Fittings: After completion of the installation, the Contractor shall test all piping and pipe work as specified herein. The Contractor shall furnish all material, equipment and labor for testing and re -testing the piping systems. Each system may be tested as a unit or in sections, but each complete system shall successfully meet the requirements specified herein before acceptance by the Engineer. Should any defects appear in the pipe or fittings, the necessary repairs shall be made and the line re -tested until it shall meet the requirements. The Contractor shall take all necessary precautions to prevent any joints from withdrawing while the pipelines and their appurtenances are being tested, and he shall, at his own expense, repair any damage to the pipes and their appurtenances or to any other structures resulting from or caused by these tests. C. Irrigation Piping: All pressure irrigation piping shall be hydrostatically pressure tested in accordance with Section 7-09 3(23) of the WSDOT Standard Specifications supplemented with the following: Replace the first sentence with: All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. D Connections to the existing irrigation mains shall be tested following the testing of all new piping per the above test requirements The Engineer shall be notified immediately if any leaks are detected in existing piping outside of the project limits. The Contractor shall be responsible for repairing and retesting leaks at the connection points. E. Refer to Section 02667 - SITE PIPING, for HDPE pipe testing requirements G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15020-1 F Existing Pumps: Upon completion of piping and electrical control system, the existing pumps shall be tested to assure complete operability. The contractor shall coordinate pump, electrical control and component testing. The Contractor shall furnish all material, equipment and labor necessary for testing the existing pumps. Supply and disposal of water for pump testing shall be the responsibility of the Contractor. No additional payment will be made for supplying water for pump testing Existing pumps shall remain fully operation for the warranty period stated in Section 1- 05.10(1) of the Special Provisions. Should pump failure occur, the Contractor shall be responsible for determining the source of such failure. If pump failure is a result of new equipment (electrical or mechanical), or installation, the Contractor shall immediately repair or replace the failed equipment and retest the pump(s) at no cost to the Owner. If pump failure is determined to be due to the existing pump or pump motor, the Contractor shall notify the Owner and provide a written test report with descriptions of the source of failure. END OF SECTION 15020 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15020-2 SECTION 15050 - BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work of this section describes the materials and methods common to all sections of Division 15, and 16. Mechanical materials specified under other sections of Division 15 shall meet the requirements of this section, unless part of larger factory assembled equipment. 1.02 RELATED WORK A. Division 2 - Sitework B. Section 09900 - Painting C. Division 15 - Mechanical D. Division 16 - Electrical 103 SUBMITTALS A. Submittals shall be in accordance with Section 01300 - Submittals B. The Contractor shall verify all actual conditions and shall refer to architectural, structural, piping and electrical drawings. Rerouting of pipe from that shown on construction drawings due to interferences, types of material and equipment submitted that are different from those originally shown on drawings and/or specified, Contractor's convenience for construction that does not compromise functional intent, etc., will be permitted only after review by the Engineer. In this case, shop drawings shall be submitted consisting of plan and section views clearly showing all pipe, fittings, valves, pipe hangers, supports, and mechanical and electrical equipment. Shop drawings shall be completely dimensioned and labeled, and reviewed and approved by the Engineer prior to beginning construction. 1 04 JOB CONDITIONS A. Electrical requirements 1. Starters: Except for starters specifically included in Division 16, furnish all starters for motors in this division. 2. Disconnects. Except for disconnects factory mounted on mechanical equipment, or in combination with starters, motor disconnects are specified in Division 16. 3. Power wiring: Except for factory wiring on mechanical equipment, power wiring is specified in Division 16. Equipment devices and wiring shall comply with NEC 4. Provide controls, controllers, transformers, and switches required by the work of this section. 5. Factory wired assemblies and panels shall be prewired to numbered terminal strips for connection to field wiring 6. Provide disconnect switch for each control circuit connection to prewired assemblies and control panels. 7. Provide approved wiring diagrams for work as specified in Division 16. 8. Provide weatherproof devices and installations for out of doors or as specified in Division 16. 9. Install wiring as specified in Division 16. PART 2 - PRODUCTS 2.01 FLANGES AND PIPE THREADS A. Unless otherwise noted, all flanges on equipment and appurtenances provided under this section shall conform in dimensions and drilling to ANSI B16.1, Class 125. All pipe G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-1 threads shall conform in dimension and limits of size to ANSI B2.1, Class 2 NPT, Taper Pipe Thread. B. Grooved pipe connections shall be Victaulic or equal. 2.02 GUARDS A. All exposed moving parts shall be provided with guards in accordance with the requirements of the Occupational Safety and Health Act. Guards shall be fabricated of 12 gauge steel and expanded metal screen to provide visual inspection of moving parts without removal of the guard. Guards shall be galvanized after fabrication and shall be designed to be readily removable 2 03 BEARINGS (NEW EQUIPMENT ONLY) A. Unless otherwise specified, all equipment bearings shall be oil or grease lubricated, ball or roller anti -friction type of standard manufacture Bearings shall be conservatively designed to withstand all stresses of the service specified. Each bearing, except when otherwise noted, shall be rated in accordance with the latest revisions of AFBMA Methods of Evaluating Load Ratings of Ball and Roller Bearings for one of the following classes of B-10 rating life: Class M1, 8,000 hours of operation; Class M2, 20,000 hours of operation; Class M3, 50,000 hours of operation; of Class M4, 100,000 hours of operation. Bearings shall be not less than Class M3 unless otherwise noted. All grease lubricated bearings, except those specified to be factory lubricated for life, shall be fitted with easily accessible grease supply, flush, drain and relief fittings. Extension tubes shall be used when necessary. Grease supply fittings shall be the standard hydraulic type. Oil lubricated bearings shall be equipped with either a pressure lubricating system or a separate oil reservoir type system. Each oil lubrication system shall be of sufficient size to safely absorb the heat energy normally generated in the bearing under a maximum ambient temperature of 40 degrees C and shall be equipped with a filler pipe and an external level gauge. 2 04 V -BELT DRIVES (IF USED) A. Unless otherwise noted, V -belt drives shall be Dodge Dyna -V belts with matching Dyna -V sheaves and Dodge Tapper -lock bushes, Woods' Super -V belts with matching Sure -Grip sheaves and Woods' Sure -Grip bushes, or Eaton Hy -T wedge with Eaton High Torque QD sheaves, or equal. Pulleys and bushes shall be dynamically and statically balanced. Pulleys shall be separately mounted on their bushes by means of three pull-up grub or cap tightening screws. Bushes shall be key seated to the driver shaft. Belts shall be selected for not less than 150% of rated driver horsepower and, where 2 pulley sizes are specified, shall be capable of operating with either set of pulleys. Belts shall be of the anti -static type where flame -proof equipment is specified. Each belt -driven unit shall be furnished with a complete set of spare belts. Spare belts shall be properly identified as to design, horsepower speed, length, pulley size and use and shall be packaged and stored as specified for spare parts storage and marking. Where 2 or more belts are involved, matched sets of belts shall be provided. 2.05 SHAFT COUPLINGS (NEW EQUIPMENT ONLY) A. General: Shaft couplings for direct connected electric motor -driven equipment 1/2 HP or larger shall be Type I or Type II as specified herein. Type I couplings shall be utilized for all reversing drives, positive displacement pumps or high torque loads. Type II couplings shall be employed on all other drives. Where requirements of the equipment dictate G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-2 specialized features, the manufacturer may substitute the coupling normally supplied for the service. All couplings shall be non -lubricated type, designed for not less than 50,000 hours operating life. Coupling sizes shall be as recommended by the manufacturer for the specific application, considering horsepower, speed of rotation and type of service The use of couplings as specified herein shall not relieve the Contractor of his responsibility for precision alignment of all driver -driven units. B. Type I couplings: Positive displacement pumps and reversing equipment or equipment where sudden torque reversals may be expected shall be connected to their drivers by flexible couplings which can accommodate angular misalignment, and end float, and which cushion shock loads and dampen torsional vibrations. The flexible member shall consist of a built-up elastic member comprised of synthetic rubber, duck and wire reinforcement with synthetic tension members bonded together in rubber. The flexible member shall be attached to flanges by means of clamping rings and cap screws and the flanges shall be attached to the stub fit. There shall be no metal -to -metal contact between the driver and driven unit. C. Type II couplings shall be employed on normal torque, non -reversing applications. Type II couplings shall be of the pin and preloaded neoprene cylinder type, designed to accommodate shock loading, vibration and shaft misalignment or offset. Stub shafts shall be connected through collar or round flanges, firmly keyed to their shafts, to neoprene cylinders held to individual flanges by through pins. Couplings with cylinders pinned to both coupling flanges will not be acceptable. 2.06 ELECTRICAL DEVICES A. All electrical motors, starters, controls and other devices furnished with mechanical systems shall be UL labeled or furnished with other certification satisfactory to the administrative authority. In addition, electrical components shall comply with Division 16 of these specifications. See diagrams on electrical plans. 2.07 EQUIPMENT PADS A. All mechanical equipment shall be installed on a concrete pad with a minimum height above the floor of 4 inches. Details for a typical concrete pad are included in the Plans. 2.08 PRESSURE GAUGES A. General: Provide a pressure gauge on the suction and discharge side of each pump and at all other locations shown on the drawings. The range of all gauges shall be approximately 2 times the normal system pressure so that when the system is operating, the pressure gauge will read near center scale or as indicated on drawings. Gauges on suction side of pumps shall be compound direct reading type. Gauges and appurtenances specified herein shall be by Ashcroft, Marsh, or equal. B. Gauges for irrigation water shall be 4-1/2 inch dial; stem mounted black phenolic case; high impact, non -cracking plastic lens; bourdon tube assembly; glycerine -filled gauge mechanism and case, suitable for temperature range of 0 to 150 degrees F; white dial background with black numerals and gradations; accuracy of + 0 5 percent of full scale; 1/2 inch NPT connection; pulsation dampener; maximum pointer; red set hand; and under/overload stop protection. PART 3 - EXECUTION 3.01 EQUIPMENT INSTALLATION A. Belt driven equipment: Mount with motors on common steel base with adjustable motor mount. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-3 B. Locate and install sleeves, inserts and supports as required at proper stage of construction. C. Install equipment so nameplates are visible. D. Basis for equipment and material installation is the published recommendations of manufacturer. Submit such recommendations for review 3.02 TESTING BUILDING SYSTEMS A. Contractor shall notify Engineer at least one week prior to testing. Provide tests specified. Provide all test equipment including test pumps, gauges, instruments, and other equipment required. Pressure gauges used shall be graduated in increments suitable for magnitude of test pressures specified and shall have range of approximately twice test pressure. Use only gauges and instruments recently calibrated B. Where testing is specified, completed installation shall comply with designated requirements. Provide replacement materials as may be required to accomplish this compliance. C. Piping 1. Remove from systems, during testing, all equipment which would be damaged by test pressure. Replace removed equipment after testing. Systems may be tested in sections as work progresses, however, any previously tested portion shall become a part of any later test of composite system. Correct leaks by remaking joints with new material; makeshift remedies will not be permitted. Test time will be accrued only while full test pressure is applied to system. 2. Do all testing before backfilling, concealing, insulating, or painting. 3. Tolerance shall be no pressure drop, except that due to temperature change or as specified in test procedure. Perform tests in accordance with requirements in sections 15020, 15060 and 15400. D Valves 1. Test valve bonnets for tightness Test operate valves from closed -to -open -to - closed position while valve is under piping test pressure. 2. Test automatic valves by actuating from fully open to fully closed. E. Piping Specialties 1. Test pressure gauges for accurate indication 2. Test all other piping specialties for proper operation. F. Hangers and supports: With systems in normal operation, test hangers, supports and rods to ensure they are plumb and supporting proper share of load. Additionally support, as required, systems and equipment that sway, crawl, or vibrate. G. Other materials and equipment: Test other materials and equipment as specified, as recommended by equipment manufacturer, or directed to assure they are complete, operable and ready for use. 3 03 CLEANING A. During progress of work, keep premises reasonably free of debris, cuttings and waste material. Upon completion of work, and at other times as directed, remove all such debris from premises. B Clean equipment and materials. Remove foreign materials including dirt, grease, splashed paint and plaster. Restore to original condition any damaged finish. C. Clean, by flushing, interior of water piping after pressure testing. Upon completion of flushing, completely drain systems at all low points; remove, clean and replace all strainer baskets and refill systems. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-4 3.04 START-UP PROCEDURES A. General: Provide material and labor required to perform start-up of each respective item of equipment and system prior to beginning of test, adjust and balance procedures. Provide information and assistance required, cooperate with test, adjust and balance services. Comply strictly with manufacturer's specified procedures in starting up mechanical equipment. B. Bearings: 1. Inspect for cleanliness, clean and remove foreign materials. 2. Verify alignment. 3. Replace defective bearings and those which run rough or noisy. 4 Lubricate as necessary and in accord with manufacturer's recommendations. C. Drives: 1. Adjust tension in V -belt drives and adjust varipitch sheaves and drives for proper equipment speed. 2. Adjust drives for alignment of sheaves and V -belts. 3. Clean, remove foreign materials before starting operation. D. Motors: 1. Check each motor for amperage comparison to nameplate value at full equipment load. 2. Correct conditions which produce excessive current flow and which exist due to equipment malfunction 3. Check for proper rotation before running equipment. E. Pumps: 1. Check mechanical seals for cleanliness and adjustment before running pump 2. Inspect shaft sleeves for scoring. 3. Inspect mechanical faces, chambers and seal rings, replace if defective. 4. Verify that piping system is free of dirt and scale before circulating liquid through the pump. F Control Valves: 1. Inspect both hand operated and automatic control valves, clean bonnets and stems. 2. Tighten packing glands to assure no leakage, but permit valve stems to operate without galling. 3. Replace packing in valves to retain maximum adjustment after system is judged complete 4. Replace packing on any valve which continues to leak. 5. Remove and repair bonnets which leak. 6. Coat packing gland threads and valve stems with a surface preparation of "Moly- Cote" or "Fel-Pro" after cleaning. G. Verify that control valve seats are free from foreign material and are properly positioned for intended service. H. Tighten flanges and couplings after system has been placed in operation. 1. Replace all gaskets which show any sign of leakage after tightening. Inspect screwed and welded joints for leakage. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-5 1. Promptly remake each joint which appears to be faulty, do not wait for rust to form. 2. Clean threads on both parts, apply compound and remake joints. 3. Cut out welded joint and replace with new section of pipe and new couplings J. After system has been placed in operation, clean strainers, dirt pockets, orifices, valve seats and headers in fluid systems to assure system is free of foreign materials K. Remove rust, scale and foreign materials from equipment and renew any defaced surfaces. L. Inspect fan wheels for clearance and balance. 1. Provide factory -authorized personnel for adjustment when needed. M. Check each electrical control circuit to assure that operation complies with specifications and requirements to provide desired performance. N. Inspect each pressure gauge and thermometer for calibration. 1. Replace items which are defaced, broken, or which read incorrectly O. Repair damaged insulation. P. Vent gases trapped in any part of systems. 1. Verify that liquids are drained from all parts of gas or air systems. Q. Check piping for leaks at every joint, and at every connection, using "Leak -Tek" or other approved compound 3 05 CONTINUING ADJUSTMENTS A. Provide such periodic continuing adjustment services as necessary to insure proper functioning of mechanical systems after occupancy of the project and for warranty period stated in Section 1-05.10(1) of the Special Provisions. END OF SECTION 15050 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15050-6 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 15060 - PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work included in this section consists of furnishing and installing pipe, fittings and related items, complete as specified herein and as indicated on the Drawings. Special pipe, fittings or installation requirements may be specified with the particular equipment involved. B. Not all the pipe and fittings listed in this section are used in this project. 1.02 SUBMITTALS A. Section 02667 - Site Piping B. Section 09900 - Painting C. Division 15 - Mechanical D Division 16 - Electrical 103 SUBMITTALS A. Submittals shall conform to the provisions of Section 01300 of the Specifications. Data in the form of drawings, catalog cuts, etc. shall be submitted for all items proposed for use on the project. B. Submit shop drawings of all exposed interior irrigation piping. PART 2 - PRODUCTS 2.01 PIPE MATERIALS A. General: All pipe and fittings shall be of the type and size indicated on the Drawings. All pipe of each type shall be of the same manufacturer. Pipe shall be grooved piping system, flanged, mechanical joint or push -on joint as required or as specified. Unless otherwise shown on the Drawings or specified herein, the following shall apply: 1. Mechanical joint with mechanical restraints shall be used for all buried ductile iron fittings. 2. Fused connections shall be used on all buried HDPE pipe. 3. Regarding joint restraint, it is the intent of the Plans and Specifications to use "Grip Ring" or "Meg -a -Lug" type mechanical restraints in lieu of thrust blocking. 4. All exposed piping shall be flanged or Victaulic type grooved pipe connections. B. Ductile Iron Pipe and Fittings: Ductile iron pipe shall conform to the provisions of ANSI A21.51/AWWA C 151. Ductile iron pipe thickness shall conform to provisions of ANSI M1.50. All pipe and fittings shall be cement -mortar lined and seal coated in accordance with ANSI 21 4 Thickness class for all pipe and fittings shall be as follows: Use Required Class General Use, 12" Diameter and Smaller 52 General Use, Over 12" Diameter 50 or 51 Threaded Taps 52 Threading, for Threaded Flanges 53 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15060-1 Fittings shall be ductile or cast iron unless otherwise shown on the Drawings, and shall conform to ANSI A21.10/AWWA 0110 and ANSI A21.11/AWWA C111. Where taps are shown on fittings, tapping bosses shall be provided Ductile iron pipe shall be furnished with mechanical joints, flanged joints or push -on joints as specified and shall conform to ANSI A21.11/AWWA C111 and ANSI A21.15/AWWA C115. Flanges shall conform to ANSI B16 1, Class 125 drilling. Where restrained joints are required, provide locked -type mechanical retainer glands with mechanical joint fittings, "Grip Ring", "Meg -a -Lug" or approved equal. Grooved pipe shall conform to AWWA Standard C-606-87, or the coupling manufacturer's recommendations for rigid grooving dimensions. Flexible grooves shall be provided as necessary for settlement or expansion only where shown on the Drawings or as approved by the Engineer. C. Cast -Iron Pipe and Fittings. Cast-iron pipe shall conform to the current provisions of the ANSI A21.1, A21.7, and A21 10. Cast-iron pipe shall be Thickness Class 22. Flanged pipe shall be flanged in accordance with ANSI B-16.1, with Class 125 drilling and fullface gaskets. Rubber gasket joints shall conform to ANSI 21.11. All cast-iron pipe shall be cement -lined and seal coated in accordance with ANSI 21.4, unless specified otherwise. D. High Density Polyethylene (HDPE) Pipe and Fittings: See Section 02667 - SITE PIPING for HDPE material specifications. E. PVC Pipe and Fittings Unless otherwise shown, PVC pipe shall conform to the requirements of the "Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in. for Water," (AWWA C900) or "Standard for Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters 14 in. through 36 in." (AWWA C905) and shall be furnished in cast-iron equivalent outside diameters. Pipe shall be Pressure Class 150 Pipe fittings shall be Class 150 cast iron, mortar -lined, and meet the requirements of the "American National Standard for Gray -Iron and Ductile -Iron Fittings, 3 in. through 48 in., for Water and Other Liquids," (ANSI 21.10/AWWA C110) and the "American National Standard for Cement -Mortar Lining for Ductile -Iron and Gray -Iron Pipe and Fittings for Water," (ANSI A21.4/AWWA C104), respectively. Unless otherwise shown or specified, PVC pressure pipe 3 inches and smaller shall be Schedule 80, Type 1 and shall conform to ASTM D 1785. Buried pressure fittings 3 inches and smaller may be rubber gasket or solvent weld joints Fittings shall conform to ASTM D 2467, Schedule 80 for solvent weld joints. Threaded joints shall be provided where connecting to unions, valves and where future disassembly may be required. PVC gravity sewer pipe shall be ASTM D-3034 or F789 with flexible rubber gasket joints F. Miscellaneous Pipe and Fittings. Where indicated on the Drawings, the Contractor shall furnish and install miscellaneous piping and fittings as required for the service indicated. All material shall be first class and suitable for the indicated service. Wrought Steel Pipe, Black and Galvanized Wrought Iron Pipe, Black Cast-iron Screwed Fittings Malleable Iron Screwed Fittings Welding Fittings, Black G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15060-2 ASTM A-120 ASTM A- 72 ASTM A-126 ASTM A-197 ASTM A-234 2.02 GASKETS A. Gaskets for mechanical or push -on joints shall be rubber, conforming to ANSI A21.11/AWWA C111 B. Gaskets for flanged fittings shall be full -face neoprene rubber. C. Gasket material shall be suitable for use in sewage, irrigation, or potable waterlines. 2.03 COUPLINGS A. Grooved Mechanical Joint Coupling: Grooved -end couplings shall be suitable for the pipe being joined Depending on the piping requirements, the coupling shall either provide a rigid joint or controlled pipe movement (for deflection and/or thermal expansion). Pipe grooving shall be in accordance with the coupling manufacturer's specifications. Couplings shall be Victaulic System by Victaulic Company or approved equal. B. Flexible Pipe Couplings: Flexible couplings are required on all pipe less than 36" dia wherever a pipeline penetrates a structure or, where shown on the Drawing, couplings shall be of the gasketed sleeve -type with diameter to properly fit the pipe as manufactured by Smith -Blair, Dresser, or approved equal. Couplings shall be assembled on the job in a manner to insure permanently tight joints under all reasonable conditions of expansion and contraction. Gasket and 0 -ring material shall be as recommended by manufacturer for intended service. Buried or submerged couplings shall be provided with Type 18-8 stainless steel bolts and nuts. Couplings shall have an epoxy coating finish. C. Screwed Joints: Screwed joints shall be made of clean-cut threads to standard lengths, so made up that joint leaves not more than three threads exposed. Apply approved pipe compound to male threads only. 2.04 SIGHT GLASS A. Sight glass shall be Jacoby -Tarbox Style 830-F. 2.06 BURIED PIPE RESTRAINT A. "Grip Ring" or "Meg -a -Lug" type mechanical restraints shall be used for buried pipe restraint in lieu of thrust blocking. PART 3 - EXECUTION 3.01 GENERAL INSTALLATION A. Pipe shall be installed in accordance with good trade practice and in strict accordance with the manufacturer's instructions. The methods employed in handling and placing of pipe, fittings and equipment shall be such as to insure that after installation and testing they are in good condition. B. Refer to Section 02667 - SITE PIPING for installation of piping outside of the limits of the new building. 3.02 INTERIOR AND EXTERIOR PIPING INSTALLATION A. Enter and exit through structure walls, floors, and ceilings by using penetrations and seals as shown on the Drawings. B. When entering or leaving structures with buried piping Tess than 36" dia., install a flexible pipe coupling when shown on the Drawings. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15060-3 C. When entering or leaving structures with pipe 36" or larger, install a joint within 2 feet of point where pipe enters or leaves structure and install second joint not more than 6 feet nor Tess than 4 feet from first joint. D. Install expansion devices as necessary to allow expansion and contraction movement. E Underground Pipe Anchorage 1 Provide restrained joints unless shown or specified otherwise to prevent movement of piping caused by forces in or on buried piping tees, wye branches, plugs, or bends valves and plugs as shown and/or specified. 2 Place concrete blocking when shown or specified so that it extends from fitting into solid undisturbed earth wall. Concrete blocks shall not cover pipe joints. 3. Provide bearing area of concrete in accordance with drawing detail 4. Restrain pipe joints within minimum distance from restrained fitting joints as shown below. Pipe Size (inches) Length of Restrained Pipe (feet) Each Side of Bend or Valve Fitting Angle Plug or Valve 0° to 45° 46° to 90° 6 5 12 46 8 7 16 60 10 8 20 71 12 9 22 78 16 11 27 98 18 12 30 110 20 14 34 121 24 16 38 138 Listed lengths are based on a test pressure of 100 psi. To compute the length for a different test pressure use the following equation: Length ` (Test Pressure/100) x (Table Value). F. Install insulating components where dissimilar metals are joined together. G. Underground Pipe Locating System 1. Install over all underground piping and utility systems installed per this contract. 2. For pipes greater than 6 -inch diameter install magnetic tape or tracing wire 6 inches above the top of the pipe center 3. For pipes less than 6 -inch diameter install warning tape 24 inches above the top of pipe H All above ground pipe shall be secured in place by use of pipe restraints or other approved methods as shown on the Plans. Provide floor stands, wall bracing, concrete piers, hangers, brackets, clamps, etc , for all pipes running near the floors or near walls and which can be properly supported or suspended by the walls or floors. The weight of above ground piping shall be carried independently of equipment. Pipelines near concrete or masonry walls may also be hung by hangers carried from wall brackets at a higher level than pipe. Hanging of any pipe from another is prohibited. Special hangers and supports shall be as shown on Standard Details or on the Drawings. 1 1 1 1 1 1 1 1 1 1 1 1 1 Pipe Supports shall conform to the Manufacturers Standardization Society (MSS) Standard Practice Manual SP -69 (Selection and Application); SP -58 (Materials, Design and Manufacture); SP -89 (Fabrication and Installation Practices). MSS Standard Practice Manual SP -90 contains Guidelines on Terminology for Pipe Hangers and Supports. 1 All pipe supports shall conform to the latest edition of MSS -SP -58 and MSS -SP - 69 published by the Manufacturers Standardization Society of the Valve and G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15060-4 1 Fittings Industry, Inc , Vienna, Virginia 22180. Pipe supports shall be manufactured by competent and reputable companies experienced in the application of pipe hanger and support systems. 2. Pipe stands shall be supported by Schedule 40 galvanized steel pipe of the diameter required for adequate support, or as shown on the drawings, whichever is more conservative. Pipe stands shall include either premanufactured or shop formed pipe cradles and base plates, hot dip galvanized after manufacture or fabrication. Fasteners or anchor bolts shall be 304 Stainless Steel. Pipe supported on stands that is greater than 4'-0" above the floor level (CL) shall have hold-down straps or clamps. 3. All piping shall be properly supported by anchors, brackets or hangers. Supports shall be placed at a maximum spacing of 10 feet, unless otherwise specified, and at all other locations needed to facilitate take-down of pipe and equipment removal. Maximum horizontal pipe hanger and support spacing shall not exceed distances as herein specified, as shown on the drawings, or as shown on Table 3 of MSS SP -69. Equipment shall be so positioned and aligned that no strain shall be induced within the equipment during or subsequent to the installation of pipe work. J. In erecting the pipe, a sufficient number of screwed unions or flanged joints shall be used to allow any sections or run of pipe to be disconnected without taking down adjacent runs K. Flexible couplings shall be installed where shown on the Drawings and at such other points as may be required for ease of installation or removal of the pipe, subject to approval of the Engineer. Flexible couplings shall be of the positive lock type where necessary to prevent separation of pipe due to internal pressures. 3.04 Installation at Concrete Walls and Fittings A. Whenever a pipeline of any material terminates at, or extends through, a structural wall or sump, the Contractor shall install, in advance of pouring of concrete, the fittings or special casting required for the particular installation. B. Ductile iron or steel pipe to be cast in water bearing walls, or more than two feet below grade, shall have seep rings. END OF SECTION 15060 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.DOC 15060-5 SECTION 15101 • VALVES, GATES AND CONTROLS PART 1 -GENERAL 1.01 DESCRIPTION OF WORK A. The Contractor shall furnish and install all valves and gates as shown and specified. In addition, valve -operating units, stem extensions and other accessories shall be furnished and installed by the Contractor where shown, or where required in the opinion of the Engineer, to provide for convenience in operation. Where buried valves are indicated, the Contractor shall furnish and install valve boxes to grade. All valves and gates shall be new and of current manufacture. All gates shall be adequately braced to prevent warpage and bending under the intended use. All exposed shut-off valves, 6 inch and larger, and valves or gates with operating stands shall have operators with position indicators. Where buried valves call for position indicators they shall be provided with valve boxes and covers containing position indicators. 1.02 RELATED SECTIONS A. Section 02667 - Site Piping B. Section 09900 - Painting C. Division 15 - Mechanical D. Division 16 - Electrical 103 SUBMITTALS A. Shop drawings of all piping, fittings, valves and operators, including wiring diagrams and electrical data, shall be furnished as specified in Section 01300. 1.04 APPLICABILITY A. Inclusion of products in this Specification Section does not necessarily indicate that the particular product is installed for this project. If the produce is used, it shall be furnished to conform with this specification section unless otherwise approved by the Engineer. B Cost for all valves, gates, operators and appurtenances shall be included in the cost for the structure where they are installed, complete and operable, painted in accordance with Specification Section 09900. C. Valves and gates in piping systems shall be adequately supported to prevent their load from being imposed on any operating equipment, and in accordance with best practices to resist dislocation when adjacent piping or support is removed for maintenance, and to prevent injury to operation or maintenance personnel. PART 2 - PRODUCTS 2.01 GENERAL REQUIREMENTS A. The flanges of valves may be raised or plain faced. Flanges of valves for water working pressures of 175 psi or less shall be faced and drilled to 125 Ib. American Standard template. Flanges of valves for water working pressures greater than 175 psi shall be faced and drilled to 250 Ib American Standard template. Valves installed in grooved (VictaulicTM) piping system shall be groove joint, or may be flanged with adapter flanges. B. Unless otherwise specified, each valve body shall be tested under a test pressure equal to twice its design water working pressure. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15101-1 1 C. Unless otherwise specified, all interior bronze parts of valves except gate valve stems shall conform to the requirements of the "Specification for Composition Bronze or Ounce Metal Castings", (ASTM B62). Gate valve stems shall be of bronze containing not more than 5% of zinc nor more than 2% of aluminum, and shall have a minimum tensile strength of 60,000 psi, a yield strength of 40,000 psi, and an elongation of at least 10% in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. D. Except where otherwise provided, the exterior surfaces of all submerged valves shall be epoxy coated with 8 mils of "Scotchcoat" or Miccrow 650 or approved equal. 2 02 PVC VALVES (IF USED) A. PVC Ball Valves. PVC ball valves shall be suitable for 150 Ib. service with lever handle, Teflon seats and threaded double union body that can be removed from the line without disengaging the end connections. PVC ball valves shall be Chemtrol TU Series as manufactured by Cabot Corporation All ball valves used for chlorine solution and chemical solution piping shall be PVC. B. PVC Ball Check Valves. PVC ball check valves shall be suitable for 150 Ib. service with PVC body, Viton seats and union -type end connections. PVC ball check valves shall be Chemtrol BC Series as manufactured by Cabot Corporation. All ball check valves used for chlorine solution and chemical solution piping shall be PVC. 2.03 GATE VALVES A. Gate valves 2-1/2 inches and under with screwed ends shall be 200 Ib. WOG with bronze body and trim, union bonnet, rising stem and solid wedge disc. Fig. No. 47-U as manufactured by Clow or equal. B. Gate valves 3 inches and over with flanged ends shall be 200 Ib WOG with iron body, bronze trim, Resilient Seat or resilient wedge gate valves, non -rising stem, by Clow, or equal. Valves located below the operating surface shall have Engineer approved extension stems with operating nut located at approximately the walking level, and stem mounted in suitable stem guides. C. Gate valves for buried service shall be AWWA resilient seat or resilient wedge gate valves with non -rising stem, mechanical joint ends with set screws, 0 -ring seals, 2 inch square nut and suitable C.I. valve box. Valves shall be by Clow or equal Valve operating nut shall be extended to within 3'0" of operating surface with Engineer approved extension operating shaft, restrained to center in the valve box. 2.04 SWING CHECK VALVES Swing check valves shall be swing -type, external lever check valves. A. The valve shall have a cast iron body and disc, bronze seat, rubber seat ring and 303 stainless steel shaft. The external lever shall have an adjustable weight. Swing check valves shall be Mueller, Kennedy, Victaulic or equal. B. Where called for on the drawings, including electrical or instrumentation drawings, valves shall be equipped with position sensor switches. Switches shall be mounted on approved stainless steel brackets located to not interfere with valve or adjacent equipment operation. Switches shall be micro -limit switches DPST or proximity switches. Switch actuation shall be for "non -closed" position indication. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15101-2 2 05 VALVE BOXES FOR BURIED SERVICE A. All buried valves shall be furnished with a cast iron valve box and steel extension stem as required. Valve boxes shall be adjustable and shall be finally adjusted before project close-out to be flush with the operating surface. B. Valve boxes, except those of special design as required by the Plans, shall be of cast iron of the two piece (minimum) extension type with cast iron cover. The extension shall provide for the maximum depth of cover over the pipe in which the valves are to be used Valve boxes shall have walls not less than 3/16 inch thick at any point, and the internal diameter shall be not less than 5 inches. C. The top section of the valve box shall be standard slip type for non-locking cover. The bottom section shall be a standard base, especially configured for the type and size of valve. Box extensions shall be standard cast iron pipe compatible with top and bottom sections, or ductile iron pipe may be used. D. Where the depth of bury to the centerline of the valve is more than 5 feet, provide operating extension stems to bring the operating nut to within 1 -foot of finished grade. Extension stems shall be steel, have a centering collar at the top, and shall be complete with a 2 -inch AWWA operating nut. E. Valve box covers shall have the word "IRRIGATION" cast into them. All valves underground shall be installed with valve boxes. 2.06 MISCELLANEOUS VALVES Where indicated on the Drawings, Contractor shall furnish and install miscellaneous valves Valves shall be first class and suitable for the indicated service. 2 07 AIR RELEASE AND AIR/VACUUM RELIEF VALVES A. Air Valve for Vertical Turbine Pumps 1 Air valves for vertical turbine pumps shall be provided with a double acting throttling devise to allow unrestricted venting of air through it during pump startup or air inflow when pump stops, preventing air being forced into piping on startup or vacuum when the pump is stopped. The air valve shall also be equipped with air release valve which shall allow small accumulations of air to escape during pressurized operation to prevent vacuum or air bubble build-up. The valves shall be APCO Series 140DAT, with optional air release valve, in the size called out on the Plans. 2. The entire float and baffle assembly must be shrouded with a water diffuser to prevent water from slamming the float shut. 3. All internals shall be easily removed through the top cover of the valve without removing the valve from the line. 4 Air valves shall be equipped with NPT inlet and outlet in the size called out on the Plans. Valves shall be equipped with inlet shutoff valve. 5. Valve body and cover shall be cast iron Internal components, including float, shall be stainless steel. Valve seat shall be Buna N. 6. Air valves for vertical turbine pumps shall be mounted as close to the check valve as possible or where shown on the Plans. 7. Air and water from the discharge orifice of the throttling device and air release valve shall be plumbed through galvanized iron piping to drain at the floor or to the floor drain system as shown on the drawings. Unions shall be placed in the drain line to allow disassembly of the valve and plumbing for valve maintenance B. Combination Air and Vacuum Valve 1. Combination air release valves shall allow escape of small quantities of air while under pressure. Air/Vacuum valves shall allow large quantities of air to enter or G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15101-3 escape. The valves shall be for service of 150 psi. The body and cover shall be cast iron, float and stem shall be stainless steel and the seat shall be Buna-N. 2. Combination air release valves shall be APCO Series 140C or Val -Matic 200C Series, in size called out on the Plans. 2.08 ALUMINUM SLIDE GATES A. Slide gates shall be provided as shown. The gates shall be self-contained, in accordance with the requirements of these specifications and as called out on the drawings. Slide gates shall be either motor operated or handle gear operated, unless otherwise shown on the drawings or specified herein. Specific gate design and configuration shall be as shown on plans. B. The gate frame shall be a rigid, welded unit, composed of the guide rails, and cross bars, with a clear opening the same size as the waterway, unless otherwise specified. They shall be flatback, spigotback, or embedded type as directed on the plans or gate schedule C. The guides shall be of extruded or fabricated aluminum incorporating a dual slot design. The primary slot will accept the plate of the slide (disc) and the secondary slot will be sufficiently wide to accept the reinforcing ribs of the disc. The guides shall be designed for maximum rigidity, having a weight of not Tess than three pounds, per foot. The guides will be of sufficient length to support at least two-thirds (2/3) the height of the slide, when the gate is fully open. D. The slide cover shall be plate reinforced with structural aluminum shapes welded to the plate. The slide cover shall not deflect more than 1/360 of the span of the gate under maximum head. Reinforcing ribs shall extend to the guides so that the seating surface of the guide is reinforced The stem connection shall be either the clevis type, with structural members welded to the slide and a bolt to act as pivot pin, or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket. The pocket and yoke of the gate shall be capable of taking at least twice the rated thrust output of the operator at 70 pounds pull. E. The stems shall be type 303 or 304 stainless steel of suitable length and ample strength for the intended service. The stem diameter shall be capable of withstanding twice the rated output of the operator at 70 pound pull, and shall be supported such that L/r ratio for the unsupported stem length shall not exceed 200. F. Gates shall be furnished with a flush bottom seal arrangement. A resilient neoprene seal with a minimum width of exposed face of 3/4" shall be securely attached to the frame along the invert and shall extend to the depth of the primary slot. G. The gates shall be provided with "J" bulb seals along the sides, and across the top (standard upward opening) of the gate. When seals are required completely around opening, a flush bottom closure shall be used on the invert. Seals shall be mounted either on the frame or disc, such the seals do not protrude into the specified opening of the gate H. The fabricated aluminum slide gates shall be Golden Gates or equal. 2.09 GEARED OPERATORS A. Except where motorized operators are specified, all slide gates and sluice gates shall be equipped with geared operators as shown on the drawings or in the gate schedule and as detailed. Geared operators shall be the crank operated type and shall have either a single or double gear reduction, depending upon the lifting capacity required. Operators shall be furnished with a threaded bronze lift nut to engage the threaded portion of the stem. The lift unit shall be flanged and supported on non-metallic thrust washers, ball or roller bearings to take the thrust developed during opening and closing of the gate. Pedestals, where used, shall be of high grade cast iron or fabricated steel with ample base area. The gear and driving unit case shall be of high grade cast iron or cast steel. Pedestal and gear unit driving case shall be water and dust tight. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15101-4 B. Gears shall be provided with machine cut teeth designed for smooth operation. The gearing and lift nut shall be mounted in a housing which shall be separately supported on another structure or pedestal Lubrication fittings shall be provided to permit lubrication of all gears and bearings. C. Gates which have a width exceeding twice the slide height shall be furnished with tandem interconnected operators with a single input crank. D. All operators shall be finished with either a graduated, clear plastic stem cover or a galvanized pipe stem cover with a counter type position indicated to show the position of the gate in tenths of an inch unless otherwise called out. E. Gates where the operator is not mounted at a walking surface shall have extended crank stems and supports at the walkway where operation is intended, as shown on the drawings. F. Gates where the operating level is outside of the tank wall from the gate shall have geared bench -stand type operators at the top of the wall on top wall mounting brackets, with the operating shaft extended to outside of the wall. There the extended shaft shall be operated by either: 1. Two right angle gear boxes to a hand crank shaft lower on the wall; or by 2. An enclosed chain drive with sprockets on the upper and lower shafts, with the lower chain sprocket driven by a horizontal crank shaft. Crank shaft shall be located 3'0" above the walking surface at the lower outside wall location. Shaft shall be suitable for operation by portable electric operator. Grease fittings for each of the operators shall have extended grease tubes and zirks extended to an operator accessible location outside of the basin wall G. Extended shafts for special lift variations shall have universal joints, as appropriate, to accommodate slight misalignment between geared operators and or right angle gear boxes H. Valves located inside of tanks where the operating location is outside of the tank wall from the valve shall have geared valve operators with extended shafts to the top of the wall. There a right angle drive shall be mounted on a wall bracket with its drive shaft extended outside of the wall. Outside of the wall a chain wheel shall be operated by a chain from the walking surface at the lower outside wall location. Chain shall extend to 4' above the ground level A chain locking device, similar to the chain lock on a roll -up door, shall be mounted on the wall to allow the operators to secure the chain in place and prevent unauthorized operation. A valve position indicator shall be located at a visible location on the chain wheel to indicate the valve position, open or closed. PART 3- PERFORMANCE 3.1 INSTALLATION A. All valve and gate installation shall comply with the manufacturer's recommendations. All gate guides shall be installed square and level and shall be flush with appropriate surfaces Gates shall fit securely and provide tight leak free shutoff around edges and at top and bottom. B. All gates shall be final adjusted to minimize leakage following initial water testing of pipes or structures, and prior to placement of pipes or structures into use. END OF SECTION 15101 G\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15101-5 1 1 SECTION 15800 - HEATING, VENTILATION AND AIR CONDITIONING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work included: Provide heating, ventilation, and air conditioning systems where shown on the Drawings, as specified herein, and as needed for a complete and proper installation including, but not necessarily limited to: 1. Exhaust systems. 2. Permits. 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry B. Division 16 - Electrical 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Codes and regulations: 1 In addition to complying with the specified requirements, comply with pertinent regulations of governmental agencies having jurisdiction. 2. In the event of conflict between or among specified requirements and pertinent regulations, the more stringent requirement will govern when so directed by the Engineer. C. Without additional cost to the Owner, provide such other labor and materials as are required to complete the work of this Section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are called for elsewhere in these Contract Documents D. The material specified shall be furnished by reputable manufacturers, qualified and experienced in the manufacture of such equipment. All equipment specified shall be designed, constructed, and tested in accordance with the best practices and methods of the trades involved. E Electrical wiring and equipment with electrical connections, including the motors, and control and safety devices, shall be Recognized Electrical Testing Laboratory (RETL) listed and labeled, or the Contractor shall obtain approval from the Washington State Department of Labor and Industries for the electrical portions of the equipment. 1.04 SUBMITTALS A. Comply with pertinent provisions of Section 01300. B. Product data: Within 30 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Manufacturers catalogs, Samples, and other items needed to fully demonstrate the quality of the proposed materials and equipment. C. Record Drawings: 1. Comply with provisions of Division 1. 2. Include a copy of the Record Drawings in each copy of the operation and maintenance manual described below. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15800-1 D Upon completion of this portion of the Work, and as a condition of its acceptance, deliver to the Engineer six copies of an operation and maintenance manual compiled in accordance with the provisions of Section 01730 of the Specifications. 1.05 PRODUCT HANDLING A. Comply with provisions of Division 1 and manufacturer's recommendations. PART 2 - PRODUCTS 2.01 SCHEDULE A. See Fan and Louver Schedule below. FAN AND LOUVER SCHEDULE Manufactur er Model No. Location Type Size CFM/WC Design HP Notes Greenheck S1-12- 432-86 South Wall Pump Building Exhaust Fan 12" 503/0.25 1/6 1 Greenheck ESJ-202 South Wall Pump Building Exhaust Louver 18" W x 18" H N/A N/A 2, 3 Greenheck ESJ-202 North Wall Pump Building Supply Louver 24" W x 24" H N/A N/A 2, 3 Notes: 1. Provide thermostat for fan control, see Division 16 for requirements. 2. Insect screen required 3. Provide mechanical backdraft damper. 2 02 SIDEWALL PROPELLER FANS A. All sidewall propeller fans and accessories shall be the product of a single manufacturer, and shall be direct drive axial type. Provide motor -side guard on all fans. B. Propeller construction shall be of die formed aluminum blades riveted to a steel hub Set screws shall securely lock the propeller to the shaft. Propellers shall be statically and dynamically balanced. C Motors shall be of the heavy duty ball bearing type, permanently lubricated, matched to the fan load, 208V, single phase, 60hz. Provide speed controller (loose), compatible with the motor, to be wall mounted. 1 1 1 1 1 1 1 1 1 1 1 1 D. Drive frame assemblies. 1. Formed steel construction. 2. Provide fan panels with prepunched mounting holes 3 Fan panels shall have formed flanges with welded corners and deep formed inlet venturi. 4 Factory coat all structural components with manufacturer's standard finish. E. All fans shall bear the AMCA certified ratings seal for air and sound performance. F. Fans shall be as manufactured by Greenheck Fan Corporation, Schofield Wisconsin. 2 03 LOUVERS A. Louvers shall be extruded aluminum stationary louvers, Greenheck Model ESJ-202. B Materials: G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15800-2 1 1 1 1 11 1. Frame: Heavy gauge 6063T5 extruded aluminum, 2"x0 063" nominal. 2. Blades: J style, 6063T5 extruded aluminum, 0.063" nominal thickness, positioned at 45°angle, 3" centers 3. Birdscreen: 3/4" x 0.051" flattened expanded aluminum 4. Finish. Mill C. Performance: 1. Static Pressure Drop, Intake: 0.04" WC at 530 fpm free area velocity 2. Static Pressure Drop, Exhaust: 0.04" WC at 500 fpm free area velocity 3. Water Penetration: 0.02 oz. per sf at 705 fpm free area velocity 2.04 COORDINATION A. Louvers, wall collars, dampers and wall openings shall be coordinated with the requirements for fan installation. B. Provide sufficient wall collar length to meet minimum distance recommended between damper and fan. C. Provide certified AMCA licensed performance data. PART 3 - EXECUTION 3.01 GENERAL A. All equipment shall be installed in strict accordance with the manufacturer's specifications. B. Openings required in building construction for heating and ventilation work shall be provided by the General Contractor. Locations of all openings shall be as shown on the drawings, and required for the installation of the equipment and systems, and verified by this Contractor. 3.02 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.03 COORDINATION A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. 3.04 EQUIPMENT INTERFACE A. For electrically operated equipment, verify the electrical characteristics actually available for the work of this Section and provide equipment meeting those characteristics. 3.05 EQUIPMENT A. The exhaust fans shall be mounted and flashed as shown on the Plans. Care shall be taken to ensure a watertight installation. Backdraft damper shall be installed so there is free movement and air does not leak back in the wrong direction. 3.06 PAINTING A. Touchup scratches and abrasions to be invisible to the unaided eye from a distance of 3.07 TESTING AND ADJUSTING A. Test and adjust each piece of equipment and each system as required to assure proper balance and operation. G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15800-3 1. Test and regulate ventilation systems to conform to the air volumes shown on the drawings or specified herein. 2. Where required, at no additional cost to the Owner, provide pulleys, belts etc. as required to set fan drives at the speed needed to give the indicated volume. B. Eliminate noise and vibration, and assure proper function of all controls, maintenance of temperature, and operation in accordance with the approved design. C. Secure required approval from governmental agencies having jurisdiction. END OF SECTION 15800 G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 15800-4 DIVISION 16 - ELECTRICAL G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 16010 — BASIC ELECTRICAL REQUIREMENTS 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. 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. 5. Division 15 - Mechanical. 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, lighting, instrumentation, control, alarm, 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. Connect motors, instrumentation, controls, meters, and any other electrical device installed or provided as part of the project. D. Provide complete 120/240volt power distribution systems including raceways, wiring, and power supply to equipment: E. Provide complete interior lighting system including all lighting equipment, raceways, wiring, and switching equipment: F. Provide complete building exterior lighting and site lighting system including all lighting fixtures, raceways, wiring, photoelectric and switching equipment. 16010 -basic req 16010-1 G. Test, adjust and calibrate equipment and start-up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation. H. Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs. 1.4 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" in accordance with Article 100 - Definitions of the NEC. 1.5 DEFINITIONS A. Outdoor Areas: 1. Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions. B. 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 (AASHTO). 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). 9. Instrument Society of America (ISA). 10. Joint Industrial Council (JIC). 11. Lightning Protection Institute (LPI). 12. National Electrical Manufacturers Association (NEMA). 16010 -basic req 16010-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13. National Fire Protection Association (NFPA). 14. Occupational, Health and Safety Administration (OSHA). 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 01300. B. Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, fabrication, or installation of materials or equipment. Make submittals grouped by Specification sections in accordance with Division 1. C. 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. D. Shop Drawings: Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. 1. See individual Division 16 sections for specific requirements. 2. Prior to submittal, coordinate the electrical equipment (particularly motor control equipment) and materials, with other applicable equipment and systems of the contract documents. Any modifications to the electrical equipment or other equipment, due to the use or submittal of process or other equipment which is different from that specified or shown on the drawings, shall be reflected in the submittal of the electrical equipment so affected. (Refer also to section 01300, 1.1 SCOPE and Section 01300, 3.5 PREQUALIFICATION AND SUBSTITUTION.) a. Where electrical equipment submitted by the contractor is a different size than the scaled dimensions shown on the plan, section or elevation drawings of the Contract Documents, or requires clearance for ventilation (or other reasons), the Contractor shall mark and submit copies of the Contract Documents showing the actual size of the proposed equipment and its placement drawn to scale in red pencil on the copies. b. 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 16010 -basic req 16010-3 without additional cost. The submittal shall indicate increased ratings, and/or sizes. E. 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. F. Operation and Maintenance Manuals: 1. See specific sections for information specific to each type of equipment which is to be included in O&M manuals. 2. 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. 3. Manuals for the electrical system consist of 3 -ring binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. a. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16. b. Assemble and index each section listing the contents individually on the tab divider for that section. c. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. d. Assemble records of tests, measurements, and calibration settings made for each device. Provide Record ("As Built") Drawings of the work upon completion of the work. Fold, punch, and insert these records into the manual after they are reviewed by the Engineer. 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 or structure outline changes. Review the drawings with the Engineer as the work progresses whenever requested. 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 changes made on the job. 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. 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. C. Record voltage, current, and megohmeter and ground ohmer resistance test measurements made on the electrical work, the trip units, fuses, and overload relay elements installed in the equipment. Record the setting of all pressure, flow, level, and similar instrumentation and control devices. When the project is operating, turn over these records to the Engineer. 16010 -basic req 16010-4 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 at least 48 hours before interruption of the system. 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. Coordinate installing electrical identifying devices and markings prior to installing acoustical ceilings and similar finishes that conceal such items. E. 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. F. Coordinate the electrical work with the requirements of equipment provided under other Divisions. Portions of the electrical design are based upon the equipment specified in other Divisions. 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, 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. 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. H. Coordinate the installation of electrical equipment with other trades: 1. Accurately locate outlets, switches, control stations, panelboards and similar devices with respect to equipment, doors, partitions, cabinets and the finished work of others. Verify dimensions and locations with the civil, structural, mechanical, and general Drawings, shop drawings/suppliers and trades. 2. Arrange for the building in of anchors, supports, sleeves, or other equipment and materials during concrete pours, framing, precasting or other structure construction. 3. Where equipment cannot be built-in during construction, arrange for chases, slots, sleeves, box -outs, openings, etc., as required to allow installation of equipment after structure construction is complete. 4. Where penetration of completed construction is required, obtain approval from structural Engineer for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the component. 16010 -basic req 16010-5 5. Coordinate installing large equipment requiring positioning prior to closing in the building. Coordinate electrical work with work under other Divisions. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. No extras are allowed because of moving work required to avoid interference with work of other trades or contractors. J. Coordinate connecting electrical circuits to components furnished under other Divisions. Coordinate the location of motors, switches, panel connections and other points of connection with the equipment manufacturers or vendors prior to conduit installation, and route circuits to the actual connection point. Remove and reinstall conduit, outlet boxes and other electrical connections, even if removal and reinstallation of building materials is necessary, where electrical connections are not made to the appropriate equipment location. K. Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces. L. Coordinate requirements for access panels and doors where electrical items requiring access are concealed by finished surfaces. 1.10 DELIVERY, STORAGE, AND HANDLING A. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures. B. Protect nameplates on electrical equipment from defacing. C. 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. 2.2 APPROVALS AND LABELING A. Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) 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. 16010 -basic req 16010-6 2.3 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 quality from a single manufacturer. Where systems are specified, provide components of the system from a single manufacturer. B. 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. 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. Material that may cause rusting, bleeding, or streaking on a building surface shall not be used. E. Provide materials and equipment which do not contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. F. 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. G. Shop or Factory Finishes: 1. See Section 09900. 2. Interiors of painted equipment shall be either white or light gray. H. 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 impinges upon required clearances, reduces actual clearance, or exceeds the indicated dimensions: a. Except as approved in writing by the Engineer. 2. Do not use arrangements of equipment that impinge upon required clearances, reduce actual clearances, or exceed the space allocation. PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections. 16010 -basic req 16010-7 B. 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. C. Install equipment in accordance with the manufacturer's instructions and the NECA "NEIS" (National Electric Installation Standards). 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 impinges upon required clearances, reduces actual clearance, or exceeds the indicated dimensions: a. Except as approved in writing by the Engineer. 2. Do not use arrangements of equipment that impinge upon required clearances, reduce actual 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. 3 Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. F. Equipment shall be installed plumb, square and true with the building construction and shall be securely fastened. G. Install materials and equipment in a manner, location and construction that does not produce 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. H. 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. Screen or seal all raceways or other openings into equipment to prevent the entrance of moisture, rodents and insects. J. Drawings indicate the approximate location and arrangement of electrical equipment and the approximate location of other equipment requiring electrical work. The general arrangement of panelboards, outlets and other equipment is diagrammatic and approximate as to locations. To avoid interference with structural members and equipment of other trades, it may be necessary to adjust the intended location of electrical equipment. Where minor changes are required because of structural or finish conditions or for the convenience of the Owner, provide such changes without additional expense to the Owner. Unless specifically dimensioned or detailed, the Contractor may, at his discretion, make minor adjustments in equipment location without obtaining the Engineer's approval. Minor adjustments are defined as a distance not to exceed: 1. 1 FT at grade, floor and roof level in any direction in the horizontal plane. 2. 1 FT for equipment other than lighting at ceiling level in any direction in the horizontal plane. 16010 -basic req 16010-8 3. 1 FT for lighting fixtures at ceiling level in any direction in the horizontal plane. 4. 1 FT on walls in a horizontal direction within the vertical plane. 5. Changes in equipment location exceeding those defined above require the Engineer's approval. 6. Particular attention shall be paid to door swings, piping, radiation, ductwork, and structural steel: a. In general, waste and vent lines and large pipe mains and ductwork shall be given priority for the locations and space shown. b. Electrical lighting fixtures shall, in general, be given priority for ceiling space. c. No additional compensation will be allowed for the moving of misplaced outlets, wiring, or equipment. 3.2 DEMONSTRATION A. Demonstrate equipment in accordance with Division 1. B. Provide assistance to the Engineer during the demonstration or observation of equipment by operating devices and equipment, opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary in the Engineer's judgement to verify all work provided. END OF SECTION 16010 -basic req 16010-9 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 DELIVERY, STORAGE, AND HANDLING A. Receive, handle, and store electrical materials and equipment in accordance with the manufacturer's instructions. B. Provide dry, heated storage for materials and equipment intended to be installed indoors and for equipment that that requires electric heaters to mitigate water condensation and like hazards. 16050 -basic mat 16050-1 C. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures. D. Protect materials and equipment from damage, corrosion, or disfiguring; protect nameplates on electrical equipment from defacing. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners for secure support of electrical components. 1. Material: a. Outdoors, Wet and Damp locations: stainless steel. b. Class I and/or Corrosive areas: PVC coated steel. c. Other locations: Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. B. Conduit clamps: one hole or beam clamps 1 Rigid Steel Conduit: cast iron clamps with cast iron "foot". 2. EMT: stamped steel clamps C. Anchors: cadmium plated or galvanized steel in dry areas; stainless steel or hot dipped galvanized steel in damp or wet areas. 1. Lag screws or Type A tapping screws for wood. 2. Lag bolts for light loads in masonry. 3. Thru-bolt with fender washers for heavy loads in masonry. 4. Toggle bolts with springhead for hollow partitions. 5. Self drilling anchors with threaded studs for concrete. 6. Clamps or U -bolts for structural steel. 7. Self drilling anchors with extension rods for hollow tile over concrete. 8. 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. 16050 -basic mat 16050-2 2.2 ELECTRICAL ENCLOSURES A. Enclosures for Use with Electrical Equipment: 1. Standards: a. NEMA ICS -6, Enclosures for Industrial Controls and Systems. b. UL 508, Industrial Control Equipment. c. UL 698, Industrial Control Equipment for Use in Hazardous Locations. 2. 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. a. NEMA 12: Use in unclassified (non -hazardous and non -corrosive) indoor locations which are neither wet nor damp. b. NEMA 3R: Use with HVAC equipment in wet or outdoor locations. c. NEMA 4: 1) Use in unclassified wet indoor locations. 2) Use in unclassified outdoor locations except with HVAC equipment. d. B. Shop or Factory Finishes: 1. See Section 09900. 2. Exteriors of painted enclosures shall be ANSI gray. 3. Interiors of painted enclosures shall be white 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. 16050 -basic mat 16050-3 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 stainless-steel No. 10/32 machine screws with nuts and flat and lock washers. H. Wire markers: machine printed, black ink, alpha -numerical identifiers on yellow polyolefin shrink tubing. Kroy K4350 Shrink Tube, or approved equal. 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 components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at fifty-four inches above floors to centerline of controls. C. Install items level, plumb, and parallel and perpendicular to other building systems and components, except where otherwise indicated. D. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. E. 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, fiberglass 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. 16050 -basic mat 16050-4 4. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. F. Give right of way to raceways and piping systems installed at a required slope. G. Sleeves: Install for cable and raceway penetrations of concrete slabs and walls, except where core -drilled holes are used. Install for cable and raceway penetrations of masonry and fire -rated gypsum walls and of all other fire -rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. H. Make all penetrations of electrical work through walls and roofs water and weather -tight. Install concrete pads and bases according to requirements of Division 3 Section "Cast -in - Place Concrete." 3.2 ELECTRICAL SUPPORTING METHODS A. Wet or Damp Locations and Outdoors: Stainless steel materials and system components. B. Dry Locations: Steel materials anodized or electro plated. C. Support electrical equipment, devices and materials from framing members or structure with sufficient clearance for maintaining and servicing. 1. Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure. 2. Provide metal structure fabricated of structural shapes such as C -channel or tubing 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. D. 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. 4. Spare Capacity: Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. 6. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals. 7. Use double nuts or jam nuts with regular nuts on threaded rods and bolts. 8. Trim rod ends to within 1/4 inch after installation of last nut, clamp or similar hardware: smooth cut ends or install cap nut. 16050 -basic mat 16050-5 E. Fasten electrical items and their supporting hardware securely to the building or structure. 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. Select anchoring devices, fasteners, and supports so the load applied to any anchoring device, fastener, or support does not exceed 25 percent of the proof -test load. 2. Base rating and size of supports and anchoring devices on dimensions and weights verified from approved equipment submittals. 3. Attach enclosures with a minimum of three fasteners, and more if the manufacturer so recommends. Install outdoor wall -mounted equipment and indoor equipment mounted on earth or water bearing walls with corrosion -resistant spacers to maintain 1/4 IN separation between the equipment and the wall. 4. 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. Do not mount safety switches or external equipment to other equipment enclosures, unless enclosure mounting surface is adequately reinforced structurally to accept mounting of external equipment. 5. Do not cut, or weld to, building structural members. 6. Do not mount safety switches and external equipment to other equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. F. Provide concrete foundations or pads required for electrical equipment: 1. Floor -mounted equipment shall be mounted on a 4 IN high concrete housekeeping pad except the concrete base shall be shortened in height by the thickness of the channel base when equipment is provided with channel bases such as typically provided with motor control centers and switchboards. . Pad shall be poured on top of the finished floor or slab. G. Install hangers, inserts, supports, and anchors prior to installation of fireproofing H. Miscellaneous Supports: Install metal_ structure fabricated of structural shapes such as C - channel or tubing 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. Support raceway, equipment, and devices from framing members or structure with sufficient clearance for maintaining and servicing. Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure J. Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, 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. 16050 -basic mat 16050-6 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 applicable safety code requirements. 3.4 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 in the building structure or 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. 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. E. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation and/or reconnection. Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and/or reused with other Divisions, and disconnect the equipment from and reconnect the equipment to the electrical systems. 3.5 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. B. Repair disturbed surfaces to match adjacent undisturbed surfaces. 16050 -basic mat 16050-7 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 installation. C. Apply touch-up paint as required to repair scratches, etc. Field paint in accordance with Section 09900. 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. Testing shall be performed by a person currently certified by the InterNational Electrical Testing Association. B. Additional testing requirements specific to other sections are specified in those sections. C. 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. Test operation, calibration, and settings of the meters, relays and indicating devices. 4. Test all operating controls for proper operation. 5. Test auxiliary equipment, i.e., heaters, thermostats, lights, and illuminated indicating devices and lamps, and audible alarm devices which are an integral part of equipment to verify that they function properly 6. Adjust installed equipment for proper operation of all electrical and mechanical components. 7. Take load readings on each panelboard after loads are connected. Record these measurements to give the maximum reading for each phase and neutral obtained with lighting, appliances, motors, and other loads, connected to the panels in service. 8. Check fuses with an ohmmeter; Ring out wiring and busing; Check operation of control and safety interlocks; Check grounding of potential transformers, current transformers, lightning and surge arresters; Check control connections at terminal blocks, relays, meters, switches, etc. 16050 -basic mat 16050-8 9. Test motor driven equipment motors before and during energization. Coordinate with the requirements of Section 01400 and Division 15. Insulation test shall consist of megohmeter check phase—to—ground, per IEEE Standard 43 and polarization index test manufacturer's recommendations. a. Perform load tests of each motor and prepare a written report of the findings showing the following: 1) Nameplate Ratings (horsepower), (speed), (voltage), (phase), (ampere rating of motor at full load). 2) Measured Load in amperes on each phase b. For load tests for each pump equipment motor 1) Note the operating conditions at the time of the test. 2) Note the suction and discharge conditions (pressure, temperature, humidity, where such conditions affect load). 10. After installation, all equipment shall be tested as recommended by the manufacturer. D. 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. E. Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. END OF SECTION 16050 -basic mat 16050-9 1 f 1 1 1 1 1 1 1 1 SECTION 16060 — GROUNDING 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 grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16120 "Conductors and Cables" for requirements for grounding conductors. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Field tests and observation reports certified by the testing organization and indicating and interpreting the test reports for compliance with performance requirements. 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 equal, to supervise on-site testing specified in Part 3. B. Comply with NEC. C. Comply with UL 467. D. 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. PART 2 — PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS A. Governing Requirements: Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 16060 -grounding 16060-1 2.2 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Division 16 Section "Wires and Cables." Conform to NEC Table 8, except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductors: Insulated with green color insulation. C. Grounding -Electrode Conductors. Stranded cable, bare or varnish coated. D. Ground Rods: 3/4 inch diameter, 10 foot long, copper clad steel. 2.3 CONNECTOR PRODUCTS A. Pressure Connectors: High -conductivity -plated units. B. Bolted Clamps: Heavy-duty type. C. Exothermic -Welded Connections: Provided in kit form and selected per manufacturer's written instructions for specific types, sizes, and combinations of conductors and connected items. Burndy, Thermoweld, or Cadweld. PART 3 — EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductors: Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated. 1. Install insulated equipment grounding conductor with circuit conductors for the items below. a. Service and Feeders. 1) Bond the conductor full size to the equipment to which the circuit connects and to the raceway if it is metallic. b. Single-phase motor or appliance branch circuits. c. Three-phase motor or appliance branch circuits. d. Flexible raceway runs. 2. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. Bond the conductor at each end to grounded metallic raceway or equipment. B. Separately Derived Systems: Where NEC requires grounding, ground according to NEC Paragraph 250-30. 3.2 INSTALLATION A. General: Ground electrical systems and equipment according to NEC requirements, except where Drawings or Specifications exceed NEC requirements. B. Ground the secondary electrical system to the building structure, metallic piping system and supplemental grounding electrodes. Coordinate grounding connections made to the water system with the mechanical work and install bonding jumpers wherever deemed necessary. 16060 -grounding 16060-2 3.3 CONNECTIONS A. General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to assure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Exothermic -Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. Acceptable manufacturers are Burndy, Thermoweld, or Cadweld. Comply with manufacturer's written instructions. Clean all varnish, oxide, scale, concrete, etc. from conductors before firing joints. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Equipment Grounding -Wire Terminations: Make the grounding conductor connections to motors or equipment ten horsepower and above, or twenty amperes and above, with conductor termination and a 5/16 inch minimum bolt tapped to the motor frame or equipment housing. Ground connection to smaller motors and equipment may be made by fastening the conductor termination to a connection box. D. Noncontact Metal Raceway Terminations: Where metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a metallic, insulating grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. E. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values. Where these requirements are not available, use those specified in UL 486A and UL 486B. F. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by manufacturer of connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 3.4 FIELD QUALITY CONTROL A. Independent Testing Agency: Engage an independent electrical testing organization to perform tests described below. B. Tests: 1. Subject the completed grounding system to a megger test at each service disconnect enclosure grounding terminal. Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests by the 2 -point method according to IEEE 81. 2. Equipment grounding connections shall be checked by the Contractor in the presence of the Engineer with a Biddle ground ohmmeter. 16060 -grounding 16060-3 C. Maximum grounding resistance values are as follows: 1. Main Service (grounding electrode): 3 ohms. D. Excessive Ground Resistance: Where resistance to ground exceeds specified values, notify Engineer. Check connections of affected equipment and conductors. Replace, repair, or correct defective connections or conductors. Provide additional ground rods where the grounding electrode resistance is greater than specified. Revise and retest until resistance is within specifications. E. Report: Prepare test reports, certified by the testing organization, of ground resistance at each test location. Include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. END OF SECTION 16060 -grounding 16060-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 16120 — CONDUCTORS AND CABLES 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 building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. 1.3 SUBMITTALS A. General: Submit each item in this article according to the conditions of the contract and Division 1 Specification Sections. 1. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 2. Product data: for low voltage instrument wire, VFD cable. 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. 16120 -conductors 16120-1 2. Class C for control applications. 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 and feeder 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 Tugs. D. Motor connections: insulated, solid barrel, crimp type, ring tongue plated copper alloy. 2.3 INSULATING MATERIALS A. Fillers: 3M Scotchfill, or equal. B. Tape: 7 mil vinyl plastic tape, Scotch 33+, or equal. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of 16120 -conductors 16120-2 wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRE AND INSULATION APPLICATIONS A. Feeders: Type USE/RHW/RHH, in raceway. B. Branch circuits: Type USE/RHW/RHH, in raceway. Type THHN/THWN may be used for 120 volt lighting and receptacle branch circuits in sizes #12 AWG and #10 AWG. 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. E. Class 1 and 2 Control Circuits: Type MTW/THWN, size #14 AWG or larger, in raceway. 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, feeder, and motor circuits continuously without splices from equipment terminal to equipment terminal or motor lead. 120 and 277 volt single phase branch circuits may be spliced at taps. Do not splice circuits at other locations without written permission from the Engineer. D. Install control circuits continuously except for termination on terminal strips in control panels or terminal cabinets. E. Color code conductors as follows: 1. Grounding conductors: Green. 2. 240/120 volt delta, three phase systems: a. Phase A - black b. Phase B - orange (240 volt, high leg) c. Phase C - blue d. Neutral - white 3. 240/120 volt, single phase systems: a. Phase A - black b. Phase B - blue c. Neutral - white 4. 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. When conductors are marked in this manner, mark each conductor at all 16120 -conductors 16120-3 accessible locations such as panelboards, junction boxes, pullboxes, auxiliary gutters, outlets, switches, and control centers. 5 Do not use white or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes. a. low voltage control circuits, or 18 AWG or smaller control conductors, may use green or white singly or as part of a trace color in addition to the base color. 6. Use control wiring of colors different than power wiring or supplied with a trace of color in addition to the basic color of the insulation. Use the same color scheme throughout a given system for any control or signal wires performing the same function. 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. F. 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. G. 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. H 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. Install grounding conductors in non-metallic raceways, and in flexible conduit connecting to mechanical equipment. J. 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. K. Support cables according to Section 16050 "Basic Electrical Materials and Methods." L. Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods." 1. At each connection, except at motors, tag for phase rotation. 16120 -conductors 16120-4 2. At each motor tag for winding lead numbers. Make all phase rotation changes for motor direction changes at the motor to maintain correct color phase sequence in equipment. 3. In each enclosure or 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. 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. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. D. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16. E. 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. F. Make connections so phase color sequence at equipment, when viewed from the front, is in the same order as that for panelboards, switchboards, 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 16120 -conductors 16120-5 SECTION 16130 — RACEWAYS AND BOXES PART 1 — GENERAL 1.1 RELATED DOCUMENTS 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 coated, rigid steel conduits. c. EMT d. FMC. e. LFMC. f. RNC. 2. Boxes, enclosures, and cabinets include the following: a. Device boxes. b. Outlet boxes. c. Pull and junction boxes. d. Cabinets and hinged -cover enclosures. B. Related Sections include the following. 1. Section 16050 "Basic Electrical Materials and Methods" for raceway and box supports. 2. Section 16140 "Wiring Devices" for devices installed in boxes. 3. Section 16120 "Conductors and Cables" for conductors installed in raceways and boxes. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. FMC: Flexible metal conduit. C. LFMC: Liquidtight flexible metal conduit. D. RMC: Rigid metal conduit. E. RNC: Rigid nonmetallic conduit. 16130 -raceways 16130-1 1.4 SUBMITTALS A. General: Submit each item in this article according to the conditions of the contract and Division 1 Specification Sections. 1. Product Data: For surface raceways, wireways and fittings, hinged -cover enclosures, and 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. 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 adequate headroom, working clearance, and access. PART 2 — PRODUCTS 2.1 METAL CONDUIT AND TUBING A. RMC: 1. Conduit: Hot dipped galvanized steel with threaded ends meeting ANSI C80.1. 2. Couplings: unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3. Nipples: same as conduit, factory made through eight inches, no running threads. B. PVC -Coated, Rigid Steel Conduit and Fittings: NEMA RN 1. C. EMT: 1. Conduit: Galvanized steel tubing meeting ANSI C80.3. 2. Couplings: steel, cast iron, or malleable iron compression type employing a split, corrugated ring and tightening nut, with integral bushings and locknuts. No indent or setscrew type. D. FMC: 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway. 2. Connectors: galvanized steel, screw in, approved for grounding. E. LFMC: 16130 -raceways 16130-2 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. 1 1 1 F. 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 OUTLET AND DEVICE BOXES A. Concealed in dry (not wet, corrosive, or hazardous) Locations: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B. Outdoors, below grade, wet locations, or exposed in indoor locations which are not hazardous: galvanized, cast iron alloy or cast aluminum box, one piece, with threaded holes or hubs, and with neoprene gaskets. Covers shall be of the same material and finish as the device box. 1. Surface mount boxes have integral mounting lugs. C. Corrosive Locations (whether dry or wet): galvanized, cast iron alloy or cast aluminum box, one piece, with threaded holes or hubs, and with neoprene gaskets. Covers shall be of the same material and finish as the device box. 1. Surface mount boxes have integral mounting lugs. D. Hazardous locations (whether dry, wet, or corrosive): explosion proof, galvanized, cast iron alloy or cast aluminum box, one piece, with threaded holes or hubs, and with neoprene gaskets Covers shall be of the same material and finish as the device box. 1. Surface mount boxes have integral mounting lugs. 2.4 PULL AND JUNCTION BOXES A. Dry locations: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1. Boxes 6"x6"x4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. B. Wet locations, outdoors, or below grade : 1. FRP plastic with gasketed screw -down cover. 2. Cast -Metal Boxes meeting NEMA FB 1, with gasketed screw down cover. 3. Boxes 6"x6"x4" or larger may be code gauge fabricated stainless steel continuously welded at seams and hot -dipped galvanized after fabrication with floor seams and with rubber gasketed covers. Covers shall be of the same material and finish as the device box. 16130 -raceways 16130-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Underground circuits: In accordance with the Washington State Department of Transportation's Standard Plan No. J-11 a, Design B. 2.5 MISCELLANEOUS FITTINGS AND ACCESSORIES 1. Conduit bodies shall be cast or malleable iron, hot dipped galvanized. Covers shall be of the same material and finish as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal. 2. Locknuts 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. 4. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds. 5. Through wall and floor seals shall be OZ Gedney FS and WS series. 6. Conduit spacers for direct buried or encased in concrete raceways shall be Underground Devices, Inc. "Wunpeece Spacers", or equal. 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. Where the manufacturer of equipment provided by the Contractor recommends or requires rigid metal conduit for circuits associated with the equipment, provide rigid metal conduit for the entire circuit, even if other conduit types would otherwise be permitted under these specifications. B. Outdoors: Use the following wiring methods: 1. Exposed: 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. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. Do not use flexible conduit in place of elbows offsets or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. C. Indoors: Use the following wiring methods: 1. Exposed raceway runs in areas which are dry, above grade, and not exposed to the process: EMT or RMC. 16130 -raceways 16130-4 2. Exposed in other areas: RMC. 3. Damp or Wet Locations: RMC. 4. Concealed: a. in wood frame walls: EMT or RMC. b in masonry walls: RNC or RMC. c. in concrete slab floors or ceilings: PVC coated RMC or RNC. d. in accessible building spaces: EMT or RMC. e. below slab -on -grade floors: PVC coated RMC or RNC. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): FMC; except where RMC is used, use LFMC. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. 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, pullboxes, junction boxes, etc., without specific approval. Do not group home runs or circuits without approval of the Engineer. B. Minimum Raceway Size: 3/4 inch trade size for underground circuits and communications circuits, 1/2 inch trade size for other 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 embedded in concrete or 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. Install conduit exposed, except in finished areas or unless shown otherwise on the drawings. Do not install raceway below grade/slab unless specifically shown on the Drawings as being installed below grade/slab. F. Install exposed raceways in lines parallel or perpendicular to the building or structural members lines except where the structure is not level. Follow the surface contours as much as practical. Do not install crossovers or offsets that can be avoided by installing the raceway in a different sequence or a uniform line. Provide adequate headroom. 1 Run parallel or banked raceways together, on common supports where practical. 2. Make bends in parallel or banked runs from same centerline to make bends parallel. Use factory elbows only where elbows can be installed parallel; otherwise, provide field bends for parallel raceways. G. Raceway concealed above ceilings, furred spaces, etc., which are normally inaccessible may be run at angles not parallel to the building lines. 16130 -raceways 16130-5 H. Wherever practical, route conduit with adjacent ductwork or piping and support on common racks. Base required strength of racks, hangers, and anchors on combined weights of conduit and piping. Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. J. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above one -hundred degrees Fahrenheit. Install horizontal raceway runs above water and steam piping. K. Where conduits cross building expansion joints, use suitable sliding or offsetting expansion fittings. Unless specifically approved for bonding, use a suitable bonding jumper. For sizes one inch and smaller, a half -loop of flexible conduit between boxes or fittings may be used. L. Support raceways as specified in Division 16 Section "Basic Electrical Materials and Methods." 1. Provide anchors, hangers, supports, clamps, etc. to support the raceways from the structures in or on which they are installed. Do not space supports further apart than ten feet. 2. Provide sufficient clearance to allow conduit to be added to racks, hangers, etc. in the future. 3. Support raceway within three feet of every outlet box, junction box, gutter, panel, fitting, etc. 4. Raceway in "wet" areas shall have clamp backs or other appropriate spacers to hold them a minimum of 1/2 inch off the surface. Install concealed raceway in wall or ceiling construction and/or place below the slab in a shallow trench. M. Embed raceway in masonry in the hollow core. Horizontal runs in the joint are not permitted. N. Where conduit is shown on Drawings as being in the concrete, embed conduit in concrete a minimum of two inches from the exterior of the concrete 1. Do not place conduit in concrete less than five inches thick. 2. Sizes larger than one inch are not permitted embedded in concrete, unless specifically shown on Drawings; conduit may be placed below slab -on -grade in a shallow trench. 3. Conduit smaller than one inch embedded in concrete may run at angles to the structure or slab line. 4. Run one inch conduit parallel to main reinforcement. 5. Crossovers in concrete are not permitted. 0. Underground raceway runs 1. Install RNC or RMC 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 which is installed underground or encased in concrete. 16130 -raceways 16130-6 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 Provide conduit spacers for underground raceways where more than one conduit is placed in a trench. 5. 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 plastic 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". 6. 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. 7. 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. P. Where raceway exits from grade or concrete, provide the following. 1 For equipment to be moved into place at a later date, install a coupling flush with the floor slab and a threaded flush plug. 2. In "wet" areas, provide rigid steel conduit or elbow coated with 20 mils PVC for a minimum of 24 inches before exiting. Extend rigid steel conduit 2" or 3" beyond exiting point from grade or concrete. 3. For runs exiting from grade, slabs or encasement, provide a rigid steel elbow and adapter. In "wet" areas, use elbows 20 mil PVC coated. 4. Do not extend plastic conduit above grade, into buildings, or equipment. Q. Stub -ups: 1. 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. 2. Protect stub -ups from damage where conduits rise through floor slabs. Arrange stubups so that no curved portion of bends are visible above the finished slab. R. Use Factory bends or elbows unless offsets or angles make use of field bends necessary. For field bends: bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes: bend PVC 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.. S. Support conduit connections to motors or other equipment independently of the motor or equipment. Rise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange. Unsupported drops are 16130 -raceways 16130-7 not permitted. Horizontal runs on the floor or on equipment are not permitted. Drop or rise at the appropriate closest location. Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. T. 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. U. Penetrations for raceways: 1. Do not bore holes in floor and ceiling joists outside center third of member depth or within two feet of bearing points. Holes shall be one inch diameter maximum. 2. Penetrate through building wall or surfaces with a PVC or sheet metal sleeve with at least 1/4" greater interior diameter (ID) than conduit exterior diameter (OD), set flush with walls, pack with fiberglass and seal with silicone sealant and cover with escutcheon plate. 3. Penetrate through poured -in-place walls and free slabs, with a cast iron or, (above -grade only) Schedule 40 black pipe sleeve with retaining ring or washer. Set sleeves flush with forms or edges of slab. Pack around conduit with fiberglass and seal with silicone sealant. For penetrations below exterior grade, provide a floor or wall sealing fitting on the interior of the building wall.. 4. Penetrate through roofs with core drill hole 1/2 inch to 1 inch larger than conduit, flash with neoprene, caulk conduit in place and seal with silicone sealant under flashing. Sleeve roof opening where non -concrete roof construction occurs. V. 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 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: Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for all motors. Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment. With the 16130 -raceways 16130-8 Engineer's approval, longer lengths of flexible conduit may be used for connection to items of equipment which require longer lengths for installation and removal of the equipment for maintenance or replacement purposes. 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. Connect conduits to enclosures at the location of the gutter or device to which the contained conductors will be routed. Route or stub conduits to motors and/or mechanical equipment directly to the connection and locate as close as possible to equipment terminals. 10. 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. 11. 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). W. 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. X. Install pull wires in empty raceways. Use No. 14 AWG zinc -coated steel or monofilament plastic line with not less than 200 -Ib tensile strength. Leave at least 8 inches of slack at each end of the pull wire. Z. Seal interior of raceways around conductors at (1) hazardous locations, (2) 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 or (3) where otherwise required by NFPA 70. 1. Methods used to seal interior of raceways around conductors shall be as follows: a. Install raceway sealing fittings according to manufacturer's written instructions. Locate fittings at suitable, approved, and accessible locations. For hazardous locations, fill them with UL -listed sealing compound. For non -hazardous areas, fill with expansive foam or Ducseal. 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. b. Seal conduits using expansive foam or Ducseal where conduits enter through the bottom of motor control centers and control panels. c. Seal conduits using expansive foam or Ducseal for individual items of equipment where it is not practical to install raceway seal fittings such as building mounted convenience receptacles. d. Where otherwise required by NFPA 70. 16130 -raceways 16130-9 AA. Device and Outlet Boxes 1. Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc. 2. Recess boxes in the wall, floor, and ceiling surfaces in finished areas. Set boxes plumb, level, square and flush with finished building surfaces within one -sixteenth inch for each condition. Set boxes so that box openings in building surfaces are within one-eighth inch of edge of material cut-out and fill tight to box with building materials. Back boxes with structural material to prevent rotation on studs or joists. Use gang boxes wherever more than one device is used at one location. 3. Attach boxes to building structure with a minimum of two fasteners. Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally. 4. Set recessed boxes at the following heights to the bottom of the box, except where noted otherwise: a. Convenience outlet receptacles at sixteen inches; b. Lighting switches, dimmers, etc. at forty-four inches above floor. 5. Set exposed device boxes four feet above the finished floor to top of the box. 6. Set boxes for lighting switches at 44 inches above the finished floor and within one foot of the door opening on the strike or lock side of the door or on the side closing last. 7. Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below. 8. Set floor boxes level and adjust to finished floor surface. BB. Install hinged -cover enclosures and cabinets plumb. Support at each corner. 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 16130 -raceways 16130-10 SECTION 16140 — WIRING DEVICES 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 various types of receptacles, connectors, switches, and finish plates. 1.3 SUBMITTALS A. No submittals are required. 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. Cooper Wiring Devices. 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 Mulberry j. Square -D 16140 -wiring devices 16140-1 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. Color: Ivory except as otherwise indicated or required by Code. D. 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 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. d. Provisions for split bus e. NEMA 5-15R or 5-20R 2. Special Purpose Receptacles a. Staked screw terminals for line, neutral, and ground connections. b. NEMA configuration as indicated. E. Receptacles, Straight—Blade, Special Features: Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements: 1. Ground -Fault Circuit Interrupter (GFCI) Receptacles. UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5-20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. F. Snap Switches: Quiet—type a.c. switches, NRTL listed and labeled as complying with UL Standard 20 "General Use Snap Switches," and with Federal Specification W—S-896. 1. Lighting Switches: 120/277V ac only, rated 20 amperes. K. Motor rated switches: horsepower rated for application indicated. L. 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. M. Wall Plates: Single and combination types that mate and match with corresponding wiring devices. Features include the following: 1. Color: Matches wiring device except as otherwise indicated. 2. Plate—Securing Screws: Metal with heads colored to match plate finish. 16140 -wiring devices 16140-2 3. For areas with concealed electrical construction: stainless steel, except as otherwise indicated. 4. For areas with exposed electrical construction: Galvanized steel. M. Device Box Covers: Cast aluminum or cast iron to match box to which installed. PART 3 — EXECUTION 3.1 INSTALLATION A. Arrangement of Devices: Except as otherwise indicated, mount flush, with long dimension vertical, and grounding terminal of receptacles on bottom. Group adjacent switches under single, multigang wall plates. 1. See "Raceways and Boxes" Section for mounting height of devices. 2. Verify locations of outlets and switches in cabinetry with cabinet supplier and Architect prior to installation. B. Install devices and assemblies plumb, level, flush and secure. Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface. Install wiring devices such as receptacles to withstand 50 pounds force applied perpendicular to the device face with a maximum deflection of 1/16 inch. C. Install switches with the "Off" position down. Install three and four way switches so the load is "off" when all switch handles are down. D. 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. E. Flush mounted devices and wall plates: 1 Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface. 2. Protect devices and assemblies during painting. 3. Install wall plates after painting is complete. Install with an alignment tolerance of 1/16 inch to plumb. Install at flush mounted devices so that all four edges are in continuous contact with finished wall surface without the use of mats or similar devices. Do not use plaster fillings. F. 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. 16140 -wiring devices 16140-3 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. Replace stained or improperly painted wall plates or devices. END OF SECTION 16140 -wiring devices 16140-4 SECTION 16210 — ELECTRICAL UTILITY SERVICES 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. 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. 1 1 1 B. 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 the utility. 2. Section 16440"Panelboards" for equipment used as Service Entrance Equipment. 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. Meter Sockets and Enclosures: 1. Provide equipment as required by Pacific Power for their revenue metering. 2. Provide accessory equipment and wiring as required by Pacific Power. PART 3 — EXECUTION 3.1 APPLICATION 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. 16210 -utility service 16210-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 current transformers and potential transformers. 4. Install the revenue meters 5. 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. Meter sockets and enclosures, including current transformer or other enclosures associated with Pacific Power's revenue metering equipment. 2. Conduits for the Pacific Power secondary circuits from the transformers to the service point. END OF SECTION 16210 -utility service 16210-2 SECTION 16280 — POWER FILTERS AND CONDITIONERS 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 power filtering and conditioning equipment, whether individually mounted or group mounted in switchboards, motor control centers, panelboards, and similar equipment. 1.3 SUBMITTALS A. Manufacturer's Product Data for equipment, devices, and accessories specified in this Section. 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 (NETA). B. Source Limitations: Obtain equipment of each type specified from one source and by a single manufacturer. C. Comply with NEC for components and installation. D. Listing and Labeling: Provide equipment and devices 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. PART 2 — PRODUCTS 1 1 1 1 1 1 1 1 1 1 1 2.1 MANUFACTURERS A. SURGE AND LIGHTNING ARRESTERS 1. General Electric Company Catalog No. 9LECC001 for three phase, or equal. PART 3 — EXECUTION 3.1 INSTALLATION A. Install in the main distribution panelboard as shown on the drawings. Lighting arrester device shall be integral to the panelboard and shall be part of the listed equipment to meet the requirements of Article 230.71 (A) of the 2005 National Electrical Code and shall be installed by the electrical distribution equipment manufacturer's factory. B. Connect equipment, devices and components to wiring system and to ground as indicated and as instructed by manufacturer. 16280-pwr fltrs&cond 16280-1 1 1 1 1 1 1 1 1. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. C Identify each item of equipment according to requirements specified in Division 16 Section "Basic Electrical Materials and Methods." 3.2 FIELD QUALITY CONTROL A. Testing Agency: Provide the services of a qualified independent testing agency to perform specified field quality -control testing. B. Testing: After installing equipment and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.19 for surge suppressors. Certify compliance with test parameters. C. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. END OF SECTION 16280-pwr fltrs&cond 16280-2 1 SECTION 16410 — ENCLOSED SWITCHES AND CIRCUIT BREAKERS 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 1 A. This Section includes switches and circuit breakers, whether individually mounted or group mounted in switchboards, motor control centers, panelboards, and similar equipment. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 16 Section "Wiring Devices" for attachment plugs and receptacles, and snap switches used for disconnect switches. 1.3 SUBMITTALS 1 A. Manufacturer's Product Data for disconnect switches, circuit breakers, and accessories specified in this Section. 1 1 B. Maintenance data for tripping devices to include in the operation and maintenance manual specified in Division 16010. 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 (NETA). B. Source Limitations: Obtain disconnect switches and circuit breakers from one source and by a single manufacturer. C. Comply with NEC for components and installation. D. Listing and Labeling: Provide disconnect switches and circuit breakers 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. PART 2 — PRODUCTS 2.1 ENCLOSED CIRCUIT BREAKERS A. Molded -Case Circuit Breaker: NEMA AB 1, with lockable handle. B. Characteristics: Frame size, trip rating, number of poles, and auxiliary devices as indicated with interrupting rating to meet available fault current. 1. Feeder breakers shall be molded case breakers with thermal magnetic trip. 2. Motor circuit breakers shall be magnetic only trip with adjustable trip setting. 16410 -disc & bkrs 16410-1 1 1 r 1 3. Branch circuit breakers shall be molded case, thermal -magnetic trip, trip -free with non -interchangeable, non-adjustable trip unless otherwise noted. C. Application Listing: Appropriate for application, including switching lighting loads (SWD) or heating, air-conditioning, and refrigerating equipment (HACR). D. Circuit Breakers, 200 A and Larger: Trip units interchangeable within frame size. E. Lugs: Mechanical lugs and power -distribution connectors suitable for conductors of the material, number and size provided. F. Accessories: As indicated. G. Enclosure: per application, as described in Section 16050, unless otherwise specified or required to meet environmental conditions of installed location. PART 3 — EXECUTION 3.1 INSTALLATION A. Install switches and circuit breaker enclosures level and plumb in locations as indicated, according to manufacturer's written instructions. B. For equipment at walls, bolt units to wall or mount on structural–steel channels bolted to wall. For controllers not at walls, provide freestanding racks conforming to Division 16 Section "Basic Electrical Materials and Methods." C. Install wiring between switches, circuit breakers, control, and indication devices. D. Connect switches and circuit breakers and components to wiring system and to ground as indicated and as instructed by manufacturer. 1. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. E. Identify each switch and circuit breaker according to requirements specified in Division 16 Section "Basic Electrical Materials and Methods." 3.2 FIELD QUALITY CONTROL A. Testing Agency: Provide the services of a qualified independent testing agency to perform specified field quality -control testing. B. Testing: After installing switches and circuit breakers and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded -case circuit breakers. Certify compliance with test parameters. C. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. 3.3 ADJUSTING A. Set field -adjustable circuit -breaker trip setting ranges as indicated. 1. Set trip to 1.25 times the full load circuit amps for non -motor circuits, 2 times the full load motor amps for thermal -magnetic circuit breakers on motor circuits, or 16410 -disc & bkrs 16410-2 lowest setting which permits starting and running for magnetic only circuit breakers on motor circuits. 3.4 CLEANING A. After completing system 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 16410 -disc & bkrs 16410-3 1 1 1 1 1 1 1 11 SECTION 16440 — PANELBOARDS 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 lighting and power panelboards and associated auxiliary equipment rated 600 V and less. B. Related Sections include the following: 1. Section16050 "Basic Electrical Materials and Methods" for general materials and installation methods. 2. Section 16280 "Power Filters and Conditioners" for lightning arrester information. 3. Section 16410 "Enclosed Switches and Circuit Breakers" for circuit breakers installed in panelboards. 1.3 SUBMITTALS A. Product Data: For each type of panelboard, accessory item, and component specified. B. Shop Drawings: For panelboards. Include dimensioned plans, sections, and elevations. Show tabulations of installed devices, major features, and voltage rating. Include the following: 1. Enclosure type and mounting. 2. Bus configuration and current ratings. 3. Short-circuit current rating. 4. Features, characteristics, ratings, and factory settings of individual protective devices and auxiliary components. C. Panelboard Schedules: For installation in panelboards and inclusion in the maintenance manuals specified in Divisions 1 & 16. Submit final versions prior to closeout of project. D. Maintenance Data: For panelboard components to include in the maintenance manuals specified in Divisions 1 & 16. Include manufacturer's written instructions for testing circuit breakers. 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. B. 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. 16440-panelboards 16440-1 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory as defined in OSHA Regulation 1910.7. C. Comply with NEC. D. Comply with NEMA PB 1. 1.5 EXTRA MATERIALS A. Keys: Provide 3 spares of each type for panelboard cabinet lock. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Eaton Corp.; Westinghouse & Cutler -Hammer Products. 2. General Electric Co.; Electrical Distribution & Control Div. 3. Siemens Energy & Automation, Inc. 4. Square D Co 2.2 PANELBOARD FABRICATION A. Enclosures: Flush- or surface -mounted cabinets as indicated. NEMA PB 1, 20" minimum width, of NEMA type complying with Section 16050 for the location installed. Provide same size boxes for multisection panelboards. B. Front: Secured to box with concealed trim clamps or screws. Front for surface -mounted panelboards shall be same dimensions as box. Fronts for flush panelboards shall overlap box, unless otherwise indicated. C. Directory Frame: Metal, mounted inside each panelboard door. D. Bus: Hard drawn copper of 98 percent conductivity. Insulated, bondable, full size neutral bus unless otherwise indicated. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment ground conductors. Bonded to box. E. Main and Neutral Lugs: Compression type. F. Main Breaker: Vertical mounting. G. Service Equipment Approval: Listed for use as service equipment for panelboards where so indicated on the contract documents. H. Future Devices• Equip with mounting brackets, bus connections, and necessary appurtenances, for the overcurrent protective device ampere ratings indicated for future installation of devices. 2.3 DISTRIBUTION, LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Feeder and Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. Feeder circuit breakers 200 amps and larger shall have long and short time trip units, each trip unit separately and individually adjustable for both time and pickup. B. Doors: 16440-panelboards 16440-2 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1. Dry locations: In panelboard front, with concealed hinges. Secure with flush catch and tumbler lock, all keyed alike. 2. Wet locations: Gasketed doors, with stainless steel hinges. Secure with padlock & hasp. 2.4 OVERCURRENT PROTECTIVE DEVICES A. In accordance with Section 16410, except as modified herein. PART 3 — EXECUTION 3.1 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1.1. 1. Setup, adjust and fasten in place flush trim and interiors. 2. Install circuit breakers as shown on the "Circuit Schedule" for each panelboard. Record all circuit breaker installation deviations from the "Circuit Schedule" which result from changes or additions to the work and show on the Record Drawings the actual size and pole position of all circuit breakers installed. B. Mounting Heights: Top of trim 74 inches above finished floor, unless otherwise indicated. C. Mounting: Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. Space surface mounted panelboard with washers of neoprene or fiberglass to shim out from irregular surfaces or from damp surfaces. D. Circuit Directory: Prepare panelboards directories neatly typewritten in the same pole sequence as the panelboard stamping. Send a copy to the Engineer for his records. Prior to typing the final directories, verify room and equipment names and numbers with the Owner and modify circuit descriptions of areas/spaces to conform with the Owner's desires. Obtain approval of names and numbers before typing and installing. E. Do not remove knockouts for breaker positions unless a breaker is to be installed. Where twistouts or knockouts are removed in error, provide a circuit breaker (one pole, twenty ampere) to fill each position removed. F. Provision for Future Circuits: Install panelboards in such a manner as to leave access to the box, building chases, knockouts, etc. for future circuit additions. Install conduits in rearmost knockouts, install neutral and ground bus wires in rear or least accessible locations first, leaving access for future additions. 3.2 IDENTIFICATION A. Panelboard •Nameplates: Label the exterior of each panelboard with engraved laminated - plastic or metal nameplates mounted with corrosion -resistant screws. 3.3 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.4 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 16440-panelboards 16440-3 1. Make insulation -resistance tests of each panelboard bus, component, and connecting supply, feeder, branch and control circuits. 2. Make continuity tests of each circuit. 3. Testing of circuit breakers shall only be required for main circuit breakers or circuit breakers 100 Ampere and larger. B. Testing Agency: Provide services of a qualified independent testing agency to perform specified testing. C. Testing: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.6 for molded -case circuit breakers Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units, and retest. 3.5 ADJUSTING A. Set field -adjustable circuit -breaker trip ranges as indicated, or requested by the Engineer. END OF SECTION 16440-panelboards 16440-4 11 11 1 SECTION 16510 — INTERIOR LIGHTING 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 interior lighting fixtures (including fixtures normally mounted on the building), lamps, ballasts, emergency lighting units, and accessory materials such as frames, lenses, diffusers, hangers, spacers, stems and canopies, auxiliary junction boxes and other miscellaneous hardware as required for complete installation of all lighting equipment. 1.3 DEFINITIONS A. Fixture: A complete lighting unit, exit sign, or emergency lighting unit. Fixtures include lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply. B. Average Life: The time after which 50 percent fails and 50 percent survives under normal conditions. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data describing fixtures, lamps, ballasts, and emergency lighting units. Arrange Product Data for fixtures in order of fixture designation. Include data on features and accessories and the following: 1. Outline drawings indicating dimensions and principal features of fixtures. 2. Electrical Ratings and Photometric Data: Certified results of laboratory tests for fixtures and lamps. C. Maintenance data for fixtures to include in the operation and maintenance manual specified in Division 1. D. Wiring diagrams detailing wiring for control systems (occupancy sensors) showing both factory -installed and field -installed wiring for specific system of this Project, and differentiating between factory -installed and field -installed wiring. 1.5 QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NEC and that are listed and labeled by UL where available. B. Listing and Labeling: Provide fixtures, , and accessory components specified in this Section that are listed and labeled for their indicated use and installation conditions on Project. 1. Special Listing and Labeling: Provide fixtures for use in damp or wet locations, that are specifically listed and labeled for such use. 2. The Terms "Listed" and "Labeled": As defined in the NEC, Article 100. 16510 -interior lighting 16510-1 3. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. C. Coordinate fixtures, mounting hardware, and trim with ductwork, insulation, ceiling system and other items, including work of other trades, required to be mounted on ceiling or in ceiling space. 1.6 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Lamps: 10% of each type and rating installed. Furnish at least one of each type. 2. Plastic Diffusers and Lenses: 1% of each type and rating installed Furnish at least one of each type. 3. Ballasts: 2% of each type and rating installed. Furnish at least one of each type. 4. Globes and Guards: 5% of each type and rating installed. Furnish at least one of each type. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products specified in the Lighting Fixture Schedule. 2.2 FIXTURES AND FIXTURE COMPONENTS, GENERAL A. No visible labels, trademarks or monograms on the exterior of the lighting fixtures or on lens or diffusers B. Metal Parts: Free from burrs, sharp corners, and edges. C. Sheet Metal Components: Steel, except as indicated. Form and support to prevent warping and sagging. D. Doors, Frames, and Other Internal Access: Smooth operating without the use of tools, intended for finger operation; free from light leakage at seams, joints or junctions visible in the installed condition under operating conditions; and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position E. Reflecting Surfaces: Minimum reflectance as follows, except as otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. 4. Laminated Silver Metallized Film: 90 percent. F. Lenses, Diffusers, Covers, and Globes: 100 percent virgin acrylic plastic or water white, annealed crystal glass, except as otherwise indicated. 1. Plastic: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. 16510 -interior lighting 16510-2 1 2. Lens Thickness: 0.125 inch minimum; except where greater thickness is indicated. 3. Pattern for plastic lenses: K12 prismatic refractors. Pattern No. 12 is not acceptable. 1 4. Approved manufacturers: 11 11 11 1 1 1 1 1 1 1 t a. Holophane b. KSH Plastics c. Carolite Plastics d. Plaskolite, Inc. G. Provide gaskets on all trims and housings of "wet" location fixtures. Provide non- corrosive type plaster rings, hangers, trim and hardware in wet locations. H. Fixture Supports a. Provide hook hangers for fixtures where indicated or specified consisting of an integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord, and locking type plug. Fluorescent Ballasts: Electronic integrated circuit, solid-state, full -light -output, energy- efficient type compatible with lamps and lamp combinations to which connected. 1. Certification by Electrical Testing Laboratory (ETL). 2. Labeling by Certified Ballast Manufacturers Association (CBM). 3. Type: Class P with automatic reset integral protector device set to limit cast temperature to one -hundred -ten degrees Celsius maximum under abnormal conditions, high power factor. 4. Sound Rating: "A" rating. 5. Voltage: Match connected circuits. 6. Lamp Flicker: Less than 5 percent. 7. Minimum Power Factor: 90 percent. 8. Total Harmonic Distortion (THD) of Ballast Current: Less than 12 percent. 9. Conform to FCC Regulations Part 15, Subpart J for electromagnetic interference. 10. Multilamp Ballasts and maximum ratings: Use 2, 3, or 4 lamp ballasts for multilamp fixtures where indicated, with maximum input wattage ratings per Ansi C82.2 as follows: a. 1 lamp F32T8-32 watts. b. 2 lamp F32T8-62 watts. c. 3 lamp F32T8-92 watts. d. 4 lamp F32T8 120 watts. 11. Lamp -ballast connection method does not reduce normal rated life of lamps. 16510 -interior lighting 16510-3 12. Low -Temperature Fluorescent Ballasts: Comply with above requirements, except ballast may be Class P electromagnetic type. Starting temperature is minus 20 deg C or colder. 13. Manufacturers: a. Advance b. General Electric c. Motorola J. High -Intensity -Discharge (HID) Fixtures: Conform to UL 1572. K. HID Ballasts: Conform to UL 1029 and ANSI C82.4. Include the following features, except as otherwise indicated. 1. Constant wattage autotransformer (CWA) or regulating high -power -factor type, suitable for the temperature range in which they are to be operated. . 2. Operating Voltage: Match system voltage. 3. Single -Lamp Ballasts: Minimum starting temperature of minus 30 deg C. 4. Normal Ambient Operating Temperature: 40 deg C 5. Open circuit operation will not reduce average life. 6. High -Pressure Sodium (HPS) Ballasts: Equip with a solid-state igniter/starter having an average life in pulsing mode of 10,000 hours at an igniter/starter case temperature of 90 deg C. L. Encapsulation: Manufacturer's standard epoxy -encapsulated model designed to minimize audible fixture noise. 2.3 LAMPS A. Provide lamps for each fixture which comply with ANSI C78 series that is applicable to each type of lamp. B. Fluorescent Color Temperature and Minimum Color -Rendering Index (CRI): 4100 K and 85 CRI, except as otherwise indicated. C. Noncompact Fluorescent Lamp Life: Rated average is 20,000 hours at 3 hours per start when used on rapid start circuits. D. Metal Halide Color Temperature and Minimum Color -Rendering Index (CRI): 3600 K and 70 CRI, except as otherwise indicated. E. Manufacturers: 1. General Electric 2. Phillips 3. Sylvania 2.4 FUSES A. Provide fuses in fixtures mounted more than eight feet above floor or operated at 277 volts. 16510 -interior lighting 16510-4 1 1 B. Fast acting, current limiting fuses, coordinated with the ballast and lamp operating characteristics, so as to avoid false tripping, yet provide fault clearing before damage occurs to the fixture. Bussman Type HFL in-line fuse holder and Bussman Type GLR fuse, sized at two -hundred percent of the ballast current rating. 2.5 FINISHES A. Manufacturer's standard, except as otherwise indicated, applied over corrosion -resistant treatment or primer, free of streaks, runs, holidays, stains, blisters, and similar defects. PART 3 — EXECUTION 3.1 INSTALLATION A. Coordination with other work. 1. Coordinate lighting fixture size and design, frame requirements, and hanging or mounting devices for project mounting conditions before ordering lighting fixtures. Consult the Drawings for details of ceiling and wall construction; provide lighting fixtures suitable for the particular type of ceiling or wall at each location. 2. Adjust Tight fixtures as required - near piping, equipment, etc., to protect from physical damage and provide sufficient clearance to install lamps and to maintain lens, reflectors, ballasts, etc.. Where pendant mounted fixtures are in conflict with ducts and piping, coordinate the location and mounting heights of the fixtures to the available space left between the various ducts and piping. 3. Locate fixtures so that doors and other equipment will not damage them at any time. 4. Adjust stem or chain lengths to suit actual field conditions where indicated mounting heights to bottom of fixtures are not possible or conflict with other trades' work. Brace pendants and rods over 48 inches long to limit swinging. 5. Prepare irregular surfaces for mounting. B. Fixture support 1. Install fixtures with supports, brackets and trim as recommended by the fixture manufacturer to suit the particular building construction and use. Align each fixture to ceiling structure. 2. Install surface mounted fixtures tight to the ceiling construction. Provide shims or spacers as required to keep surface mounted fixture from warping or twisting due to uneven surfaces. For suspended fixtures, use stems and chain attachments that cannot be displaced from hangers by an upward force. 3. Provide fixture hangers and attachments on pendant or bracket mounted fluorescent fixtures in addition to raceway connections. Provide a minimum of two per fixture at the quarter points for fixtures of eight feet or less. Provide a minimum of four per fixture, equally spaced at the ends and on third points for fixtures over eight feet in length. Provide a minimum of one stem or chain per eight feet plus one for fixtures in a continuous row. Maximum spacing of stems not to exceed nominal length of each fixture. Install additional stems or hangers where recommended by the fixture manufacturer. 4. Secure surface and pendant fixtures to ceiling system, roof structure or slabs with a fastener such as lag screw, lag bolt, toggle bolt, cinch anchor or stud to support the fixture plus one -hundred pounds at each support. Nails or similar fasteners are not approved for lighting fixture support. 16510 -interior lighting 16510-5 5. Do not support fixtures from ceiling material other than structural or framing material. Provide supports, spacers, channels, etc., necessary to support lighting fixtures where fixtures are located so that they cannot be connected directly to structure members. Provide additional framing to directly support fixtures where construction is such that mounting channels, strongbacks or bridging is required to support fixtures. Provide additional support material which matches the structure material. 6. Provide outlet boxes or other supports for lighting fixtures which are of sufficient strength to support at least four times the weight of fixture or one -hundred pounds, whichever is greater. Support all fixtures weighing more than fifty pounds independently of outlet box. 7. Do not support fluorescent fixtures with forty-eight inches or longer lamps from outlet box ears. Provide suitable fixture stud in box for each fixture. 8. Support all surface mounted fixtures more than eighteen inches wide at or near each corner, in addition to support from outlet box. 9. For heavy pendant mounted fixtures, where support independent of box is required and where conduit and outlet boxes are installed on surface, use safety swivel hanger with fixture stud. For fixtures suspended indoors from sloping surfaces, provide suitable aligners C. Install fluorescent bi-pin lamps in sockets after polarity, voltage and connections have been checked with a bi-pin tester or volt meter. Fluorescent bi-pin lamps shall be installed with correct rotation of lamps as indicated by indents or tabs. D. Install fixtures in rows or grids true to line. Install fixtures in a common area at the same level or grade. Install continuous runs of fixtures straight and true with joining straps, couplings, and nipples. Maintain spacing for fixtures as dimensioned or shown on the reflected ceiling plan and do not arbitrarily change because of ceiling pattern, etc.. Symbols on Drawings which are undimensioned show approximate locations and care shall be used to locate fixtures on centers of spaces, at the quarter points, or as indicated. Any changes in fixture layout must be approved in writing by the Engineer. E. Lamping: Where specific lamp designations are not indicated, lamp units according to manufacturer's instructions. 3.2 CONNECTIONS A. Ground the lighting units. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replaced damaged fixtures and components. B. Tests: Verify normal operation of each fixture after fixtures have been installed and circuits have been energized with normal power source. Interrupt electrical energy to demonstrate proper operation of emergency lighting installation. C. Replace or repair malfunctioning fixtures and components, then retest. Repeat procedure until all units operate properly. D Report results of tests. E. Replace fixtures that show evidence of corrosion during Project warranty period. 16510 -interior lighting 16510-6 1 1 1 1 1 1 1 F. Provide replacement lamps for all lamps which fail prior to completion of the work. 3.4 ADJUSTING AND CLEANING A. Clean fixture lens, diffusers, enclosures on fixtures. Dirty enclosures, lens or diffusers shall be removed, washed and rinsed as recommended by fixture manufacturer B. Adjust aimable fixtures to provide required light intensities. 3.5 LIGHTING FIXTURE SCHEDULE A. Lighting Fixture Schedule is shown on the Drawings. END OF SECTION 16510 -interior lighting 16510-7 APPENDIX A AMENDMENTS TO THE 2006 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2006\06104\GLENN DRIVE RESERVOIR SPECS.doc 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 1 SECTION 1-04, SCOPE OF THE WORK 2 April 3, 2006 3 1-04.6 Variation in Estimated Quantities 4 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 5 read: 6 7 If the adjusted final quantity of any item does not vary from the quantity shown in the 8 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 9 all work under that item will be performed at the original contract unit price. 1 1 1 1 I I 1 1 1 I� 1 1 9 1 1 SECTION 1-06, CONTROL OF MATERIAL 2 April 3, 2006 3 1-06.1 Approval of Materials Prior To Use 4 The second sentence in the first paragraph is revised to read: 5 6 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 7 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. 8 9 Number 1 under the second paragraph is revised to read: 10 11 1. Shall be new, unless the Special Provisions or Standard Specifications permit 12 otherwise; 13 14 1-06.1(1) Qualified Products List (QPL) 15 This section is supplemented with the following: 16 17 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm. 18 19 The following new sub -section is inserted to follow 1-06.1(2). 20 21 1-06.1(3) Aggregate Source Approval (ASA) Database 22 The ASA is a database containing the results of WSDOT preliminary testing of 23 aggregate sources. This database is used by the Contracting Agency to indicate the 24 approval status of these aggregate sources for applications that require preliminary 25 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 26 identifies the currently approved applications for each aggregate source listed. The 27 acceptance and use of these aggregates is contingent upon additional job sampling 28 and/or documentation. 29 30 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' 31 not conforming to the specifications, not fulfilling the acceptance requirements, or 32 improperly handled or installed, shall be replaced at the Contractor's expense. 33 34 For questions regarding the approval status of an aggregate source, contact the 35 WSDOT Regional Materials Engineer for the Region the source is located in. The 36 Contracting Agency reserves the right to make revisions to the ASA database at 37 anytime. 38 39 If there is a conflict between the ASA database and the contract, then the contract shall 40 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 41 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA. 42 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor (CPF) for each lot. 5 6 7 CPF = fi(PF1) + f2(PF2) + •+ fi(PFi) Ef. 8 9 i=1 to 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 April 2, 2007 3 1-07.9(1) General 4 The fifth paragraph is revised to read: 5 6 If employing labor in a class not listed in the contract provisions on state funded 7 projects only, the Contractor shall request a determination of the correct wage and 8 benefits rate for that class and locality from the Industrial Statistician, Washington State 9 Department of Labor and Industries (State L&I), and provide a copy of those 10 determinations to the Engineer. 11 12 The fifth paragraph is supplemented with the following new paragraph: 13 14 If employing labor in a class not listed in the contract provisions on federally funded 15 projects, the Contractor shall request a determination of the correct wage and benefits 16 for that class and locality from the U. S. Secretary of Labor through the project 17 engineer's office. Generally, the Contractor initiates the request by preparing Standard 18 Form 1444 Request for Authorization of Additional Classification and Rate, available at 19 http://www.wdol.gov/docs/sf1444.pdf, and submitting it to the Project Engineers' office 20 for further action. 21 22 1-07.10 Worker's Benefits 23 The fourth paragraph is revised to read: 24 25 The Public Works Contract Division of the Washington State Department of Labor and 26 Industries will provide the Contractor with applicable industrial insurance and medical 27 aid classification and premium rates. After receipt of Revenue Release from the 28 Washington State Department of Revenue, the contracting agency will verify through 29 the Department of Labor and Industries that the Contractor is current with respect to the 30 payments of industrial insurance and medical aid premiums. 31. 32 1-07.15 Temporary Water Pollution/Erosion Control 33 The first paragraph is revised to read: 34 35 In an effort to prevent, control, and stop water pollution and erosion within the project, 36 thereby protecting the work, nearby land, streams, and other bodies of water, the 37 Contractor shall perform all work in strict accordance with all Federal, State, and local 38 laws and regulations governing waters of the State, as well as permits acquired for the 39 project. 40 41 1-07.17 Utilities and Similar Facilities 42 This section is revised to read: 43 44 The Contractor shall protect all private and public utilities from damage resulting from 45 the Work. Among others, these utilities include: telephone, telegraph, and power lines; 46 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting 47 and signing systems. All costs required to protect public and private utilities shall be at 48 the Contractor's expense, except as provided otherwise in this section. 49 1 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground 2 utilities. In accordance with this RCW, the Contractor shall call the One -Number 3 Locator Service for field location of utilities. If no locator service is available for the 4 area, notice shall be provided individually to those owners of utilities known to, or 5 suspected of, having underground facilities within the area of the proposed excavation. 6 7 This section is supplemented with the following two new sub -sections: 8 9 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 10 If the Work requires removing or relocating a utility, the contract will assign the task to 11 the Contractor or the utility owner. When the task is assigned to the Contractor it shall 12 be performed in accordance with the Plans and Special Provisions. New utility 13 construction shall be performed according to the appropriate contract requirements. 14 15 To ease or streamline the Work for its own convenience, the Contractor may desire to 16 ask utility owners to move, remove, or alter their equipment in ways other than those 17 listed in the Plans or Special Provisions. The Contractor shall make the arrangements 18 and pay all costs that arise from work performed by the utility owner at the Contractor's 19 request. Two weeks prior to implementing any such utility work, the Contractor shall 20 submit plans and details to the Engineer for approval describing the scope and 21 schedule of all work performed at the Contractors request by the utility owner. 22 23 In some cases, the Plans or special provisions may not show all underground facilities. 24 If the Work requires these to be moved or protected, the Engineer will assign the task 25 to others or issue a written change order requiring the Contractor to do so as provided 26 in Section 1-04.4. 27 28 1-07.17(2) Utility Construction, Removal or Relocation by Others 29 Any authorized agent of the Contracting Agency or utility owners may enter the highway 30 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 31 cooperate with such efforts and shall avoid creating delays or hindrances to those doing 32 the work. As needed, the Contractor shall arrange to coordinate work schedules. 33 34 If the contract provides notice that utilities will be adjusted, relocated, replaced, or 35 constructed by others during the prosecution of the work, the Special Provisions will 36 establish the utility owners anticipated completion. The Contractor shall carry out the 37 Work in a way that will minimize interference and delay for all forces involved. Any 38 costs incurred prior to the utility owners anticipated completion (or if no completion is 39 specified, within a reasonable period of time) that results from the coordination and 40 prosecution of the Work regarding utility adjustment, relocation, replacement, or 41 construction shall be at the Contractor's expense as provided in Section 1-05.14. 42 43 When others delay the Work through late removal or relocation of any utility or similar 44 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The 45 Contracting Agency will either suspend Work according to Section 1-08.6, or order the 46 Contractor to coordinate the Work with the work of the utility owner in accordance with 47 Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, 48 the Contractor shall prosecute the Work in a way that will minimize interference and 49 delay for all forces involved. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 May 29, 2007 3 1-08.1 Subcontracting 4 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency 5 funds and Federal assistance ...) is supplemented with the following: 6 7 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on 8 Federally assisted, Federally assisted and Contracting agency funded, and Contracting 9 Agency funded only contracts to the contracting agency on a monthly basis using the 10 Contract Monitoring and Tracking System (CMATS) through the BizWeb application 11 located at http://www.omwbe.wa.gov/bizwebatwashinoton. Use of CMATS will become 12 a requirement for all contractors effective January 7, 2008. 13 14 1-08.3 Progress Schedule 15 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 16 following: 17 18 1-08.3 Progress Schedule 19 1-08.3(1) General Requirements 20 The Contractor shall submit Type A or Type B Progress Schedules and Schedule 21 Updates to the Engineer for approval. Schedules shall show work that complies 22 with all time and order of work requirements in the contract. Scheduling terms and 23 practices shall conform to the standards established in Construction Planning and 24 _ Scheduling, Second Edition, published by the Associated General Contractors of 25 America. Except for Weekly Look -Ahead Schedules, all schedules shall meet 26 these General Requirements, and provide the following information: 27 28 1. Include all activities necessary to physically complete the project. 29 30 2. Show the planned order of work activities in a logical sequence. 31 32 3. Show durations of work activities in working days as defined in Section 1- 33 08.5. 34 35 4. Show activities in durations that are reasonable for the intended work. 36 37 5. Define activity durations in sufficient detail to evaluate the progress of 38 individual activities on a daily basis. 39 40 6. Show the physical completion of all work within the authorized contract 41 time. 42 43 The Contracting Agency allocates its resources to a contract based on the total 44 time allowed in the contract. The Contracting Agency may accept a Progress 45 Schedule indicating an early physical completion date but cannot guarantee the 46 Contracting Agency's resources will be available to meet an accelerated schedule. 47 No additional compensation will be allowed if the Contractor is not able to meet 48 their accelerated schedule due to the unavailability of Contracting Agency's 49 resources or for other reasons beyond the Contracting Agency's control. 50 1 If the Engineer determines that the Progress Schedule or any necessary Schedule 2 Update does not provide the required information, then the schedule will be 3 returned to the Contractor for correction and resubmittal. 4 5 The Engineer's approval of any schedule shall not transfer any of the Contractor's 6 responsibilities to the Contracting Agency. The Contractor alone shall remain 7 responsible for adjusting forces, equipment, and work schedules to ensure 8 completion of the work within the time(s) specified in the contract. 9 10 1-08.3(2) Progress Schedule Types 11 Type A Progress Schedules are required on all projects that do not contain the bid 12 item for Type B Progress Schedule. Type B Progress Schedules are required on 13 all projects that contain the bid item for Type B Progress Schedule. Weekly Look- 14 Ahead Schedules and Schedule Updates are required on all projects. 15 16 1-08.3(2)A Type A Progress Schedule 17 The Contractor shall submit five copies of a Type A Progress Schedule no 18 later than 10 days after the date the contract is executed, or some other 19 mutually agreed upon submittal time. The schedule may be a critical path 20 method (CPM) schedule, bar chart, or other standard schedule format. 21 Regardless of which format used, the schedule shall identify the critical path. 22 The Engineer will evaluate the Type A Progress Schedule and approve or 23 return the schedule for corrections within 15 calendar days of receiving the 24 submittal. 25 26 1-08.3(2)B Type B Progress Schedule 27 The Contractor shall submit a preliminary Type B Progress Schedule no later 28 than five calendar days after the date the contract is executed. The 29 preliminary Type B Progress Schedule shall comply with all of these 30 requirements and the requirements of Section 1-08.3(1), except that it may be 31 limited to only those activities occurring within the first 60 working days of the 32 project. 33 34 The Contractor shall submit five copies of a Type B Progress Schedule no 35 later than 30 calendar days after the date the contract is executed. The 36 schedule shall be a critical path method (CPM) schedule developed by the 37 Precedence Diagramming Method (PDM). Restraints may be utilized, but may 38 not serve to change the logic of the network or the critical path. The schedule 39 shall display at least the following information: 40 41 Contract Number and Title 42 Construction Start Date 43 Critical Path 44 Activity Description 45 Milestone Description 46 Activity Duration 47 Predecessor Activities 48 Successor Activities 49 Early Start (ES) and Early Finish (EF) for each activity 50 Late Start (LS) and Late Finish (LF) for each activity 51 Total Float (TF) and Free Float (FF) for each activity 52 Physical Completion Date 1 Data Date 2 3 The Engineer will evaluate the Type B Progress Schedule and approve or 4 return the schedule for corrections within 15 calendar days of receiving the 5 submittal. 6 7 1-08.3(2)C Vacant 8 9 1-08.3(2)D Weekly Look -Ahead Schedule 10 Each week that work will be performed, the Contractor shall submit a Weekly 11 Look -Ahead Schedule showing the Contractor's and all subcontractors' 12 proposed work activities for the next two weeks. The Weekly Look -Ahead 13 Schedule shall include the description, duration and sequence of work, along 14 with the planned hours of work. This schedule may be a network schedule, 15 bar chart, or other standard schedule format. The Weekly Look -Ahead 16 Schedule shall be submitted to the Engineer by the midpoint of the week 17 preceding the scheduled work or some other mutually agreed upon submittal 18 time. 19 20 1-08.3(3) Schedule Updates 21 The Engineer may request a Schedule Update when any of the following events 22 occur: 23 24 1. The project has experienced a change that affects the critical path. 25 26 2. The sequence of work is changed from that in the approved schedule. 27 28 3. The project is significantly delayed. 29 30 4. Upon receiving an extension of contract time. 31 32 The Contractor shall submit five copies of a Type A or Type B Schedule Update 33 within 15 calendar days of receivinga written request, or when an update is 34 required by any other provision of the contract. A "significant" delay in time is 35 defined as 10 working days or 10 percent of the original contract time, whichever is 36 greater. 37 38 In addition to the other requirements of this Section, Schedule Updates shall reflect 39 the following information: 40 41 1. The actual duration and sequence of as -constructed work activities, 42 including changed work. 43 44 2. Approved time extensions. 45 46 3. Any construction delays or other conditions that affect the progress of the 47 work. 48 49 4. Any modifications to the as -planned sequence or duration of remaining 50 activities. 51 1 5. The physical completion of all remaining work in the remaining contract 2 time. 3 4 Unresolved requests for time extensions shall be reflected in the Schedule Update 5 by assuming no time extension will be granted, and by showing the effects to 6 follow-on activities necessary to physically complete the project within the currently 7 authorized time for completion. 8 9 1-08.3(4) Measurement 10 No specific unit of measurement shall apply to the lump sum item for Type B 11 Progress Schedule. 12 13 1-08.3(5) Payment 14 Payment will be made in accordance with Section 1-04.1, for the following bid item 15 when it is included in the proposal: 16 17 "Type B Progress Schedule", lump sum. 18 19 The Lump Sum price shall be full pay for all costs for furnishing the Type B 20 Progress Schedule and preliminary Type B Progress Schedule. 21 22 Payment of 80 percent of the lump sum price will be made upon approval of 23 the Progress Schedule. 24 25 Payment will be increased to 100 percent of the lump sum price upon 26 completion of 80 percent of the original total contract award amount. 27 28 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 29 Schedules are considered incidental to other items of work in the contract. 30 31 No payment will be made for Schedule Updates that are required due to the 32 Contractors operations. Schedule Updates required by events that are 33 attributed to the actions of the Contracting Agency will be paid for in 34 accordance with Section 1-09.4. 35 36 1-08.4 Prosecution of Work 37 The first sentence is revised to read. 38 39 The Contractor shall begin work within 21 calendar days from the date of execution of 40 the contract by the Contracting Agency, unless otherwise approved in writing. 41 42 1-08.5 Time for Completion 43 This section is revised to read: 44 45 The Contractor shall complete all physical contract work within the number of "working 46 days" stated in the Contract Provisions or as extended by the Engineer in accordance 47 with Section 1-08.8. Every day will be counted as a "working day" unless it is a 48 nonworking day or an Engineer determined unworkable day. A nonworking day is 49 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically 50 prohibits work on the critical path of the Contractor's approved progress schedule, or 51 one of these holidays: January 1, the third Monday of January, the third Monday of 52 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day 1 1 1 1 1 1 1 1 1 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, 2 the following Monday shall be counted a nonworking day. When the holiday falls on a 3 Saturday, the preceding Friday shall be counted a nonworking day. The days between 4 December 25 and January 1 will be classified as nonworking days. 5 6 An unworkable day is defined as a half or whole day the Engineer declares to be 7 unworkable because of weather or conditions caused by the weather that prevents 8 satisfactory and timely performance of the work shown on the critical path of the 9 Contractor's approved progress schedule. Other conditions beyond the control of the 10 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 11 12 Contract time shall begin on the first working day following the 21st calendar day after 13 the date the Contracting Agency executes the contract. If the Contractor starts work on 14 the project at an earlier date, then contract time shall begin on the first working day 15 when onsite work begins. The contract provisions may specify another starting date for 16 contract time, in which case, time will begin on the starting date specified. 17 18 Each working day shall be charged to the contract as it occurs, until the contract work is 19 physically complete. If substantial completion has been granted and all the authorized 20 working days have been used, charging of working days will cease. Each week the 21 Engineer will provide the Contractor a statement that shows the number of working 22 days: (1) charged to the contract the week before; (2) specified for the physical 23 completion of the contract; and (3) remaining for the physical completion of the contract. 24 The statement will also show the nonworking days and any half or whole day the 25 Engineer declares as unworkable. Within 10 calendar days after the date of each 26 statement, the Contractor shall file a written protest of any alleged discrepancies in it. 27 To be considered by the Engineer, the protest shall be in sufficient detail to enable the 28 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed 29 protest in that period, the Contractor shall be deemed as having accepted the statement 30 as correct. 31 32 The Engineer will give the Contractor written notice of the physical completion date for 33 all work the contract requires. That date shall constitute the physical completion date of 34 the contract, but shall not imply the Secretary's acceptance of the work or the contract. 35 36 The Engineer will give the Contractor written notice of the completion date of the 37 contract after all the Contractor's obligations under the contract have been performed by 38 the Contractor. The following events must occur before the Completion Date can be 39 established: 40 41 1. The physical work on the project must be complete; and 42 43 2. The Contractor must furnish all documentation required by the contract and 44 required by law, to allow the Contracting Agency to process final acceptance of 45 the contract. The following documents must be received by the Project 46 Engineer prior to establishing a completion date: 47 48 a. Certified Payrolls (Federal -aid Projects) 49 b. Material Acceptance Certification Documents 50 c. Annual Report of Amounts Paid as MBE/WBE Participants or 51 Quarterly Report of Amounts Credited as DBE Participation, as 52 required by the Contract Provisions. 1 2 d. Final Contract Voucher Certification 3 4 1-08.8 Extensions of Time 5 Section 1-08.8 is revised to read: 6 7 The Contractor shall submit any requests for time extensions to the Engineer in writing 8 no later than 10 working days after the delay occurs. The requests for time extension 9 shall be limited to the affect on the critical path of the Contractor's approved schedule 10 attributable to the change or event giving rise to the request. 11 12 To be considered by the Engineer, the request shall be in sufficient detail (as 13 determined by the Engineer) to enable the Engineer to ascertain the basis and amount 14 of the time requested. The request shall include an updated schedule that supports the 15 request and demonstrates that the change or event: (1) had a specific impact on the 16 critical path, and except in cases of concurrent delay, was the sole cause of such 17 impact, and (2) could not have been avoided by resequencing of the work or by using 18 other reasonable alternatives. If a request combined with previous extension requests, 19 equals 20 percent or more of the original contract time then the Contractor's letter of 20 request must bear consent of Surety. In evaluating any request, the Engineer will 21 consider how well the Contractor used the time from contract execution up to the point 22 of the delay and the effect the delay has on any completion times included in the special 23 provisions. The Engineer will evaluate and respond within 15 calendar days of 24 receiving the request. 25 26 The authorized time for physical completion will be extended for a period equal to the 27 time the Engineer determines the work was delayed because of: 28 29 1. Adverse weather causing the time requested to be unworkable, provided that 30 the Engineer had not already declared the time to be unworkable and the 31 Contractor has filed a written protest according to Section 1-08.5. 32 33 2. Any action, neglect, or default of the Contracting Agency, its officers, or 34 employees, or of any other contractor employed by the Contracting Agency. 35 36 3. Fire or other casualty for which the Contractor is not responsible. 37 38 4. Strikes 39 40 5. Any other conditions for which these Specifications permit time extensions 41 such as: 42 43 a. In Section 1-04.4 if a change increases the time to do any of the work 44 including unchanged work. 45 46 b. In Section 1-04.5 if increased time is part of a protest that is 47 found to be a valid protest. 48 49 c. In Section 1-04.7 if a changed condition is determined to exist that 50 caused a delay in completing the contract. 51 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 d. In Section 1-05.3 if the Contracting Agency does not approve properly 2 prepared and acceptable drawings within 30 calendar days. 3 4 e. In Section 1-07.13 if the performance of the work is delayed as a 5 result of damage by others. 6 7 f. In Section 1-07.17 if the removal or the relocation of any utility by 8 forces other than the Contractor caused a delay. 9 10 g. In Section 1-07.24 if a delay results from all the right of way 11 necessary for the construction not being purchased and the special 12 provisions does not make specific provisions regarding unpurchased 13 right of way. 14 15 h. In Section 1-08.6 if the performance of the work is suspended, 16 delayed, or interrupted for an unreasonable period of time that proves 17 to be the responsibility of the Contracting Agency. 18 19 i. In Section 1-09.11 if a dispute or claim also involves a delay in 20 completing the contract and the dispute or claim proves to be valid. 21 22 j. In Section 1-09.6 for work performed on a force account basis. 23 24 6. If the actual quantity of work performed for a bid item was more than the 25 original plan quantity and increased the duration of a critical activity. 26 Extensions of time will be limited to only that quantity exceeding the original 27 plan quantity. 28 29 7. Exceptional causes not specifically identified in items 1 through 6, provided the 30 request letter proves the Contractor had no control over the cause of the delay 31 and could have done nothing to avoid or shorten it. 32 33 Working days added to the contract by time extensions, when time has overran, shall 34 only apply to days on which liquidated damages or direct engineering have been 35 charged, such as the following: 36 37 If substantial completion has been granted prior to all of the authorized working 38 days being used, then the number of days in the time extension will eliminate an 39 equal number of days on which direct engineering charges have accrued. If the 40 substantial completion date is established after all of the authorized working days 41 have been used, then the number of days in the time extension will eliminate an 42 equal number of days on which liquidated damages or direct engineering charges 43 have accrued. 44 The Engineer will not allow a time extension for any cause listed above if it resulted 45 from the Contractor's default, collusion, action or inaction, or failure to comply with 46 the contract. 47 The Contracting Agency considers the time specified in the special provisions as 48 sufficient to do all the work. For this reason, the Contracting Agency will not grant a 49 time extension for: 50 51 • Failure to obtain all materials and workers unless the failure was the result of 52 exceptional causes as provided above in subsection 7; 1 2 • Changes, protests, increased quantities, or changed conditions (Section 1-04) 3 that do not delay the completion of the contract or prove to be an invalid or 4 inappropriate time extension request; 5 6 • Delays caused by nonapproval of drawings or plans as provided in Section 7 1-05.3; 8 9 • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; 10 11 • Correction of thickness deficiency as provided in Section 5-05.5(1)B. 12 13 The Engineer will determine whether the time extension should be granted, the reasons 14 for the extension, and the duration of the extension, if any. Such determination will be 15 final as provided in Section 1-05.1 t i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -) 1 1 SECTION 1-09, MEASUREMENT AND PAYMENT 2 December 4, 2006 3 1-09.6 Force Account 4 The last paragraph under "3. For Equipment" is revised to read: 5 6 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the 7 Contracting Agency's web site at www.wsdot.wa.gov. 8 9 1-09.9(1) Retainage 10 The fourth paragraph is revised to read: 11 12 Release of the retainage will be made 60 days following the Completion Date (pursuant 13 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 14 15 1. On contracts totaling more than $20,000, a release has been obtained from 16 the Washington State Department of Revenue. 17 18 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file 19 with the Contracting Agency (RCW 39.12.040). 20 21 3. A certificate of Payment of Contributions Penalties and Interest on Public 22 Works Contract is received from the Washington State Employment Security 23 Department. 24 25 4. Washington State Department of Labor and Industries (per section 1-07.10) 26 shows the Contractor is current with payments of industrial insurance and 27 medical aid premiums. 28 29 5. All claims, as provided by law, filed against the retainage have been resolved. 30 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 31 met, the Contractor will be paid such retained percentage less an amount 32 sufficient to pay any such claims together with a sum determined by the 33 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 34 cover attorney's fees. 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 2, 2007 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 Item 3. is revised to read: 5 6 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, 7 or gutter that is to remain and the portion to be removed. For portland cement 8 concrete pavement removal, a second vertical full depth relief saw cut offset 12 9 inches to 18 inches from and parallel to the initial saw cut is also required, unless 10 the Engineer approves otherwise. 1 1 1 SECTION 2-09, STRUCTURE EXCAVATION 2 April 2, 2007 1 3 2-09.3(1)E Backfilling 4 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted 5 and replaced with the following: I 6 7 Alternative Sources. When material from structure excavation is unsuitable for use as 8 backfill, the Engineer may: I9 10 1. require the Contractor to use other material covered by the contract if such 11 substitution involves work that does not differ materially from what would 12 otherwise have been required; I 13 14 2. require the Contractor to substitute selected material in accordance with 15 Section 2-03 3(10); I 16 17 3. require the Contractor to use Controlled Density Fill (CDF) also known as 18 Controlled Low Strength Material (CLSM)), or; 19 I 20 4. require the Contractor to obtain material elsewhere. Material obtained 21 elsewhere will be paid for in accordance with Section 1-04.4. 22 111 23 Controlled Density Fill (CDF) or Controlled Low -Strength Material (CLSM). CDF is 24 a self compacting, cementitious, flowable material requiring no subsequent vibration or 25 tamping to achieve consolidation. The Contractor shall provide a mix design in writing 26 to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the 27 CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix 28 design. CDF shall be designed to have a minimum 28 -day strength of 50 psi and a 29 maximum 28 -day strength not to exceed 300 psi. The CDF consistency shall be I 30 flowable (approximate slump 3 to 10 inches). 31 32 The following testing methods shall be used by the Contractor to develop the CDF mix I 33 design: 34 35 28 day compressive strength - ASTM D 4832, I 36 Unit weight, yield, and air content — ASTM D 6023, 37 Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. 38 39 The water/cement ratio shall be calculated on the total weight of cementitious material. I 40 The following are considered cementitious materials: Portland cement, fly ash, ground 41 granulated blast furnace slag and microsilica fume. 42 I 43 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 44 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 45 Admixtures shall be used in accordance with the manufacturer's recommendations and I 46 non -chloride accelerating admixtures may be used to accelerate the hardening of CDF. 47 48 CDF shall meet the requirements of Section 6-02.3(5)0 and shall be accepted based on 49 a Certificate of Compliance. The producer shall provide a Certificate of Compliance for I 50 each truckload of CDF in accordance with Section 6-02.3(5)B. 51 1 Item 1 of the first paragraph under Compaction is revised to read: 2 3 1. Backfill supporting roadbed, roadway embankments, or structures, including 4 backfill providing lateral support for noise barrier wall foundations, luminaire poles, 5 traffic signal standards, and roadside and overhead sign structure foundations — 6 placed in horizontal layers no more than 6 inches thick with each layer compacted 7 to 95 percent of the maximum density determined by the Compaction Control Test, 8 Section 2-03.3(14)D. 9 10 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 11 This section is revised to read: 12 13 The Contractor may dig open pits or perform extra excavation without shoring or 14 cofferdams, if: 15 16 1. Footings can be placed in dry material away from running water. 17 18 2. The integrity of the completed structure and its surroundings is not reduced. 19 20 3. Worker safety is ensured as required by law. 21 22 4. The excavation does not disturb the existing pavement or any other adjacent 23 structural elements. 24 25 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the 26 slide disturbs an area over which a highway will be built, the Contractor shall backfill 27 and compact the site to the original ground line as approved by the Engineer. If the 28 slide damages an existing facility such as a roadway or structure, the Contractor shall 29 repair the damage caused by the slide. The Contractor shall pay all costs related to 30 removing slide material and restoring the slide area, including the repair of any 31 pavement or structural elements damaged by the slide. 32 33 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 34 soften the bottom. If equipment in the pit or inadequate water removal makes the 35 foundation material unstable, the Contractor shall, at no expense to the Contracting 36 Agency, remove and replace it with material the Engineer approves. 37 38 When the Engineer believes ground water flow may impair a concrete footing, the 39 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing 40 the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 41 provision shall not apply to the building of concrete seals. 42 43 The Contractor may omit forms when the earthen sides of a footing excavation will 44 stand vertically. In this case, the Contractor may excavate to the neat line dimensions of 45 the footing and pour concrete against the undisturbed earth. If the hole is larger than 46 neat line dimensions, the Contractor shall bear the cost of the extra concrete. 47 48 For open temporary cuts, the following requirements shall be met: 49 50 1. No vehicular or construction traffic, or construction surcharge loads will be 51 allowed within a distance of 5 -feet from the top of the cut. 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Exposed soil along the slope shall be protected from surface erosion. 2 3 3. Construction activities shall be scheduled so that the length of time the 4 temporary cut is left open is reduced to the extent practical. 5 6 4. Surface water shall be diverted away from the excavation. 7 8 Submittals and Design Requirements. The Contractor shall submit working drawings 9 and calculations showing the geometry and construction sequencing of the proposed 10 excavation slopes. The Contractor shall not begin excavation operations until receiving 11 the Engineer's approval of the excavation submittal. 12 13 The excavation stability design shall be conducted in accordance with the WSDOT 14 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 15 designed for site specific conditions which shall be shown and described in the working 16 drawings. Examples of such items that shall be shown on the excavation submittal and 17 supported by calculations include, but are not limited to, the following: 18 19 1. Excavation geometry and controlling cross sections showing adjacent existing 20 foundations, utilities, site constraints, and any surcharge loading conditions 21 that could affect the stability of the slope; 22 23 2. A summary clearly describing subsurface soil and groundwater conditions, 24 sequencing considerations, and governing assumptions; 25 26 3. Any supplemental subsurface explorations made to meet the requirements for 27 geotechnical design of excavation slopes, in accordance with the WSDOT 28 Geotechnical Design Manual; 29 30 4. Supporting geotechnical calculations used to design the excavation, the soil 31 and material properties selected for design, and the justification for the 32 selection for those properties, in accordance with the WSDOT Geotechnical 33 Design Manual; 34 35 5. Safety factors, or Toad and resistance factors used, and justification for their 36 selection, in accordance with the WSDOT Geotechnical Design Manual, and 37 referenced AASHTO design manuals; 38 39 6. Location and weight of construction equipment adjacent to the excavation top, 40 and location of adjacent traffic; and, 41 42 7. A monitoring plan to evaluate the excavation performance throughout its 43 design life. 44 45 2-09.3(3)0 Shoring and Cofferdams 46 Paragraphs one through seven are revised to read: 47 48 Definitions. Structural shoring is defined as a shoring system that is installed prior to 49 excavation. Structural shoring shall provide lateral support of soils and limit lateral 50 movement of soils supporting structures, roadways, utilities, railroads, etc., such that 51 these items are not damaged as a result of the lateral movement of the supporting 52 soils. 1 2 Structural shoring systems includes driven cantilever sheet piles, sheet piles with 3 tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, 4 cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple 5 tier tieback systems. 6 7 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed 8 after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of 9 a pre-excavated slope, are not allowed as structural shoring. 10 11 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 12 dewatering operation, that surrounds the excavated area of a structure. The Contractor 13 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is 14 under water or affected by ground water. 15 16 Submittals and Design Requirements. The Contractor shall submit working drawings 17 and calculations showing the proposed methods and construction details of structural 18 shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The 19 Contractor shall not begin construction of structural shoring or cofferdams, nor begin 20 excavation operations, until approval of the structural shoring submittal has been given 21 by the Project Engineer. 22 23 Structural shoring and cofferdams shall be designed for conditions stated in this Section 24 using methods shown in Division 1 Section 5 of the AASHTO Standard Specifications for 25 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 26 AASHTO LRFD Bridge Design Specifications, Third Edition, 2004 and current interims 27 for load and resistance factor design. The USS Steel Sheet Piling Design Manuals, 28 published by United States Steel, may be used for shoring walls that do not support 29 other structures and that are 15 feet in height or less. Allowable stresses for materials 30 shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring 31 design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46- 32 03). In the case of conflict or discrepancy between manuals, the Geotechnical Design 33 Manual shall govern. 34 35 For open temporary cuts associated with a shoring system, the requirements for open 36 temporary cuts specified in Section 2-09.3(3)B shall be met. 37 38 The structural shoring system shall be designed for site specific conditions which shall 39 be shown and described in the working drawings. The structural shoring system design 40 shall include the design of the slopes for stability above and below the shoring system. 41 Except as otherwise noted, the design height of all structural shoring in design 42 calculations and working drawings shall be for the depth of excavation as required by 43 the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If 44 the Contractor provides written documentation to the satisfaction of the Engineer that 45 the soil conditions at the site are not likely to require overexcavation, the Engineer may 46 waive the requirement for two feet of overexcavation design height. 47 48 Examples of such items that shall be shown on the structural shoring submittal and 49 supported by calculations include, but are not limited to, the following: 50 51 1. Heights; soil slopes; soil benches; and controlling cross sections showing 52 adjacent existing foundations, utilities, site constraints, and any surcharge 1 loading conditions that could affect the stability of the shoring system, 2 including any slopes above or below the shoring. 3 4 2. A summary clearly describing performance objectives, subsurface soil and 5 groundwater conditions, sequencing considerations, and governing 6 assumptions. 7 8 3. Any supplemental subsurface explorations made to meet the requirements for 9 geotechnical design of excavation slopes, shoring walls, and other means of 10 ground support, in accordance with the WSDOT Geotechnical Design Manual. 11 12 4. Supporting geotechnical calculations used to design the shoring system, 13 including the stability evaluation of the shoring system in its completed form as 14 well as intermediate shoring system construction stages, the soil and material 15 properties selected for design, and the justification for the selection for those 16 properties, in accordance with the WSDOT Geotechnical Design Manual. 17 18 5. Safety factors, or Toad and resistance factors used, and justification for their 19 selection. 20 21 6. Location and weight of construction equipment adjacent to the excavation; 22 location of adjacent traffic; and structural shoring system material properties, 23 spacing, size, connection details, weld sizes, and embedment depths. 24 25 7. Structural shoring installation and construction sequence, procedure, length of 26 time for procedure and time between operations; proof load testing procedure 27 if any; deadman anchor design and geometry; no load zones; grouting 28 material and strengths; and a list of all assumptions. 29 30 8. Methods and materials to be used to fill voids behind lagging, when soldier 31 piles with lagging are used as structural shoring. 32 33 9. A monitoring/testing plan to evaluate the performance of the 34 excavation/shoring system throughout its design life, and 35 36 10. An estimate of expected displacements or vibrations, threshold limits that 37 would trigger remedial actions, and a list of potential remedial actions should 38 thresholds be exceeded. Thresholds shall be established to prevent damage 39 to adjacent facilities, as well as degradation of the soil properties due to 40 deformation. 1 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 2 August 7, 2006 3 3-01.4(1) Acquisition and Development 4 The first paragraph is revised to read: 5 6 If, under the terms of the Contract, the Contractor is required to provide a source of 7 materials, or if the Contractor elects to use materials from sources other than those 8 provided by the Contracting Agency, the Contractor shall, at no expense to the 9 Contracting Agency, make all necessary arrangements for obtaining the material and 10 shall ensure the quantity of suitable material is available. Preliminary samples shall be 11 taken by or in the presence of the Engineer or a designated representative unless the 12 Engineer permits otherwise. Approval of the source does not relieve the Contractor 13 from meeting these specification requirements, nor does it guarantee that the material 14 will meet these requirements without additional or proper processing. The Engineer 15 may require additional preliminary samples at any time. 1 SECTION 5-04, HOT MIX ASPHALT 2 April 2, 2007 3 5-04.3(1) HMA Mixing Plant 4 The first paragraph is supplemented with the following: 5 6 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the 7 following methods: 8 9 a. A mechanical sampling device attached to the HMA plant. 10 b. Platforms or devices to enable sampling from the hauling vehicle without 11 entering the hauling vehicle. 12 13 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 14 Item 3 in this section is revised to read: 15 16 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor 17 when ordered by the Engineer. The Contractor shall sample the HMA mixture in 18 the presence of the Engineer and in accordance with WSDOT FOP for 19 WAQTC/AASHTO T 168. 20 21 5-04.3(10)B Control 22 The second paragraph in item 3. is revised to read: 23 24 For compaction Tots falling below a 1.00 pay factor and thus subject to price reduction or 25 rejection, the Contractor may request that cores be used for acceptance of HMA 26 compaction. When cores are taken by the Contracting Agency at the request of the 27 Contractor, they shall be requested by noon of the next workday after receiving the test 28 results. The cores will be taken at approximately the same locations as the nuclear 29 density gauge tests in the compaction lot being challenged. When the CPF for the lot 30 based on the results of the HMA cores is less than 1.00, the cost for the coring will be 31 deducted from any monies due or that may become due the Contractor under the 32 contract at the rate of $125 per core. 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 2 December 4, 2006 3 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 4 The first paragraph is supplemented with the following: 5 6 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 7 pavement surface at the rate ordered by the Engineer. 8 9 8-04.4 Measurement 10 The first paragraph is revised to read: 11 12 All curbs, gutters, and spillways will be measured by the linear foot along the line and 13 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 14 cement concrete curb and cement concrete curb and gutter, when constructed across 15 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 3 8-06.2 Materials 4 The second paragraph is deleted. 5 6 8-06.3 Construction Requirements 7 The following new paragraph is inserted in front of existing paragraph one. 8 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement 11 Concrete Pavement conforming to the requirements of Section 5-05. 1 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 3 8-14.2 Materials 4 The second paragraph is deleted. 5 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type ", per each, the second 14 sentence is revised to read: 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades 18 shown, and shall include all costs thereof in the unit contract price per square yard for 19 "Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or "Cement Conc. Sidewalk Ramp Type ". 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read: 5 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the material 8 will be considered as failing to meet the minimum specified sand equivalent. 1 SECTION 9-01, PORTLAND CEMENT 2 April 2, 2007 3 9-01.2(1) Portland Cement 4 The second sentence in the first paragraph is revised to read: 5 6 The total amount of processing additions used shall not exceed 1% of the weight of 7 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long 8 as it complies with the requirements of ASTM C-465. 9 10 9-01.2(4) Blended Hydraulic Cement 11 The first paragraph is revised to read: 12 13 Blended hydraulic cement shall be either Type IP (MS), Type 1 (SM) (MS) or Type I (PM) 14 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not 15 exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 16 content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated 17 as 2.650A1203 minus 1.692Fe203, and meet the following additional requirements: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-02, BITUMINOUS MATERIALS 2 January 3, 2006 3 9-02.1(4) Asphalt Binders 4 This section including title is revised to read: 5 6 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 7 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in 8 the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO 9 T 314) of M 320 is not a specification requirement. 10 11 9-02.1(4)A Performance Graded Asphalt Binder 12 This section including title is revised to read: 13 14 9-02.1(4)A Quality Control Plan 15 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 16 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 17 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 18 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 19 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 20 PGAB meets the specification requirements of the contract. 21 22 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P 23 This section is revised to read: 24 25 26 27 28 The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: AASHTO Test Method Specifications Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @779F T 49 100 250 Torsional Recovery % not e 2 18 --- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 or Toughness/Tenacity in -lbs note 3 50/25 "°`e'Distillation modified to use 300 grams maintained for 20 minutes. note 2The Torsional Recovery test shall be Department of Transportation Test Method test shall come from California Department of emulsion heated to 350°F ± 9°F and conducted according to the California No. 332. The residue material for this of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-03, AGGREGATES 2 April 2, 2007 3 9-03.1(4)A Deleterious Substances 4 5 6 9-03.4(2) Grading and Quality 7 8 9- 9-03.8(2) HMA Test Requirements 10 11 12 13 14 15 The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". In the first paragraph, item 2. and the associated graph are revised to read: 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. ESAL's (millions) # Fractured Faces % Fracture < 10 1 or more 90 > 10 2 or more 90 16 17 9-03.9(3) Crushed Surfacing 18 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 19 20 9-03.20 Test Methods for Aggregates 21 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 22 "AASHTO TP 61". 1 SECTION 9-16, FENCE AND GUARDRAIL 2 April 3, 2006 3 9-16.1(1)A Post Material for Chain Link Fence 4 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM 5 F1043". 6 7 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is 8 revised to "ASTM F1043". 1 SECTION 9-22, Monument Cases 2 August 7, 2006 3 9-22.1 Monument Cases, Covers, and Risers 4 The AASHTO requirement is revised to read "AASHTO M 306". 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 2 April 2, 2007 3 9-23.6 Admixture for Concrete 4 The footnote for Accelerating Admixture is revised to read: 5 6 * Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in 8 accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete 9 Pavement in accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix 10 Designs for Paving. 1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 2 April 3, 2006 3 9-35.2 Construction Signs 4 The first paragraph is supplemented with the following: 5 6 Post mounted Class A construction signs shall conform to the requirements of this 7 section and additionally shall conform to the requirements stated in section 9-28. 8 9 The second paragraph is revised to read: 10 11 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall 12 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 13 14 The first sentence in the fourth paragraph is revised to read: 15 16 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, 17 and any other previously approved sign materials except aluminum is prohibited. Any 18 sign which otherwise meets the requirements of this section and was purchased prior to 19 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall 20 have been fabricated with Type VI reflective sheeting. CITUMITL. ��_.`� DON R ` -amu 12, RO ''''''"---...1 11, keBCI, • I ` 1 RIVER RD '14 RIVER RD R• J Iz z z z MADISON AVE a 5 z JSTm W JST 0 FLETC. 5•a mit(' a a a z ,. W I ST E I ST 4RO CASII.EVA z d - ,_ z o 'a Ur! IN •■■11 ■� ■ ;`i' H , • � FAVE JEROMEAE o JEROME AVE NKS < AVE S'�� z� EN n 1 i z�� DOUCUS n z 1■MI A AVEAYE N w x�-Y AVE z OR �e D DR ` GLACIER WAY DOUGLAS =�� DR RI EY RD RICH Y RO RICH RD■� GARFIELb A W D • UNC, _ 1- z • UPLANDS WAY V _ ON Y< Z — a a << N 24TH AK N 23RD AVE 5".' a AVESOM MEM VII i SZ BITiERR00011110 MEM � .•a- ' a z i z z < < z z z z V z z z z z n z z m z BROWNE SlIMMIME1 AVE AIM AVE life I. CASCADED a '_ ELEA OR :. ELE OR WAST BA GE !T ■. d, PARK LN le ?BAR ST a ,I4 S ` 8 YAKIMA AVE ■■ - J u�,•���� ', . z z z W CHESTN T AVE z qN\\ 1\4?: •gal. W CHESTNUT AVE dillalt • '� a M3ARGAR < < a - a ��� W UlitV o„n \11NP\1`��V1 HOME DR O 1/-V V V ! ,�' y V, GRA AM BEL ST ��®�i�� ; . w in E m m h BELL ,n T < TETE DR 2 V V � �,®�� MEADOW '" - a� SHELTON AVE u, ST 11 V NEB' WEBSTER WE=- BRACKETT AVS N ■■ Ys 3 NEBSTER Y ST. ELMS S ST . �j�T �■■ ARLINGTON TREET gi6T� •IIu,BONNIE AR a E ARUNGT• 5 ARU AR GT ON 5T� ` LDM= RD a ■ ARLNGT� II IN P, a#+ LANE a a s B. IE DO AVE Y S 42ND A' S 41ST A% S 4C Q X z I9� 'F ' in S :W. •T Sf ST �I vi ut ,n co W N08 HILL BLVD l� I 1 N cr.y t I I I I I 1 .V� VICINITY MAP NOT TO SCALE DATUM ELEVATION "R" IN TOP OF FIRE HYDRANT LOCATED AT THE SOUTHEAST CORNER OF W CHESTNUT AND S. 35TH AVENUES, ELEVATION: 1245.16 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES 6, 2008 I /07 CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS CITY PROJECT NO. 1R2181 HLA PROJECT NO. 06104 SEPTEMBER 2007 SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 SHEET 7 SHEET 8 SHEET 9 SHEET 10 SHEET 11 SHEET 12 SHEET 13 SHEET 14 SHEET 15 SHEET 16 SHEET 17 JOB NUMBER: 06104 SHEET INDEX COVER EXISTING SITE DEMOLITION PLAN EXISTING BUILDING ELEVATIONS SITE PIPING PLAN SITE PIPING PROFILES SITE GRADING PLAN NEW BUILDING PLAN AND SECTION NEW BUILDING SECTIONS NEW BUILDING FOUNDATION AND ROOF FRAMING PLAN NEW BUILDING EXTERIOR ELEVATIONS GENERAL DETAILS GENERAL DETAILS STRUCTURAL DETAILS AND NOTES BUILDING DETAILS ELECTRICAL SCHEDULES ELECTRICAL SITE PLAN AND ONE LINE DIAGRAMS ELECTRICAL PLANS, ELEVATIONS AND SCHEDULE DATE. 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY: MTB JLB COVER SHEET 1 OF 17 GENERAL DEMOLITION NOTES ALL DEMOLITION WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL STATE AND LOCAL CODES AND REQUIREMENTS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS INCLUDING, BUT NOT LIMITED TO, HAZARDOUS MATERIALS, DISPOSAL, AND HOURS OF OPERATION. 2. THE CONTRACTOR SHALL OBTAIN WRITTEN PERMISSION FROM ALL UTILITY COMPANIES AFFECTED, PRIOR TO ANY DEMOLITION WORK OR DISCONNECTION OF ANY SERVICES. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND COMPLYING WITH ALL REQUIREMENTS OF THE RESPECTIVE UTILITY COMPANIES. 3. THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING ALL EXISTING UTILITIES WHICH ARE TO REMAIN IN SERVICE, INCLUDING BUT NOT LIMITED TO, ELECTRIC AND IRRIGATION. 4 ANY DAMAGE TO PUBLIC OR PRIVATE UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF DEMOLITION ACITIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. ALL REPAIR COSTS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 5. ALL UTILITIES THAT ARE TO BE VACATED, INCLUDING ELECTRICAL SERVICE CONDUIT AND IRRIGATION PIPES, SHALL BE COMPLETELY REMOVED FOM THE GROUND AND DISPOSED OF OFF SITE, UNLESS OTHERWISE SPECIFIED 6 ANY UNFORSEEN CONDITIONS WHICH MAY BE UNCOVERED DURING DEMOLITION SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. ADDITIONAL EXPENSES INCURRED BY THESE CONDITIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE ADDITIONAL WORK BEING PERFORMED 7 IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO INSPECT THE PROPERTY FOR TYPE AND QUANTITY OF DEMOLITION REQUIRED, PRIOR TO SUBMISSION OF A BID. 8. THE CONTRACTOR SHALL HAVE WATER ON SITE FOR DUST ABATEMENT AT ALL TIMES DURING DEMOLITION ACTIVITIES. 9. THE CONTRACTOR SHALL SECURE THE SITE WITH TEMPORARY PROJECT FENCING AT THE END OF EACH WORKING DAY FOLLOWING THE REMOVAL OF EXISTING FENCING. NOTES 0 N2 0 SEE ELECTRICAL PLAN SHEETS FOR SITE AND PUMP BUILDING ELECTRICAL DEMOLITION PLANS. REMOVE AND DISPOSE OF EXISTING 8" AND 3" UNDERGROUND IRRIGATION PIPE, FITTINGS AND BLOCKING TO NEW PIPE CONNECTION POINT SEE SHEET 4 FOR NEW PIPE LOCATION. REMOVE AND DISPOSE OF EXISTING 6" ABOVE GROUND PIPING AND PIER BLOCKS TO EXISTING W WALNUT GRAVITY PIPE AS REQUIRED FOR INSTALLATION OF NEW 6" PIPING. PROTECT EXISTING RESERVOIR STRUCTURE DURING REMOVAL OF PIPING AND BLOCKING. REMOVE EXISTING IRRIGATION VERTICAL TURBINE AND END SUCTION PUMPS, MOTORS, BOWL ASSEMBLIES AND SUCTION PIPING. SEE NEW PUMP BUILDING LAYOUT FOR INSTALLATION DETAILS OF EXISTING PUMPS. SEE ELECTRICAL DEMOLITION PLANS FOR ELECTRICAL EQUIPMENT AND WIRING DEMOLITION. ALL PUMPS SHALL BE STORED IN A LOCATION SECURED BY THE CONTRACTOR, TO PROTECT THE PUMPS AND MOTORS UNTIL INSTALLATION IN THE NEW PUMP BUILDING. REMOVE AND DISPOSE OF ALL EXISTING PIPE AND FITTINGS IN EXISTING PUMP BUILDING. SALVAGE EXISTING FLOW METER TO THE CITY REMOVE AND DISPOSE OF EXISTING PUMP BUILDING, CONCRETE FLOOR, STEEL PLATFORM AND SCREEN, SEE SHEET 3 FOR EXISTING PUMP BUILDING INTERIOR AND EXTERIOR ELEVATIONS. PROTECT EXISTING RESERVOIR STRUCTURE AT ALL TIMES DURING DEMOLITION OF EXISTING BUILDING. REMOVE AND REINSTALL EXISTING 20—FOOT WIDE ACCESS GATE AT LOCATION SHOWN ON SHEET 4 REMOVE AND DISPOSE OF EXISTING NORTH PROPERTY FENCE AND 12—FOOT WIDE GATES. SEE SHEET 6 FOR FINAL SITE GRADING ELEVATIONS AT EXISTING PUMP BUILDING LOCATION. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE APPROPRIATE DISPOSAL OF ALL DEBRIS. BURNING ON SITE SHALL NOT BE PERMITTED NO DEBRIS, INCLUDING CONCRETE OR ASPHALT, MAY BE PLACED IN ANY FILL AREAS UNLESS APPROVED BY THE ENGINEER. 11 ALL ACCESS TO AND FROM THE PROJECT SITE SHALL BE ALONG THE CANAL RIGHT—OF—WAY FROM S. 39TH AVENUE. NO CONTRACTOR ACCESS WILL BE ALLOWED FROM THE SOUTHWEST PROPERTY GATE. COORDINATE ENTERING AND LEAVING THE CANAL RIGHT—OF—WAY WITH THE CITY OF YAKIMA AND YAKIMA VALLEY CANAL COMPANY 12. A PORTION OF THE PROJECT REQUIRES WORK WITH ASBESTOS CEMENT (A.C.) PIPE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH ALL CODES AND REQUIREMENTS ASSOCIATED WITH HANDLING, REMOVAL, AND DISPOSAL OF MATERIALS CONTAINING ASBESTOS. EXISTING PUMP BUILDING PLAN 0 0 1'-4. 2'-8" 5-4" •. 1257 1255.5 .__ W�*'�E 0 5 10 1256 Rq 1255, 20 IIIMIN MANCERA 181322-42419) PROT APRICOT T C CT EXIST E DURING STRUCTION —xraR—Pr - 30" CONC. IE.1246 65 $11t/11!. .U\40 SIA A ..,,2 I \ 57, IA ay l0 z =1' 6" PVC IE. 1250 42 TOP OF SCREEN ELEV. 1253.75 EDSON 181322-42453 SAUNDERS 181322-42447) GLENN DR. RESERVOIR 338,000 GALLONS LADDER 2" PIPE TO W. CHESTNUT GRAVITY LINE WOOD PLATFORM 2" STEEL IE. 1253.24 • 249.5 TIENKEN 081322-42454) 12505 -- x RESERVOIR SITE PLAN B Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ^Yakima, WA 98902 (509) 966-7000 • FAX (509) 965-3800 E> ES fw. 6, 2008 /07 JOB NUMBER: DATE. 06104 9-26-07 REVISION DATE FILE NAMES. DRAWING. Sheets.dwg PLAN: 06104.DWG DESIGNED BY' ENTERED BY' MTB JLB CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS EXISTING SITE DEMOLITION PLAN SHEET 2 OF 17 EXISTING NORTH ELEVATION 0 1'-4" 2'-8" NOTES N1 SEE ELECTRICAL PLAN SHEETS FOR BUILDING ELECTRICAL DEMOLITION PLAN AND REUSE OF EXISTING ELECTRICAL PANELS. N2 REMOVE AND DISPOSE OF ALL EXISTING PIPE AND FITTINGS. N3 0 N5 N6 REMOVE AND DISPOSE OF ENTIRE EXISTING PUMP BUILDING. REMOVE EXISTING STEEL PLATFORM, RAILING AND SCREEN. REMOVE ALL ANCHOR BOLTS OR FASTENERS IN EXISTING CONCRETE STRUCTURE. PATCH ALL HOLES WITH GROUT, SEE SPECIFICATIONS. REPAIR TOP OF EXISTING CONCRETE WALL WITH SPECIFIED GROUT AS REQUIRED, FOLLOWING DEMOLITION OF EXISTING BUILDING AND PIPING. REMOVE EXISTING IRRIGATION VERTICAL TURBINE AND END SUCTION PUMPS, MOTORS, BOWL ASSEMBLIES AND SUCTION PIPING FOR RE—USE IN NEW PUMP BUILDING. EXISTING SOUTH ELEVATION 0 1'-4" 2'-8" 5.-4" EXISTING EAST ELEVATION 0 1'-4" 2'-8" EXISTING INTERIOR ELEVATION 0 1'-4" 2'-8" 11 1 1 0 n u U L11U 111 11 1111111 1.Il 1 II UL�IILlLIIIIII11UUULIUIIISIU111IUIlLI�UII71I I 1II111111111,,.J111111 �1IIIIUU11111i 1LI U111 ULIll II1111111_1111 11�1�iIL �1�IuIW1U11ii���I�(�� 11111 1IIiLI�l1U��UIIL L��LL Ll 1_11 1111II11U11II1I144UU1111 I ACLU LIIILI i1III i l UIIU IIID UL1jj UIII 11_11'11111_11111111111111111[1�11J111IIi1�jIIUJ�iIU iilUll II I11LUL EXISTING WEST ELEVATION 0 1'-4" 2'-8" EXISTING INTERIOR ELEVATION O 0 1'-4" 2'-8" z Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 c. FAX (509) 965-3800 JOB NUMBER: 06104 DATE. 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY. ENTERED BY MTB JLB EXISTING BUILDING ELEVATIONS SHEET 3 OF 17 GENERAL NOTES 1 SEE ELECTRICAL SITE PLAN FOR NEW ELECTRICAL SERVICE LOCATION. 2. THE CONTRACTOR SHALL PROTECT THE EXISTING RESERVOIR STRUCTURE AT ALL TIMES DURING INSTALLATION OF SITE PIPING. 3. THE LOCATION OF PRIVATE IRRIGATION LINES ON CITY PROPERTY ARE FROM INFORMATION GIVEN BY THE OWNER. THE CONTRACTOR SHALL USE CAUTION WHEN EXCAVATING AROUND PRIVATE IRRIGATION LINES. 4 THE CONTRACTOR SHALL POTHOLE TO LOCATE ALL EXISTING IRRIGATION PIPING WHERE CONNECTIONS TO EXISTING PIPES ARE TO BE MADE. 5. DUCTILE IRON PIPE AND RESTRAINED JOINT FITTINGS MAY BE USED IN LIEU OF HDPE PIPE AT THE CONTRACTORS OPTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE AMOUNT AND LOCATION OF MECHANICAL JOINT FITTINGS REQUIRED TO ACHIEVE VERTICAL AND HORIZONTAL DEFLECTIONS AS SHOWN. NO ADDITIONAL PAYMENT WILL BE MADE FOR USE OF DUCTILE IRON PIPE AND FITTINGS WHERE HDPE IS CALLED OUT 6. ALL 4" AND LARGER SITE PIPING SHALL BE INSTALLED WITH FUSED CONNECTIONS OR RESTRAINED JOINT FITTINGS, GRIPRING, MEGALUG, OR APPROVED EQUAL. 7 DEFLECT PIPING WITHIN THE MANUFACTURER'S RECOMMENDATIONS, AS REQUIRED TO MAINTAIN THE ALIGNMENTS SHOWN. INSTALL FITTINGS AT LOCATIONS WHERE DEFLECTION CANNOT BE ACHEIVED 8. ALL HDPE PIPING SHALL HAVE A MINIMUM OF 2 -FEET OF COVER AT ALL LOCATIONS. 9. SEE SHEET 5 FOR YARD PIPING ELEVATIONS AND VERTICAL ANGLE POINT LOCATIONS. NOTES N1 0 — _ REMOVE EXISTING PUMP BUILDING AND PIPING, SEE SHEETS 2 AND 3 FOR DEMOLITION PLAN. NEW PUMP BUILDING, SEE SHEET 7 FOR PIPING LAYOUT 4 -INCH THICK CONCRETE SIDEWALK AT BUILDING ENTRANCE, EACH SIDE OF THE NEW WET WELL TOP SLAB. RELOCATED 20 -FOOT WIDE ACCESS GATE. NEW 20' WIDE ACCESS GATE, SEE DETAIL 3.2/11 NEW 6' HIGH CHAIN-LINK SECURITY FENCING, SEE DETAIL 3.4/11 CONNECT TO EXISTING CHAINLINK FENCE. BENOIT (181322-42420) EXISTING SHED INSTALL NEW 24" D.I. PIPE FROM NEW PUMP BUILDING TO EXISTING RESERVOIR. CORE DRILL OPENING THROUGH EXISTING RESERVOIR FOR 24" PIPE AND INSTALL. "LINK -SEAL" AROUND PIPE, SEE DETAIL 2.2/11 INSTALL NEW 6" X 3" HDPE TEE, 3" R.W. GATE VALVE WITH VALVE BOX AND APPROXIMATELY 40 L.F OF NEW 3" HDPE PIPE AND FITTINGS TO BELGOLD IRRIGATION SYSTEM. CONNECT TO EXISTING 3" A.C. PIPE WITH TRANSITION COUPLING AND FITTINGS AS REQUIRED INSTALL APPROXIMATELY 40 L.F OF NEW 8" D.I. RESTRAINED JOINT PIPE TO EXISTING GLENN DRIVE IRRIGATION SYSTEM. CONNECT TO EXISTING PIPE PAST EXISTING ELBOW WITH 8" TRANSITION COUPLING. PROTECT EXISTING 6" PRIVATE IRRIGATION LINE ALONG EAST PROPERTY LINE. REMOVE AND REINSTALL EXISTING FENCING AS REQUIRED FOR CONNECTION TO EXISTING GLENN DRIVE IRRIGATION PIPE. INSTALL NEW AIR/VACUUM VALVE AT HIGH POINT OF NEW GLENN DRIVE PIPE, SEE DETAIL 11/11 INSTALL APPROXIMATELY 105 L.F OF NEW 8" HDPE PIPE TO EXISTING W. CHESTNUT IRRIGATION SYSTEM. REMOVE AND DISPOSE OF EXISTING WEST CHESTNUT PRESSURE PIPE, SEE DEMOLITION PLANS FOR ADDITIONAL INFORMATION. CEO . TOP OF MANCERA SCREEN ELEV. 1253.75 (181322-42419) 6" PVC IE. 1250.42 / N END BUI CONSTRUCTION, BEGI PIPING CONST INSTALL APPROXIMATELY 108 L.F OF NEW 8" HDPE PIPE TO EXISTING W YAKIMA IRRIGATION SYSTEM GRAVITY PIPE. INSTALL APPROXIMATELY 105 L.F OF NEW 6" HDPE PIPE TO EXISTING W. WALNUT IRRIGATION SYSTEM. INSTALL NEW 8" RESTRAINED MJ 45' ELBOW INSTALL NEW 8" HDPE 45' ELBOW AND FLANGED CONNECTION TO NEW 8" D.I. PIPE FROM PUMP BUILDING. INSTALL NEW 6" HDPE 45' ELBOW AND FLANGED CONNECTION TO NEW 6" D.I. PIPE FROM PUMP BUILDING. INSTALL NEW 8" FLANGED R.W GATE VALVE AND VALVE BOX AND 8" HDPE 90' ELBOW CONNECT NEW 8" HDPE PIPE TO EXISTING W CHESTNUT VERTICAL 8" CAST IRON PIPE WITH NEW 8" TRANSITION COUPLING. INSTALL NEW 8" FLANGED R.W GATE VALVE AND VALVE BOX AND 8" HDPE 90' ELBOW CONNECT NEW VERTICAL HDPE PIPE TO EXISTING 16" STEEL W YAKIMA GRAVITY PIPE WITH FLANGED TAPPING SLEEVE, ROM AC MODEL FTS420 OR APPROVED EQUAL. VERIFY EXISTING PIPE DIAMETER AND MATERIAL PRIOR TO ORDERING TAPPING SLEEVE. INSTALL NEW 6" FLANGED R.W. GATE VALVE AND VALVE BOX AND 6" HDPE 90' ELBOW CONNECT TO EXISTING W. WALNUT 6" VERTICAL DUCTILE IRON PIPE WITH NEW 6" TRANSITION COUPLING. INSTALL NEW ALUMINUM SLIDE GATE ON INSIDE OF EXISTING CONCRETE RESERVOIR WALL, SEE DETAILS ON SHEET 12. 12 NG SITE UCTION 0 0 x=R 0 411120 AP STA. 10+44 STA. 10+80 AP STA. 10+71.7± iRe 6 PRIVATE IRRIGaAT10N LINaaE r ' z♦ SQ4144. 20' STA. 1+00 STA. 10+00 u \o' Rq r ai 2 V L <0y i1/1o 0 PROTECT EXIST APRICOT TREE DURING CONSTRUCTION \ 0 i los SAUNDERS 081322-4244 N12 _ cr 2+ir0 ar+ a / •N t PRESSORE •_ •` 4ss• G`w {P�\ G?P EXIST LADDER, / TO REMAIN 2" PIPE TO W. CHESTNUT GRAVITY LINE ALNO 0 5 10 20 WOOD PLATFORM, TO REMAIN EXIST STEEL CAT -WALK EXIST LADDER, TO REMAIN AllOONC. ,WF IE. 1246.65 INSTALL NEW GALVANIZED ACCESS PLATFORM AND OUTLET SCREEN WITH ALUMINUM GUARDRAIL, SEE DETAIL 3.4/12. EXISTING PILES OF CRUSHED STONE/LANDSCAPE ROCK AND TOPSOIL, SEE NOTES ON SHEET 6. FENCE, POST, AND GATE LOCATIONS NEAR EXISTING APRICOT TREE AND PRIVATE FENCE WILL BE ESTABLISHED BY THE OWNER IN THE FIELD PRIOR TO INSTALLATION. INSTALL NEW 8" X 6" FLANGED TEE WITH 6" BLIND FLANGE FOR PUMP TESTING. CONNECT TEE TO NORTH SIDE OF NEW 8" GATE VALVE AND ROTATE 6" OUTLET VERTICAL. INSTALL NEW 6" X 6" FLANGED TEE WITH 6" BLIND FLANGE FOR PUMP TESTING. CONNECT TEE TO NORTH SIDE OF NEW 6" GATE VALVE AND ROTATE 6" OUTLET VERTICAL. GLENN DR. RESERVOIR 338,000 GALLONS CITY OF YAKIMA (181322-42513) EDSON 181322-42453) x 2" STEEL IE. 1253.24 RESERVOIR SITE PLAN A . 2 sTi_ x I TIENKEN (181322-42454) xl I e. 0 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •.Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 EXPIRES p.»» 6. 2006 JOB NUMBER: 06104 DATE. 9-26-07 OLE NAMES. DRAWING. Sheets.dwg PLAN: 06104.DWG CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB SITE PIPING PLAN SHEET 4 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1065 PAYMENT LIMIT NEW NEW PUMP BUILDING, 6" W WALNUT PIPE .. 12" FINAL GROUND AT MIN. 1065 IV' 1 z w U < Y } z ' J Q AT E NEW 6' HIGH 0 1065 1060 1055 1050 1060 1060- SEC DUILDING PLA A1/11 -CEN TER -LI EXISTI CENTERLINE - CENTERLINE OF PIPE EXISTING GROUND CENTERL NE OF PIPE410 T VY FENCE 1055 1055 E '1 �E:3i1 e•�p D.� �f m„ - M -T0 - 1050 1050 v7> 0> a } Q -> 1050 �I+off, EXISTING DRIVE 8" GLENN PIPE - II .. - �- z w O W O W O w O • f _ _i - �\ O �Nw +z ~=o H.A.P INSTALL NEW D.I. 45' ELBOW. co OJU N? 1 r H.A.P INSTALL NEW D.I. 45' E lBOW. EXISTING 6" IRRIGATION PRIVATE 1045 1040 t] " WELL, SEE �r'� PLANS I _ "timm"moi„ 1040 1045 1040 STA. 1+32 BEGIN SIT PIPING INSTALL NEW FLANGE CONNECTION TO HDPi E'IIPE_ NEW HDPE IRRIGATION PIPE, M N. 2' OF COVER 1045 NEW WET BUILDING WELL, SEE �"..-'LJ PLANS :a EXISTING VERTICAL �� EXISTING VERTICAL 8 `C.1 -PIPE U EX STING 16" STEEL PIPE d , i •„ D.I. NEW 8" HDPE PIPE TAPPING SLEEVE PIPE AND 1040 1+00 1+50 8" W. CHESTNUT, 8" W YAKIMA & 6" W WALNUT PIPING 1065 PAYMENT LIMIT NEW DING, PUMP BUILDING, 4" 6" W WALNUT PIPE .. 12" MIN MIN. la 1065 IV' MIN FINAL GROLND N €LOF--PIP AT E NEW 6' HIGH 0 1060 1060- SE E-BUICDTtTG-PL:NS , -CEN TER -LI EXISTI CENTERLINE GROUND INE OF PIPE AT 1 II I CHAIN-LINK PROPER CONNECT VY FENCE 1055 E '1 �E:3i1 e•�p 1055_ -T0 1050 1050 - Pial �I+off, EXISTING DRIVE 8" GLENN PIPE • f O �Nw +z ~=o H.A.P INSTALL NEW D.I. 45' ELBOW. co OJU N? / w a > a +mow Oz (n=0 H.A.P INSTALL NEW D.I. 45' E lBOW. EXISTING 6" IRRIGATION PRIVATE 1045 1040 1045 NEW WET BUILDING WELL, SEE �r'� PLANS I � 1040 10+00 10+50 8" GLENN DRIVE PIPING 11+ w a' z1 SEE SURFACE REPAIR DETAIL 2.4/11 % t,` I PAYMENT LIMIT 8„ W CHESTNUT 12" PIPE 4" 8„ W YAKIMA PIPE 4" 6" W WALNUT PIPE .. 12" MIN MIN. la ArRit6„ IV' MIN '9V' �♦ BEDDING O ZONE 0 2" 0 , UNDISTURBED EARTH NOTES. 0 5 10 20 COMPACTED NATIVE BACKFILL, EXCEPT SELECT BACKFILL FULL DEPTH AT LOCATIONS DIRECTED BY THE ENGINEER. BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CRUSHED SURFACING TOP COURSE PER SECTION 9-03.9(3) OF THE STANDARD SPECIFICATIONS. COMPACT BEDDING MATERIAL BETWEEN PIPES BY HAND 1 ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. COMPACT MATERIAL AROUND HDPE PIPE IN STRICT ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS. 3. INSTALL PIPE SPACERS AS NECESSARY TO MAINTAIN HORIZONTAL SEPARATION AS SHOWN TYPICAL TRENCH SECTION FOR MULTIPLE PIPES 0 Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue .Yakima, WA 98902 (509) 966-70004. FAX (509) 965-3800 EXPIRES 6• 2008 JOB NUMBER: 06104 DATE. 9-26-07 FILE NAMES. DRAWING. Sheets.dwg PLAN: 06104.DWG CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB SITE PIPING PROFILES SHEET 5 OF 17 GENERAL NOTES 1 THE INTENT OF THIS GRADING PLAN IS FOR DRAINAGE TO FLOW AWAY FROM THE NEW PUMP BUILDING AND EXISTING RESERVOIR, TO THE SOUTHERN END OF THE SITE, SIMILAR TO EXISTING SITE CONDITIONS. 2. ANY EXCESS EXCAVATED NATIVE MATERIAL THAT IS UNSUITABLE OR IS NOT USED FOR BACKFILL OR SITE GRADING AS SHOWN IN THIS PLAN, SHALL BE HAULED FROM THE SITE TO A LOCATION SECURED BY THE CONTRACTOR. 3. THE FINAL CONTOURS SHOWN ARE FOR FINISHED GRAVEL SURFACING. ADJUSTMENT TO SUBGRADE ELEVATIONS IS THE RESPONSIBILITY OF THE CONTRACTOR. 4 THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING ALL FINAL GRADING QUANTITIES REQUIRED TO BALANCE EXCAVATED MATERIAL. NO ADDITIONAL PAYMENT WILL BE MADE FOR IMPORTING OR EXPORTING EXCESS MATERIAL HAULED TO OR FROM THE SITE. 5. UNLESS OTHERWISE SHOWN, NO SLOPE SHALL EXCEED 3:1 NOTES N1 N2 N3 FILL REMAINING VOID FROM REMOVAL OF EXISTING PUMP BUILDING AND PIPING WITH APPROVED EXCAVATED MATERIAL, AS REQUIRED BLEND NEW CONTOURS INTO EXISTING GROUND, TYPICAL. FINAL GROUND SURFACE SHALL BE 3" OF CRUSHED SURFACING TOP COURSE TO THE LIMITS SHOWN ON THIS PLAN. ADJUST VALVE BOX TO FINAL GRADE. ADJUST AIR VALVE COVER TO FINAL GRADE. EXISTING PILES OF CRUSHED STONE/LANDSCAPE ROCK AND TOPSOIL TO BE REMOVED BY ADJACENT PROPERTY OWNER. IF PILES OF MATERIAL REMAIN THEY SHALL BE SPREAD ON SITE BY THE CONTRACTOR, LEAVING A SMOOTH SITE SURFACE. LEGEND 257— EXISTING CONTOUR - - -•- - FLOW LINE — 1255 FINAL CONTOUR AREA OF NEW CRUSHED AGGREGATE SURFACING (CSTC) 114, N tt� BENOIT 181322-42420) EXISTING SHED • TOP OF MANCERA SCREEN ELEV' 1253.75 (181322-42419) 6" PVC IE. 1250.42 SAUNDERS (181322-42447) ELEV 1251 75 0 5 10 20 r R c.•r,ay!y52 Baa aa— '"'aURFpRESSR \� s2 • I RIGATION U ��• y�rlR a. •—dR'� pRE5U5VfRE.�_\. I•:j s . , i�• , ' j � EXIST LADDER, TO REMAIN 1 1 WOOD PLATFORM, TO REMAIN EXIST STEEL CAT -WALK EXIST LADDER, TO REMAIN GLENN DR. RESERVOIR 338,000 GALLONS TIENKEN 181322-42454) 1252.75 2" STEEL IE. 1253.24 30" CONC. 16.1246 65 CITY OF YAKIMA (181322-42513) STL -1255.5 ROTECT EXIST A"' 0 TREE DURIN STRUCTIO Huibregtse, Louman Associates, Inco CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •:-Yakima, WA 98902 (509) 966 -70004 -FAX (509) 965-3800 EXPtRES p..... 6, 2008 /a7 JOB NUMBER: DATE. 06104 9-26-07 FILE NAMES. DRAWING. Sheets.dwg PLAN: 06104.DWG EDSON (181322-42453) SITE GRADING PLAN O CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY MTB JLB SITE GRADING PLAN SHEET 6 OF 17 T.O. W EL. 1253 MAX. W.S. EL. 1251.5 EX. FLOOR EL. 1244.0 rr 1 'L 1*, LATIrl 2% 2-6 14" N -S EXISTING GROUND FLOOR EL. 1253.7 24" I.E. 1245.7 NOTES N1 N2 N3 INSTALL EXISTING 20 H.P GLENN DRIVE SYSTEM VERTICAL TURBINE PUMP PROVIDE NEW PUMP BASE PLATE, INSTALL PER THE MANUFACTURER'S SPECIFICATIONS. INSTALL EXISTING 30 H.P W. CHESTNUT SYSTEM VERTICAL TURBINE PUMP PROVIDE NEW PUMP BASE PLATE, INSTALL PER THE MANUFACTURER'S SPECIFICATIONS. FUTURE 20 H.P VERTICAL TURBINE PUMP AND PIPING FOR W YAKIMA SYSTEM. INSTALL 2'-0" SQUARE X %" THICK GALVANIZED STEEL PLATE OVER 16" DIAMETER OPENING IN SLAB. ATTACH TO SLAB WITH (4) EACH, " SS EXPANSION ANCHORS. INSTALL EXISTING 15 H.P W WALNUT SYSTEM END SUCTION PUMP CONCRETE HOUSEKEEPING PAD, SEE DETAIL 2.5/13. 8" FLANGE COUPLING ADAPTER. PROVIDE MIN. (2) EA. SHACKLE RODS. 8" FLG. X PE D.I. SPOOL, LENGTH AS REQUIRED 2" AIR AND VACUUM VALVE FOR VERTICAL TURBINE PUMP APCO MODEL 144DAT WITH THROTTLING DEVICE AND OPTIONAL MODEL 50 AIR RELEASE. 8" SWING CHECK VALVE, SEE SPECIFICATIONS. 8" FLG. X FLG. D.I. SPOOL, LENGTH AS REQUIRED 8" R.W. GATE VALVE WITH HANDWHEEL. 8" FLG. 90' ELBOW. 8" RESTRAINED MJ 90' ELBOW. 8" D.I. IRRIGATION PIPING, SEE SITE PIPING PLAN FOR CONTINUATION. 6" D.I. IRRIGATION PIPING, SEE SITE PIPING PLAN FOR CONTINUATION. 12" PUMP BUILDING SECTION O 0 1'-4" 2'-8" 5-4" 30" X 48" ALUMINUM ACCESS DOOR WITH HOLD OPEN ARM AND SPRING ASSIST, HALIDAY PRODUCTS MODEL W1S3048. 24" D.I. PIPE FROM EXISTING RESERVOIR. SEE PIPE PENETRATION DETAILS ON SHEET 13. INSTALL NEW 24" COUPLING BETWEEN PIPE SPOOLS. 6" WIDE CONCRETE BAFFLES, SEE DETAIL 1.5/13. FLG. 90' ELBOW FLG. 90• ELBOW FLG. X FLG. D.I. SPOOL, LENGTH AS REQUIRED CAST IRON FLOOR DRAIN, SEE SHEET 9 FOR ELEVATIONS. 3'-0" WIDE HOLLOW METAL DOOR AND FRAME, SEE HEAD AND JAMB DETAILS ON SHEET 14 ENGINEERED WOOD TRUSSES, SEE SHEET 9 FOR LAYOUT 2 X 6 WOOD FRAMED WALL, TYPICAL. OUTSIDE EDGE OF FOOTING/WET WELL FLOOR BELOW. 8" FLG. X PE SPOOL THROUGH FLOOR. INSTALL BLIND FLANGE ON END OF SPOOL FOR FUTURE PUMP CONNECTION. 4" THICK CONCRETE SIDEWALK WITH THICKENED EDGE, SLOPE AWAY FROM BUILDING AS SHOWN. PROVIDE EXPANSION JOINT AT BUILDING AND WETWELL EDGES. SEE DETAILS ON SHEET 11 (7) EA. MANHOLE SAFETY STEPS IN WET WELL WALL AT 12" O.C. SEE DETAIL 1 4/13. WET WELL TOP SLAB SAG BARS, #5 ® 12" 0 C. EACH WAY SLOPE BARS TO MATCH FLOOR SLOPE TO DRAINS TO MAINTAIN 2" MINIMUM CLEARANCE. FINAL GROUND I FLOOR EL. 1245.2 1-0 #5 BARS © 12" 0 C. EACH WAY AT BOTTOM OF WET WELL TOP SLAB. #5 DOWELS ® 12" O.C. TYPICAL WET WELL FLOOR SLAB REINFORCEMENT, #5 © 12" O.C. EACH WAY, TOP AND BOTTOM. TYPICAL WET WELL WALL REINFORCEMENT, #5 ©12" 0 C. EACH WAY (2) #5 HORIZONTAL TOP PROVIDE OPENING IN SLAB AND EQUIPMENT PAD AS RECOMMENDED BY PUMP MANUFACTURER. CUT EXISTING STEEL SUCTION PIPE AND INSTALL NEW 6" COUPLING. COORDINATE LOCATION OF COUPLING WITH PIPE SUPPORT LOCATION. FRP PANEL WAINSCOTING, SEE SPECIFICATIONS. 1" COMBINATION AIR VALVE, APCO MODEL 143C OR APPROVED EQUAL. INSTALL NEW 3/a" HOSE BIB. COORDINATE FINAL LOCATION WITH OWNER PRIOR TO INSTALLATION. NEW ALUMINUM SLIDE GATE AND ACCESS PLATFORM, SEE DETAIL 3.4/12. 6'-8" 4'-0 VARIES SITE P /////////////////////l e 0 3 -O ® 0 DR. 11� 4110 GLENN SYSTEM CO 0 CHESTNUT I1I.hH I I• "1 PIPING W. SYSTEM W. YAKIMA �r SYSTEM I` L i W. WALNUT SYSTEM i 0 Gibes411) 0 0 0 IL 0 //////l I///Z///Z////Z////////////////// r1 l 6\ 1 •n' JILL J 0 .0 N L BUILDING PIPING PLAN 0 0 1,-4" 2'-8" 5'-4" 0 I 0 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 * FAX (509) 965-3800 EXPIRES A'"' 6, 1008 JOB NUMBER: 06104 DATE. 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CITY .OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB NEW BUILDING PLAN AND SECTION SHEET 7 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES N1 12 T.O.F. EL. 1245.2 j ®® 14"� — ® ® 4'-0" CD • .• I :,r N32 T.O.W. EL. 1261.7 E—W EXISTING GROUND FLOOR EL. 1253.7 8" IE. 1251 0 12"1 PUMP BUILDING SECTION O 7 0 1'-4" 2'-8" 5-4" I• OEM VERTICAL TURBINE PUMP, SEE BUILDING PLAN FOR LOCATION OF PUMPS. CONCRETE HOUSEKEEPING PAD, SEE DETAIL 2.5/13. 8" FLANGE COUPLING ADAPTER. PROVIDE MIN. (2) EA. SHACKLE RODS. 8" FLG. X PE D.I. SPOOL, LENGTH AS REQUIRED 2" AIR AND VACUUM VALVE, SEE SHEET 7 FOR SPECIFIED MODEL. 8" SWING CHECK VALVE. 8" FLG. X FLG. D.I. SPOOL, LENGTH AS REQUIRED 8" R.W GATE VALVE WITH HANDWHEEL. 8" FLG. 90' ELBOW. 8" MJ 90' ELBOW WITH RESTRAINED JOINTS. 8" D.I. IRRIGATION PIPING, SEE SITE PIPING PLAN. ROOF HATCH FOR VERTICAL TURBINE PUMP, SEE DETAIL 2.5/14 CENTER OVER SLAB OPENING. ENGINEERED WOOD TRUSSES, SEE SHEET 9 FOR LAYOUT 24" X 24" INTAKE LOUVER WITH INTEGRATED BACKDRAFT DAMPER, SEE SPECIFICATIONS. 7" FLOOR DRAIN, EXTEND 4" PIPE THROUGH TOP SLAB INTO WET WELL. CONCRETE STEM WALL AND FOOTING, TYPICAL. N18 T.O.F. EL. 1250.7 FINAL GROUND CONCRETE FLOOR/WET WELL TOP SLAB, SEE FOUNDATION PLAN SHEET 9. CONCRETE WET WELL WALL/FLOOR, TYPICAL. CONCRETE BAFFLES, SEE DETAIL 1.5/13. 3'-0" X 7'-0" HOLLOW METAL DOOR, VERIFY OPENING SIZE REQUIRED FOR HOLLOW METAL DOOR FRAME. 18" X 18" EXHAUST LOUVER WITH INTEGRATED BACKDRAFT DAMPER AND 12" EXHAUST FAN. 4" FLG. 90' ELBOW. 4" FLG. X FLG. D.I. SPOOL, LENGTH AS REQUIRED CENTRIFUGAL END SUCTION PUMP AND FOOT VALVE, SEE BUILDING PLAN FOR LOCATION. 4" SWING CHECK VALVE. 4" R.W GATE VALVE WITH HANDWHEEL. 4" X 6" FLG. CONCENTRIC REDUCER. 6" FLG. X PE D.I. SPOOL, LENGTH AS REQUIRED 6" MJ 90' ELBOW WITH RESTRAINED JOINTS. 6" D.I. IRRIGATION PIPING, SEE SITE PIPING PLAN. (7) EA. MANHOLE SAFETY STEP IN WET WELL WALL AT 12" 0.C. SEE DETAIL 1 4/13. 61274.---.... r 411)40 \\ (- -T.O.W. EL. 1261.7 �da. '_ I E—W EXISTING GROUND FLOOR EL. 1253.7 j 6" IE. 1251 0 T.O.F. EL. 1250.7 7— N16 2 X 6 WOOD FRAMED WALL, TYPICAL. 112" N2 i'14" — ® ® _�_ • .• T.O.F. EL. 1245.2 Q EL. 1255.2 11 l 6 PUMP BUILDING SECTION O 0 V-4" 2'-8" WET WELL TOP SLAB SAG BARS, #5 © 12" 0.C. EACH WAY SLOPE BARS TO MATCH FLOOR SLOPE TO DRAINS TO MAINTAIN 2" MINIMUM CLEARANCE. #5 BARS @ 12" 0 C. EACH WAY AT BOTTOM OF WET WELL TOP SLAB. #5 DOWELS © 12" 0.C. TYPICAL WET WELL FLOOR SLAB REINFORCEMENT, #5 ® 12" 0.C. EACH WAY, TOP AND BOTTOM. TYPICAL WET WELL WALL REINFORCEMENT, #5 ©12" 0.C. EACH WAY (2) #5 HORIZONTAL TOP #5 © 12" 0.C. EACH WAY, TYPICAL SLAB REINFORCEMENT GALVANIZED PIPE SUPPORT, TYPICAL. PRESSURE GAUGE AND PRESSURE SWITCH ASSEMBLY, SEE DETAIL 1 4/14 SUCTION SIDE PRESSURE GAUGE, TAP EXISTING STEEL SUCTION PIPING. PROVIDE OPENING IN SLAB AND EQUIPMENT PAD AS RECOMMENDED BY PUMP MANUFACTURER. PROVIDE 10" DIAMETER OPENING IN SLAB, OR AS REQUIRED FOR REMOVAL OF FOOT VALVE. CUT EXISTING STEEL SUCTION PIPE AND INSTALL NEW 6" COUPLING. COORDINATE LOCATION OF COUPLING WITH PIPE SUPPORT LOCATION. MINN — FINAL GROUND INSTALL 5/e" GYPSUM WALL BOARD ON WALLS AND CEILING OF ACCESS HATCH GALLERY, TYPICAL. FRP PANEL WAINSCOTING, SEE SPECIFICATIONS. 1" COMBINATION AIR VALVE, SEE SHEET 7 FOR SPECIFIED MODEL. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000<•FAX (509) 965-3800 1 EXPIRES f,w 6, P006 /O7 JOB NUMBER: DATE. 06104 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY MTB JLB NEW BUILDING SECTIONS SHEET 8 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES N1 6" CONCRETE SLAB ON MINIMUM 6" CSBC. REINFORCE WITH #5 0 12" 0.C. EACH WAY, 2" CLEAR OF TOP OF SLAB. N2 14" THICK CONCRETE SLAB OVER WET WELL WITH #5 © 12" 0.C. EACH WAY TOP AND BOTTOM OF SLAB. SLOPE BARS AT TOP OF SLAB TO MATCH FLOOR SLOPE TO DRAINS, MAINTAIN 2" CLEARANCE. 13 OUTLINE OF 12" THICK WET WELL FLOOR/FOOTING WITH #5 © 12" 0.0 EACH WAY, TOP AND BOTTOM. N4 CONCRETE HOUSEKEEPING PAD WITH HOLE THROUGH PAD AND SLAB. SEE PIPING PLAN FOR LOCATIONS AND SIZE. SEE SHEET 13 FOR TYPICAL REINFORCEMENT AROUND PIPE. N5 N6 N7 N8 N9 FUTURE HOUSEKEEPING PAD LOCATION. SEE PIPING PLAN FOR HOLE SIZE AND COVER REQUIREMENTS. HOLE THROUGH WET WELL SLAB FOR END SUCTION PUMP PIPING. SEE PIPING PLAN FOR LOCATION AND SIZE. SEE DETAILS ON SHEET 13 FOR REINFORCING AROUND OPENING. WET WELL ACCESS COVER CAST INTO TOP SLAB, SEE PIPING PLAN. REINFORCE AROUND FRAME SIMILAR TO DETAIL 2.3/13. 7" DIAMETER FLOOR DRAIN WITH 4" PIPE CONNECTION, ZURN MODEL Z-507 OR APPROVED EQUAL. SET DRAIN 0.1' BELOW NOMINAL FLOOR ELEVATION AND SLOPE FLOORS UNIFORMLY FROM WALLS TO DRAIN. 6" CONCRETE STEM WALL AND FOOTING, SEE DETAIL 1.3/13. JACK TRUSSES AT 24" 0.C. MAXIMUM SPACING. LADDER TRUSS AT 24" 0.C. MAXIMUM SPACING FOR GABLE ROOF OVERHANG. 22" X 30" ATTIC ACCESS OPENING IN CEILING BELOW. 30" X 30" ACCESS HATCH OPENING, SEE DETAIL 2.5/14. CONCRETE HOUSEKEEPING PAD FOR END SUCTION PUMP, SEE DETAILS ON SHEET 13 FOR TYPICAL REINFORCEMENT GIRDER TRUSS ON BOTH SIDES OF ACCESS HATCH GALLERY, TYPICAL. GABLE END STUD FRAMING BELOW, TYPICAL. OUTLINE OF WALLS BELOW. SEE GENERAL STRUCTURAL NOTES ON DETAIL 3.1/13 FOR DESIGN LOADS, WOOD FRAMING AND NAILING REQUIREMENTS. 0 0) F 18'-0" 4'-10" 4'-10" 0 0 HH T O. SLAB EL. 1253.7 T.O. WALL EL. 1252.53 T.O. DRAIN EL. 1253.6 T O. SLAB EL. 1253.7 T.O. DRAIN EL. 1253.6 T.O. FTG. EL. 1250.7 71-1 co T O. 14" SLAB OVER WET WELL EL. 1253.7 I— I— T.O. FTG EL. 1250.7 Ir I� I II I T 0. WET WELL SLAB/FTG. EL. 1245.2 FOUNDATION PLAN O 0 1'-4" 2'-8" MEN T.0. WALL 1253.7 W E N L - u io -J ". - - J I 0 Ir 1 I I I I I I I 41110 I I I I I I II I 1 I I I I I I I I I I 1 0 w o N10 E 0 I I I I I I Aik i 4110 I I I I I I I I E \ I i I �x Li - J I I I I 0 I I I I I I N ROOF FRAMING PLAN O 0 1•-4" 2'-8" NINON Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4 -Yakima, WA 98902 (509) 966-7000 r• FAX (509) 965-3800 E,P80E0 6, 2008 /07 JOB NUMBER: DATE. 06104 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REV EMS' ON DATE DESIGNED BY ENTERED BY: MTB JLB NEW BUILDING FOUNDATION AND ROOF FRAMING PLAN SHEET 9 OF 17 NOTES FLOOR EL. 1253.7/ NORTH EXTERIOR ELEVATION 0 1'-4" 2'-8" 5-4" PREFINISHED METAL ROOFING CONTINUOUS RIDGE VENT ROOF HATCH FOR VERTICAL TURBINE PUMP, SEE DETAIL 2.5/14 PREFINISHED METAL FASCIA PREFINISHED VERTICAL METAL SIDING PREFINISHED VENTED SOFFIT PANELS 24" x 24" INTAKE LOUVER, VERIFY OPENING SIZE. 18" x 18" EXHAUST FAN LOUVER, VERIFY OPENING SIZE. PAINTED HOLLOW METAL DOOR AND FRAME EXTERIOR LIGHT, SEE ELECTRICAL PLANS. 30" x 48" ALUMINUM WET WELL ACCESS HATCH CONCRETE STEM WALL AND FOOTING, TYPICAL CONCRETE WET WELL FLOOR AND WALLS, TYPICAL NEW IRRIGATION PIPE, SEE PIPING PLANS. 4" THICK CONCRETE SIDEWALK EXISTING CONCRETE IRRIGATION RESERVOIR N5 FLOOR EL. 1253.7/ SOUTH EXTERIOR ELEVATION 0 1'-4" 2'-8" 5-4" MIN. W.S EL. 1251.5 r� r� r-1 EAST EXTERIOR ELEVATION 0 1'-4" 2'-8" 5'-4" N4 r� WEST EXTERIOR ELEVATION 0 1.-4" 2'-8" 5'-4" v MAX. W.S EL. 1251 5 Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ~Yakima, WA 98902 (509) 966-7000 v FAX (509) 965-3800 JOB NUMBER: DATE. 06104 9-26-07 OLE NAMES. DRAWING. Sheets.dwg PLAN: Pump Bldg.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY JLB NEW BUILDING EXTERIOR ELEVATIONS SHEET 10 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STRAPS 5' LENGTH OF 4" x 4" PRESSURE TREATED POST (PAINTED) Y-180' ELBOW (PAINTED) BEE -HIVE STRAINER 2" C.I. PIPE (PAINTED) N9.M. INSTALL ABOVE GROUND AIR PIPING AND SUPPORT POST AT LOCATION SHOWN ON THE PIPING PLAN 24" MANHOLE FRAME & COVER MARKED "AIR VALVE" IW=�= GROUT_/ (rIR.) 2' LENGTH OF 30" DIAMETER REINFORCED CONCRETE CULVERT PIPE. 4 VAL-MATIC 202C OR APPROVED EQUAL DRAIN ROCK 2" BRASS NIPPLE, TYPICAL 2" BRASS BALI VALVE NEW 8" D.I. IRRIGATION MAIN 8"X6" FLG. TEE WITH 6" BUND FLANGE. PROVIDE 2" THREADED TAP IN CENTER OF 6" BUND FLANGE FOR AIR VALVE. 1OCOMBINATION AIR VALVE ASSEMBLY ' NOT TO SCALE A FOOTING WALL PIPE ABOVE FOOTING SLEEVE NO PIPE SHALL PASS THROUGH FOOTING 9" MIN. PIPE BELOW FOOTING ►A ELEVATION -III -III �IIIIII -III= PIPING WITHIN 3'-0" 1 1=11 1 OF FOOTING SHALL BE —111_ ENCASED IN LEAN I l =1I 1 CONCRETE FILL . 1-111111111=111=111 1—I 11— 11E-111— 7111 -9E -=7B.1— OPEN OR BACK FILL PIPE TRENCH PARALLEL TO FTG PROVIDE METAL SLEEVE WITH I.D. Y> 0.0. OF PIPE WALL FOOTING NO DIGGING OR TRENCHING FOR PARALLEL PIPE WITHIN THIS AREA TYPICAL PIPE ENCASEMENT OUNDER FOOTING/THROUGH STEM WALL 1'2 NOT TO SCALE II I1— — — — SECTION A -A PLACE LEAN CONCRETE FILL AROUND SLEEVE BEFORE POURING FOOTING FILL SHALL BE SAME WIDTH AS FOOTING CAST IRON U0 6" MIN. LOWER SECTION, OLYMPIC FOUNDRY NO. 461, 15 -INCHES HIGH, OR APPROVED EQUAL 6° THICK CLASS 3000 CEMENT CONCRETE UPPER SECTION SLIDING TYPE C.I. VALVE BOX, OLYMPIC FOUNDRY NO. 461, 10 -INCHES HIGH, OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION �— REQUIRED FOR BUTTERFLY VVE WII.WI*I NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) OR APPROVED EQUAL OWATER VALVE BOX - NOT IN PAVEMENT 1'4 NOT TO SCALE THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. CONCRETE 2" COMPACTED DEPTH CSTC NOTFS 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS. "V" GROOVES. AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. Sff 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. CONC. SLAB JOINTING NOT TO SCALE CONSTRUCTION JOINT 4" THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED BY THE ENGINEER 6" THICK CONCRETE SLAB SECTION AT DRIVEWAYS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. CONC. SLAB SECTIONS NOT 0 SCALE OG SIDEWALK JOINTING DETAIL NOT TO SCALE 6 VARIES SEE PIAN FINISHED GRADE i(CROUND OR PAVEMENT) \ 'r=111-III=1�r 4" CEMENT CONCRETE 01115100 SURFACING TOP COURSE, 2" COMPACTED DEPTH I=1I r 4" SIDEWALK WITH THICKENED EDGE VARIES, SEE PLAN 3/8" EXPANSION JOINT MATERIAL COMPACTED SUBCRADE NOTE 9DEWAU( 1481 THICKENED EDGE SHALL BE USED AT All LOCATIONS WHERE FINISHED GRADE IS BELOW TOP OF 9DEWAIX. FINISHED GRADE (GROUND OR PAVEMENT) 11 -III MILI'' 4" CEMENT CONCRETE CRUSHED SURFACING TOP COURSE 2" COMPACTED DEPTH COMPACTED SUBORADE 4" SIDEWALK MATCHING FINISHED GRADE 2'O SIDEWALK DETAILS AT STRUCTURE 1 NOT TO SCALE NOTES N1 N2 N3 NS N6 EXIST. CONC. WALL NEW PIPE. 24 -INCH DIAMETER CORE DRILL EXISTING CONCRETE WALL. VERIFY HOLE DIAMETER REQUIRED PRIOR TO CUTTING. INSTALL "UNK-SEAL" MODEL LS -475-C-31. PER MFG RECOMMENDATIONS INSTALL FOAM BACKER ROD. GROUT REMAINING PENETRATION AROUND PIPE, WITH NON -SHRINK GROUT. ALUMINUM SUITE GATE WITH FULL SEAL, SEE OTHER DETAILS. PIPE PENETRATION THROUGH OEXISTING CONCRETE RESERVOIR 2.2 NOT TO SCALE SEE SURFACE REPAIR DETAIL UNDISTURBED EARTH NOTES: COMPACTED NATIVE BACKFILL, EXCEPT SELECT BACKFILL FULL DEPTH AT LOCATIONS DIRECTED BY THE ENGINEER. BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CRUSHED SURFACING TOP COURSE PER SECTION 9-03.9(3) OF THE STANDARD SPECIFICATIONS. 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REOUIRED FOR ALL TRENCHES OTYPICAL TRENCH SECTION 2.3 NOT TO SCALE 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN. IF EXISTING GROUND SURFACE ADJACENT TO TRENCH DOES NOT INCLUDE SILT OVERBURDEN, THEN BACKFILL TO SURFACE WITH NA9VE MATERIAL EXCAVATED FROM TRENCH. ISYMMETRICAL ABOUT C OF PIPE UNSURFACED AREAS NOTES. EXISTING GROUND ALTERNATE BACKSLOPE AT CONTRACTORS OPTION CRAWL REPAIR PAYMENT LIMITS EXCAVATION 1'-L PAYMENT UNE SYMMETRIC L ABOUT C OF PIPE EXISTING GRAVEL SURFACING OEPTN VARIES GRAVEL SURFACING REPAIR 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT UNITS 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. OTRENCH SURFACING REPAIR 2.4 NOT TO SCALE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue <•Yokimo, WA 98902 (509) 966-70004 FAX (509) 965-3800 20-0' (SEE PLAITS) BARBED WIRE Ir PLUNGER PIN I TOP HINGE (160 SWING) .��'.�♦••���♦4•••• = ,• —• ������•�•�•�•ii•�•i*: ���.��������������_ FABRI LINK 4. FABRIC •: �•:i-'..- - -,-; -.- -*1 —�•`��••••i�i�%•*CHAN_ ������������������— �• • 4 1E5018E5 fw.. 6. 2008 I 07 '. BOTTOM HINGE �\ (180 SWING) „/ CONCRETE BASE O3.2 CHAIN LINK GATE - 20 FEET WIDE NOT TO SCALE s\ 2-7/8' DIAMETER END. \OR CORNER POST BRACE POSTS -\ TWISTED AND BARBED SELVAGE SUPPORT- \ / UNE POS ARM PULL POST BRACE POST BARBED 6010 SUPPORT ARM Iw ♦.►.:. • *40- .:.•: SLEEVE$ :• V• -\III►�������������.7..8....,,,3: ♦ �•►���♦ ♦�����• F�'�-�-��'�- STRETCHER BAR �������� ►�• c l0 _CHAIN LINK FABRI ���•���A- •••�����• �•����:: 4 ,g. . -... _ BRACE RAIL ♦�����♦ .♦ TRUSS 100 !ti♦ ►•• ♦1♦••♦•♦ ...•...❖...I III►••••••♦♦•••••1 �1: ��. •L. .� .. /_TEN90N 1MRE --••-••••— ���•„i Q��"4►�4► �..... A: .. /\/\\/�`/\/\\/\/\/ \/\\//:\/��\,/\\, \,\\/j\\/j\\,•„\,. JOB NUMBER: 06104 TWISTED AND BARBED SELVAGE DATE. 9-26-07 CLASS 3000 CONCRETE OCHAIN LINK SECURITY FENCING - TYPE "A" 3 4 NOT TO SCALE FILE NAMES. DRAWING. Sheets.dwg CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY. MTB JLB GENERAL DETAILS SHEET 11 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 536' NOTES (FOR THIS DETAIL) NOTES (FOR THIS DETAIL) 0 4 X 4 % 1/4 % 0'-7 1/2" ANGLE. 4• . NOTES (FOR THIS DETAIL) N1 STEEL FLATBAR 1' X Y" WELD TO CHANNEL X 2" 0 12" PITCH, STAGGERED. N2 WELD FLATBARS AT CORNER WHERE THEY MEET. O SMOOTH. N3 -STRUCTURAL GRATING SUPPORT MEMBER, SEE N4 GRATING, SEE GRATING PLAN. WITH FILLETS EACH SIDE. A" GRIND OUTSIDE FACE DRAWING FOR SIZE. 55' Ya" MAX TYP NOTES (FOR THIS DETAIL) 0 STEEL FLATBAR 1" XX" PLACE AT EDGE OF N2 STEEL ANGLE 2 % 2 % 1/4 CONTINUOUS. HOLD REQUIRED. N3 STRUCTURAL GRATING SUPPORT MEMBER, SEE N4 GRATING, SEE GRATING PLAN. (" TYP SUPPORT MEMBER. SHORT AT ENDS AS DRAWING FOR SIZE. MAX 23§" 174• t)f Nt STEEL CHANNEL C70 % 15.3. 0 STEEL END PLATE, )4" X 5%1'010" N2 STEEL CHANNEL C10 X 15.3. 2" 2" Kr ./ 'i - ® - — ® N3 WW.EE % 6" EXPANSION ANCHORS. '-`�, N4 WELD OUTSIDE OF WEB AND INSIDE OF FLANGES ONLY. ® N3 A5NCHORSS 1/2" EXPANSION N4 1/2'0 MACHINE BOLTS, CENTERED ON ANGLE r I�//`� /_ ® _ __ - 011=1 _ IDI 1111, ' OA ,\ / I0 / , - IC'� I'I „ ` -� =' 01 1/8. 12012 1 / i„�'�� 3/161 - 'j - -. 11111111. ® NOTE: SUPPORTS SHOWN ASSUME 100 PSF LIVE LOAD AND 5' 0. m NOTE. SUPPORTS SHOWN ASSUME 100 PSF UVE LOAD AND 5' TRIBUTARY TRIBUTARY LOAD TO SUPPORT. IF LOADS OR TRIBUTARY ARE MORE, SPECIAL CALCULATIONS ARE REQUIRED WITH SHOP DRAWINGS. I 1 I 0 I r ��'�'�� TRIBUTARY LOAD TO 1/8" "2012 SUPPORT. IF LOADS OR TRIBUTARY ARE MORE, SPECIAL CALCULATIONS ARE REQUIRED WITH SHOP DRAWINGS. ( ,-, / �' ® ® ® TYPICAL GRATING SUPPORT END DETAIL AT SLIDE GATE C10 X 15.3 TO WALL CONNECTION ® CONCRETE GRATING SUPPORT DETAIL, TYPE A GRATING SUPPORT DETAIL, TYPE B 1°3 NOT TO SCALE 1'4 NOT TO SCALE O 1'S NOT TO SCALE O�T1 1'G NOT TO SCALE NOTES (FOR N1 SIZCOORDINATE E. 0 TOP/FACE N3 STEEL N4 TYPICAL SEE THIS DETAIL) NS MITER CORNERS AND WELD FULL DEPTH. DIMENSION WITH GATE CONNECTION TO CONCRETE WALL SEE N6 DETAIL 1.2 THIS SHEET. PROVIDE 36"0 THRU BOLTS WITH GALVANIZED STEEL OF CONCRETE WALL. BACK UP PLATE IN LIEU OF EXPANSION ANCHORS. BACK UP PLATE TO MATCH CHANNEL C10 X 15.3. SIZE OF SUPPORT END PLATE. CRATING SUPPORT TYPE A, N7 FIBERGLASS GRATING, TYPICAL DETAIL 1.4 THIS SHEET. NB HOTP GALVANIZE ENTIRE ASSEMBLY NOTES N1 N2 (FOR THIS DETAIL) STEEL CHANNELS ARE SHOWN VIEW WITH TOP FLANGE REMOVED, CLARITY WHERE POSSIBLE. MITER AND CORNER CORER CONNECTION.GRINDRI FABRICATION. IN PLAN FOR WELD SMOOTH. N3 WHERE NECESSARY, WITH LENGTH CHANNEL. N4 (2) 15"0 EN EACH EACH BOLTED CONNECTION I5 USE ANGLE 4 X 4 X Y OF 8" FOR C10 HOT DIP GALVANIZED BOLTS EEG OF ANGLE. 1' FROM EDGE OF ANGLE. 0 IN NOTES (FOR THIS DETAIL) N7 C10 X 15.3 STEEL CHANNEL, TOP N4 (2) Y5” X 6" EXPANSION ANCHORS FLANGE SHOWN REMOVED. OR ANCHOR BOLTS N2 HSS TUBE STEEL 3 X 3 X Y COLUMN. NS 3y" STEEL PLATE AT TOP WITH 35" BOLTS. N3 55" STEEL PLATE. 3Yz" NOTES (FOR THIS DETAIL) N1 FLANGE 15.3STEEL REMOVED. TOP AT N4 (2) ANCHORC CORNER, WELD, AND GRIND SMOOTH NS 36' STEEL N2 HSS TUBE STEEL 3 X 3 % Y BOLTS. COLUMN. N3 3§" STEEL PLATE. , EXBOPANSION ANCHORS PLATE AT TOP VATH 3i" 155" f FABRICATION. 3/16 " CD 0 a 0 N1 ® U CO ® -_ r 'II �= 0 0 _ _ IA0 ll r O®3/16r III O ® 1 AII i imp.. is" TYPICAL CHANNEL CORNER CONNECTION DETAILO PLAN VIEW 314 AT BOTTOM PLAN VIEW AT TOP PLAN VIEW AT BOTTOM PLAN VIEW AT TOP :m PLAN ® SECTION TYPICAL CHANNEL STEEL CONNECTION COLUMN TO DETAIL TYPICAL STEEL COLUMN TO CHANNEL CONNECTION DETAILO SUPPORT AT SLIDE GATE 2'3 NOT TO SCALE 2'4 NOT TO SCALE 2'S NOT TO SCALE OGRATING Z.Z NOT TO SCALE NOTES (FOR 015 DETAIL) GENERAL GUARDRAIL NOTES 0 GUARDRAIL FROM 114" ALUMINUM TUBING (1.90" 0.D.). 1. ALL HANDRAILS, GUARDRAILS AND POSTS ARE TO BE 0 4" KICK PLATE 0,1TH CLAMPING ASSEMBLY. EXTRUDED 2. GUARDRAILS REQUIRED BY THE INTERNATIONAL BUILDING STIFFENED SHAPE OR REINFORCED TO MAINTAIN TO BE PROVIDED AND INSTALLED, WHETHER SHOWN STRAIGHT UNE. 3. PROVIDE SLIP JOINTS IN RAILINGS AT INTERVALS NOT N3 FINISHED FLOOR OR WALKING SURFACE. 4. BENDS AND CORNERS IN RAIUNGS ARE TO BE BENT N4 ALUMINUM SIDE MOUNT FLANGE W1TH SET SCREWS, TYPICAL. 5. RAILS ARE TO BE FREE FROM SHARP CORNERS OR SMOOTH. RIVETS SHALL NOT HAVE ANY PROTRUDING NS 46" MACHINE BOLTS AT METAL, 3e" X 5" EXPANSION r l OR EPDXY GROUTED ANCHORS AT CONCRETE. (4) '(Ly 174" MIN. OPENING ALUMINUM. CODE, OR BY OSHA ARE ON THE DRAVANGS OR NOT. TO EXCEED 50 FEET. ON A CURVE. NOT MITERED. BURRS GRIND ALL WELDS SHARP EDGES. NOTES (FOR THIS DETAIL) 0 2 X 2 X Ya ANGLE X -BRACE, WELDED OR 1'-0" RAIL BOLTED TO 45" STEEL GUSSET PLATE ON 0 24" PVC PIPE FROM NEW PUMP BUILDING. COLUMNS. 0 EXISTING CONCRETE RESERVOIR WALL. NB 3 X 3 X Y ANGLE SCREEN SUPPORT, FASTEN TO EXISTING WALL WITH 45" ANCHOR BOLTS EXTENSION 4 0 CO 0 CD � N3 1-155 TUBE STEEL 3 % 3 X Y GALVANIZED AT 12" O.C. MAX. SPACING. ■ O■:_1I STEEL COLUMNS, (3) PLACES, SEE TOP OF GATE rr� ll '0.1.1-11 CONNECTION DETAILS 2.4/12 AND 2.5/12. N9 S2 0 2 5 3',/ ANGLE, MID HEIGHT SCREEN UPPORT. FASTEN TO EXISTING CONCRETE 0 11 _ I p— II IIIIIIIIIIIIII,II� T� I■II�.'I N4 ALUMINUM GUARDRAIL, SEE DETAIL 3.2/12. WALL/STEEL COLUMNS SIMILAR TO DETAIL 1 I, IIIIIIIIII,IRA MIN 1 1.3/12. NS C10 % 15.3 CHANNEL FRAME, SEE DETAIL 2.3/12. CONNECT FRAME TO EXISTING CD 2 X 2 X Y ANGLE SCREEN SUPPORT, FASTEN ��_._--,I . . I�=1' 11 CONCRETE PROVIDE CONNECTION N6 C10 SLIDE 0 ���^�I� WALL 36"0 BACK UP PLATE X 153 CHANNEL GATE, SEE ® SIMILAR THRU BOLTS PLATE, SHOWN DETAIL III TO DETAIL WITH GALVANIZED MATCH SIZE IN DETAIL. GRATING SUPPORT 2.2/12. 1.3/12. TO CONCRETE RESERVOIR FLOOR WITH A" ® WEDGE ANCHORS, 12" O.C. MAX. SPACING OF 3 MESH STAINLESS STEEL WIRE CLOTH, WITHPOSTS MINIMUM 14 GA. WIRE DIAMETER FASTEN TO AT GALVANZIEO FRAME WITH SS FASTENERS A5 REQUIRED. PROVIDE ADDITIONAL SUPPORTS FOR WARE MESH AS REQUIRED FOR NO SAG IN 0 WIRE MESH SCREEN. 0 ALUMINUM SLIDE GATE WITH HAND WHEEL, SEE DETAIL 2.2/11 FOR CONNECTION TO EXISTING RESERVOIR AT PIPE PENETRATION. PROVIDE THRU BOLTS AND BACK UP PLATE �'Iji—tI � 1 ----mi 4 \I lAt, ® 0 ® aI�"• 1- . 11t0- I MIAN6 1111 V • EACH MOUNTING BRACKET. - m POSTIDE ALUMINUM END CAP AT BOTTOM OF RAIL 'LSTEEL c, 3" MAX. OPENING 0 N7 MAXIMUM SPACING 5'-0' BETWEEN VERTICAL '°° SUPPORTS. 111— — 1r — -Ih ■ 41 N8 EDGE OF WALL. RAIL OR EQUIPMENT. I III II II O III II II I II II if --. --- __ -- In ^ III 11 0 III II 11 I IC - = _ tI ® N ����!c=--: AT TOP OF RESERVOIR WALL. bI a CD I—' I ®II 0 FIBERGLASS GRATING. PROVIDE HOLD DOWN 0 CD ® C CLAMPS AT GRATING SUPPORT MEMBERS. CD 0 ® 41) TOP OF CONCRETE WALL/GRATING, TYPICAL. SECTION SECTION iln U 1111 ® iliP„ 0 0 NZ 11111 NE3X1" CD ® INTERMEDIATE GRATING SUPPORT, TYPE B. 8'-0" ATTACHED TO CHANNEL SIMILAR TO DETAIL 0 I 1 I® GUARDRAIL ELEVATION 1.3/12. NOTE: HOT DIP GALVANIZE ALL ACCESS PLATFORM MEMBERS AFTER FABRICATION. PLAN O ACCESS PLATFORM AND SCREEN DETAIL 3'4 OTYPICAL `�'2 NOT TO SCALE NOT TO SCALE � Huibregtse, Louman Associates, Inc.* L T g `G�,Po 11'A iV � 4, (, -'� ' �,,� '.:::E '.:C31: .7:( ��o , - i S/O� ErV�WAV07 JOB NUMBER: 06104 DATE. 9-26-07 CITY_ OF YA K GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS I M A SHEET 2 OF 17 FILE NAMES. DRAWING. Sheets.dwg - - CIVIL ENGINEERING • LAND SURVEYING • PLANNING J. 801 North 39th Avenue t•Yokimo, WA 98902 DESIGNED BY - Y MTB ENTERED BY- JO GENERAL DETAILS (509) 966-7000 a FAX (509) 965-3800 REVISION DATE . IEXPIRES f"+.. 6, 8008 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GFNFRAI MASONRY NOTES 13' CC NOTES QR" TF REINFORCE EACH EXTEND AND #5 BAFFLE WALL, Q CON TRACTOR TO COORDINATE BAFFLE WALL WITH WITH #5 0 12" O.C. INSTALLATION WITH WET WELL CONSTRUCTION. WAY, CENTERED IN BAFFLE. BARS INTO WET WELL WALL ©CONCRETE WET WELL WALL/FLOOR, TYP FLOOR, MIN. 6" EMBED. OCONCRETE SLAB ON GRADE. SEE PLANS FOR THICKNESS AND REINFORCING. O R10 RIGID INSULATION AT HEATED BUILDINGS. O3 18" WIDE BY 8" THICK CONCRETETOOTING. O(3) #5 CONTINUOUS, 3" CLEAR OF BOTTOM OF FOOTING. Q5 #5 DOWELS AT 12" O.C. 6" MIN. EMBED. ©6" CONCRETE WALL. 14 AIR INFILTRATION QPREFINISHED EDGE. 16 SILL SEAL GASKET. 1©i6" GYPSUM BARRIER. 0 4@ `--I�' BARRIER. METAL WALL BASE TRIM WITH DRIP BOARD OVER VAPOR TI 1 m P m m _ = ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE INTERNATIONAL BUILDING CODE (IBC). THE CONTRACTOR SHALL PROVIDE TEMPORARY BRACING UNTIL ALL STRUCTURAL CONNECTIONS HAVE BEEN COMPLETED. WHERE CONDITIONS ARE NOT SPECIFICALLY INDICATED, BUT ARE OF A SIMILAR CHARACTER TO DETAILS SHOWN. SIMILAR DETAILS OF CONSTRUCTION SHALL BE USED, SUBJECT TO APPROVAL BY THE ENGINEER.• ALL STRUCTURAL SYSTEMS WHICH ARE COMPOSED OF COMPONENTS TO 8E FIELD ERECTED SHALL BE SUPERVISED BY THE SUPPUER DURING MANUFACTURING, DELIVERY, HANDUNG, STORAGE. AND ERECTION. ERECTION SHALL BE IN ACCORDANCE WITH 140 INSTRUCTIONS CONCRETE MASONRY UNITS (CMU) SHALL CONFORM TO ASTM C(90), MEDIUM WEIGHT. GROUT SHALL CONFORM TO ASTM C-476 AND HAVE A MINIMUM 28 -DAY COMPRESSIVE STRENGTH OF 2,000 P51. ALL CELLS CONTAINING REINFORCEMENT OR ANCHOR BOLTS SHALL BE FILLED SOLID WITH GROUT. GROUT SHALL BE VIBRATED WHILE PLACING TO ENSURE THAT CELLS ARE COMPLETELY FILLED PLACE ALL REINFORCEMENT PRIOR TO GROUTING WITH VERTICAL BARS HELD IN PLACE AT THE TOP, BOTTOM AND AT A MAXIMUM OF 200 BAR DIAMETERS ON CENTER. MINIMUM HORIZONTAL REINFORCEMENT IS AS SHOWN ON THE DRAWINGS. ALL UNITS SHALL BE LAID IN RUNNING BOND USING TYPE S MORTAR WITH HEAD JOINTS, CONFORMING TO ASTM C-270. WOOD FRAMING 7 • ° .. 6" PREPARED BY THE SUPPUER.Q'I THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND ELEVATIONS BEFORE PP.00EEDING WITH EACH PHASE OF THE WORK. THE CONTRACTOR SHALL VERIFY ALL MECHANICAL AND ELECTRICAL OPENINGS BEFORE PROCEEDING WITH EACH PHASE OF THE WORK. IMPORTANCE FACTOR (IBC TABLE 1604.5) SAWN LUMBER SHALL CONFORM TO THE WESTERN WOOD PRODUCTS ASSOCIATION GRADING RULES, LATEST EDITION, AND SHALL BE DOUGLAS FIR -LARCH, N0. 2 OR BETTER. ALL WOOD IN CONTACT WITH MASONRY OR CONCRETE SHALL BE PRESSURE TREATED. LUMBER SHALL HAVE A MAXIMUM MOISTURE CONTENT OF 167. ALL JOISTS ARE TO HAVE SOLID 2X NOMINAL BLOCKING AT ALL BEARING WALLS AND OVER BEAMS. 2X12 JOISTS SHALL HAVE SOLID BLOCKING OR X -BRIDGING AT INTERVALS NOT TO EXCEED 8' O.C. 141/4" III la y Iln\/� • . . ,, • ,o O O '� OSTRUCTURAL FILL. 'a'. < . • i••/ �' , f14444,.„ O /% THIS PROJECT IS AN IMPORTANCE CATEGORY 111 SEISMIC FACTOR 1.25 SNOW FACTOR 1.10 WIND FACTOR 1.15 1000101 INSPECTION (IBC SECTION 1704 INCLUDING TABLES) PLYWOOD SHALL BE C -D INTERIOR APA WITH EXTERIOR GLUE, THICKNESS AND STRUCTURAL INDEX AS SHOWN ON THE PLANS. STRUCTURAL ORIENTED STRAND BOARD (OSB) OR WAFERBOARD WITH EQUIVALENT SPAN RATING MAY BE SUBSTITUTED FOR PLYWOOD. THICKNESS SHOWN ON THE PLANS MAY BE REDUCED BY )6x" PROVIDED THE SPAN RATING IS NOT REDUCED. ROOF SHEATHING SHALL BE APA RATED PLYWOOD OR ORIENTED STRAND BOARD (OSB) IN THICKNESS SHOWN ON THE DRAWINGS OR 46" 096" MINIMUM) WITH 'ifs SPAN 08 (2) #5 LONGITUDINAL TOP AND (2) #5 EQUALLY SPACED BELOW. '�j/�j$, I� \ 1/2' GRADE 60 STEEL 13 1/7 .� REINFORCING BAR 9 3 8" SEC110N A -A O6" MIN. CRUSHED SURFACING BELOW SLAB ON GRADE. O 10 2%6 WOOD FRAMED WALL. I)96"0 X 10" ANCHOR BOLTS AT 48" O.C. MAX. SPACING. 0 1©2%6 SILL PLATE. __,_-___0 - -II-III-I iI -III-III - III- -III-_ _ 7111 -__- 1 I- - © .i, 1II 0 4 O © IP1111.10/11.11 © SPECIAL INSPECTION WILL BE PERFORMED ON THIS JOB RE REQUIRED BY THE IBC SECTION ASINTERIOR 1704 AND DURING 1. THE PLACEMENT OF REINFORCEMENT AND CONCRETE (TABLE 17044) 2. FIELD WELDING 3. INSTALLATION OF BOLTS IN CONCRETE OR MASONRY, INCLUDING EMBEDDED ANCHOR BOLTS. EXPANSION ANCHORS ANO EPDXY GROUTED ANCHORS 4. CONSTRUCTION OF MASONRY WALLS; LEVEL 2, PER TABLE 1704.5.3 DESIGN I DADS SNOW LOAD = 30 PSF ROOF DEAD LOAD = ACTUAL WEIGHT OF STRUCTURE SEISMIC DESIGN CATEGORY D WIND 115 MPH, 3 -SEC. GUST, EXPOSURE 'B" SOIL AND FOUNDATION RATING. ROOF SHEATHING SHALL BE NAILED WITH 8d NAILS, 6" O.C. AT EDGES, ANO 12" OC. SUPPORTS. LAY SHEATHING WITH FACE GRAIN PERPENDICULAR TO SUPPORTS CONTINUOUS OVER 2 OR MORE SPANS 8,1TH END JOINTS STAGGERED. ALLOW )6" SPACING AT PANEL ENDS AND EDGES. FOR NAILING NOT SHOWN ON THE DRAWINGS USE UBC NAIUNG SCHEDULE, TABLE 23-11-8-1 & 2, AND OTHER APPLICABLE SECTIONS OF CHAPTER 23. NAILS SHALL NOT BE OVERDRIVEN. MULTIPLE HEADERS AND LEDGERS ARE TO BE NAILED TOGETHER WITH 16d NAILS AT 6" 0.C. STAGGERED (2 NAILS PER FOOT). ALL NAILS CALLED OUT ON THE DRAWINGS ARE TO BE "COMMON" NAILS. EQUIVALENT STAPLES MAY BE SUBSTITUTED FOR PLYWOOD NAIUNG, PROVIDED THE STAPLING IS STRUCTURALLY EQUAL TO THE NAILING CALLED FOR ON THE PLANS. HEADERS SHALL BE AS CALLED OUT ON THE PLANS OR A MINIMUM SIZE FOR BEARING WALLS OF (2) 2%10 OR (1) 4010 AND FOR NON-BEARING WALLS (2) 258 OR (1) 4X8. BEARING STUDS UNDER HEADERS SHALL BE AS CALLED FOR ON THE PLANS WITH MINIMUM OF ONE HEADERS. ���Id�I�I�Pi�!■��� SPECIFICATIONS \� THE POLYPROPYLENE, CONFORMING TO AN ASTM 0-4101 SPECIFICATION, IS INJECTION MOLDED AROUND A 1/2" ASTM A-615 GRADE 60 STEEL REINFORCING BAR. THIS STEP EASILY MEETS THE REQUIREMENTS OF ASTM C-478, e4 t - ' 4 1©PREFINISHED METAL WALL PANEL. • . •• .a, ,� • TOP VIEW MISHIT) 8-199 AND ALL OSHA SPECIFICATIONS. MANHOLE SAFETY STEP .I BAFFLE WALL DETAIL TYPICAL FOUNDATION DETAIL 5 NOT TO SCALE O '� NOT TO SCALE O 1'3 NOT TO SCALE O ALL BACKFILL AND COMPACTION IS TO BE IN ACCORDANCE WITH THE MOST STRINGENT REQUIREMENTS OF THE GEOTECHNICAL INVESTIGATION (IF ANY), THE DRAWINGS, OR THE SPECIFICATIONS. ALL FOOTINGS AND SLABS ARE TO BE OVER -EXCAVATED AT LEAST 6", THE CRUSH SOIL IS TO BE COMPACTEDUEPR TOE TO AND BROUGHT UP TO WITH BEARING STUD AND ONE FULL -HEIGHT STUD AT ALL ALL FRAMING HARDWARE SHALL BE "SIMPSON" OR APPROVED EQUAL FASTEN PER MANUFACTURER'S RECOMMENDATIONS _ " ' I 1' NOTES NOTES WIDTH OF EQUIPMENT MOUNTING RAIL +4", EACH SIDE EQUIPMENT RAIL FOR INFORMATION ONLY COORDINATE WITH MFGS. APPROVED SHOP DRAWINGS. #5 HORIZONTALS O.C., OF TOP ®12" EACH WAY 2"CLR. OF CONCRETE. 1" NON -SHRINK LEVELING GROUT UNDER EQUIPMENT RAIL OR AS REQUIRED BY EQUIPMENT MANUFACTURER. 1 PVC WATERSTOP q Q ®CONCRETE SLAB/FOOTING ®REINFORCING STEEL AS CALLED OUT 05 1 X 2 FORM TO RAISE WATERSTOP ELSEWHERE REMOVE AFTER SLAB POUR. 3 BARS TO EXTEND MINIMUM Q7 CONCRETE WALL/FLOOR Q 2'-6" MIN. ®OPENING TRIM BARS. ALL SIDES OF OPENING AND IN EACH FACE. BARS TO BE 4 DIAGONAL BARS EACH NAME SIZE AS WALL OR SLAB BARS, #5 ALL CORNERS LAP DISTANCE. FACE, #5 X 4'-0' NN CINN DOTBEARING STANDARDD CRUSHED SURFACING BASE COURSE PER SECTION 9-03.9(3) OF THE WSDOT SPECIFICATIONS OR AS DEFINED IN THE SPECIFICATIONS, COMPACTED TO 953 OF MODIFIED PROCTOR. ONCRTF LOAD CRITERIA: 1. cTF TOP CHORD LIVE LOAD = 25 PSF DEAD LOAD = B PSF 03 CONCRETE WALL NOTE: THIS DETAIL IS TO BE APPLIED TO ALL STRUCTURES REQUIRED TO HOLD WATER IN OR OUT. © CONCRETE MATERIALS AND STRENGTHS SHALL BE IN ACCORDANCE WITH THE SPECIFICATIONS, SECTION 03300. PROPORTIONS OF AGGREGATE D CEMENT SHALL AT SUCH AS TO PRODUCE A DENSE, WORKABLE MIX WHICH CAN BE PLACED YA THOUT SEGREGATION OR EXCESS FREE SURFACE WATER. BATCHES WHICH ARE NOT WORKABLE OR OTHERWISE UNACCEPTABLE SHALL BE RETURNED TO THE READY -MIX PLANT CONCRETE SHALL HAVE A MAXIMUM SLUMP OF 4" MIXING, PLACING AND CURING CONCRETE SHALL BE IN ACCORDANCE WITH THE SPECIFICATIONS AND THE ACI WILDING CODE. CONCRETE SHALL BE THOROUGHLY CONSOUDATED WITH VIBRATORS SEE THE SPECIFICATIONS FOR REQUIRED MIX DESIGN AND MAXIMUM AGGREGATE SIZE. NO CHLORIDE CONTAINING SALTS OF ANY KIND ARE TO BE ADDED TO THE CONCRETE. ALL CONCRETE MIX DESIGNS SHALL BE SUBMITTED T0. AND APPROVED BY THE ENGINEER•• TO USE. NO CHANGES OR ADDITIONS TO THE MIX ARE ALLOWED AT THE JOBSITE, EXCEPT WITH THE PERMISSION OF THE ENGINEER. CONTRACTION . IN_154. TOP CHORD BOTTOM CHORD DEAD LOAD = 7 PSF WIND UPLIFT (NET) = 9 PSF WIND UPLIFT (OVERHANG NET 30 PSF 2. PROVIDE CAMBER FOR DEAD LOAD DEFLECTION 3. LIVE LOAD DEFLECTION TO BE LIMITED TO 2Sso MAXIMUM. 4. 08555 SPACING 24 O.C. MAXIMUM. 5. TOP CHORD OF TRUSSES TO BE 2 X 6 MINIMUM. OTHER CRITERIA: 1. TRUSSES AND TRUSS -TO -TRUSS CONNECTIONS SHALL BE DESIGNED BY, AND BEAR THE SEAL OF AN ENGINEER REGISTERED TO PRACTICE IN THE STATE OF WASHINGTON. PROVIDE SHOP DRAWINGS OF ANY CONNECTIONS REQUIRED. 2. BEARING CLIPS AND OTHER ITEMS NECESSARY TO HANDLE THE LOADS SHOWNARE TO BE PROVIDED BY TIE TRUSS MANUFACTURER. 3. DETAILS NECESSARY FOR THE PROPER INSTALLATION AND MAINTENANCE OF THE TRUSSES SHALL BE PROVIDED BY THE TRUSS MANUFACTURER. INCLUDE DIRECTIONS TO CONTRACTOR SUCH AS TPI/HIB BY THE TRUSS PLATE INSTITUTE. THE CONTRACTOR 15 RESPONSIBLE FOR THE SAFE INSTALLATION OF THE TRUSSESrimimm c 0 WATER SIDE O ©REQUIRED O WATER SIDE O 10 O o 0 d c ° c 1" CHAMFER. • am .•HEIGHT ' L.1 a ASd PER PIPING ANDCONCRETE EQUIPMENT.SPACING COORDINATE. c#5 d °c ° °PRIOR ° °ALL DOWELS EPDXY GROUTED INTO SLAB. 2 CLR. FROM FACE, MAX 2,-0.,O.C. 112 1�./� 1 1/2" SURFACES OF CONSTRUCTION JOINTS SHALL BE CLEANED AND LAITANCE REMOVED.STABILITY IMMEDIATELY BEFORE NEW CONCRETE IS PLACED, ALL CONSTRUCTION JOINTS SHALL BE WETTED AND STANDING WATER REMOVED. THE CONTRACTOR SHALL SUBMIT THE PROPOSED LOCATIONS OF CONSTRUCTION JOINTS TO THE ENGINEER FOR REVIEW BEFORE STARTING CONSTRUCTION. REINEORC Y 4ffFI OF TIHE TRUSSES UNTIL THE STRUCTURE IS COMPLETE• 5. SUBJECT 10 APPROVAL BY THE ENGINEER, TRUSS LAYOUTS OTHER THAN SHOWN AND FOR ANY TEMPORARY BRACING OR SHORING NECESSARY TO MAINTAIN THEIIM ON THE PLANS MAY BE USED, PROVIDED THE ROOF PROFILE IS NOT ALTERED, AND LOADING AND OTHER CRITERIA ARE MET. 6. CONTINUE BRACING REQUIRED 8Y THE TRUSS MANUFACTURER TO ENDWALLS. CONNECT TO ENDWALLS A5 SHOWN ON DRAWINGS OR A MINIMUM OF (2) SIMPSON A35 TO ENDWALL, USING 610 SCREWS INSTEAD OF NAILS.• c ° ° e d v 4 ° z O ° d 7/ CONCRETE FLOOR SLAB, REINFORCING NOT SHOWN HOUSEKEEPING PAD TWO CURTAINS el 0 OF STEEL ONE CURTAIN OF STEEL ALL REINFORCING STEEL SHALL BE DEFORMED BAR CONFORMING TO ASTM A615, GRADE 60. BARS SHALL BE SECURELY 11ED IN PLACE AND SUPPORTED ON ACCEPTABLE CHAIRS. REINFORCINGDD C SHALL D DETAILED ACCORDANCE RET THE ACI "MANUAL OF - STANDARD PRACTICEIEFOR DETAILING OF REINFORCEDACEMNTDECOTAILS ROM E TE PLATS TORFOR PROVIDE SHALL COORDINATE REINFORCING A STEELASPLACEMENT YET540 AND WINGS S BE SUBMITTED PLACING STEEL IN CONGESTED IF CA AS NECESSARY. SHOP DRAWINGS SHALL BE SUBMITTED IN IN ACCORDANCE WITH THE SPECIFICATIONS. WELDABLE REBAR FOR IMBEDS IS TO CONFORM TO ASTM A706 AND SHALL BE WELDED IN 7 DIAGONALLY BRACE LAST TRUSS TO TOP OF SUPPORTING WALL A5 SHOWN ON THE DRAWINGS OR AS FOLLOWS: 2X6 0 48" 0.C. WITH (2) SIMPSON A35 CONNECTORS AT EACH END. TYPICAL STRUCTURES JOINT IN WATER -RETAINING TYPICAL REINFORCEMENT AROUND OPENING NOT TO SCALE O 2'4 O NOT TO SCALE NOT TO SCALE ACCORDANCE WITH AWS D 1.4 OF THE AMERICAN WELDING SOCIETY. NO FIELD WELDING OF REBAR IS PERMITTED. NOTES NOTES NOTES NOTES: 1. PROVIDE FLEX COUPLING ON R O#5 X 4'-0" FACE. MIN. CONCRETE. 2 QPIPE PENETRATING OR CEILING. BARS 2" CLEAR 045', (4) BARS EACH Q3 PIPE SEEP RING OR SLEEVE. SEE DETAIL FROM FACE OF ELSEWHERE. OCONCRETE WALL. FLOOR, OR CEILING. CONCRETE WALL, FLOOR ONEW PIPE. SEE PLANS FOR SIZE AND O3" CLEAR, TYPICAL TYPE. QS 6" MINIMUM, TYPICAL. QZ #5 BARS AT 18" O.C. LONGITUDINAL, TYPICAL. 6 SEE SPECIFICATIONS Q CONCRETE. Q3 #4 BARS AT 18" 0.C. 2'-0" MIN. LAP FOR TYPE OF MINIMUM CAST -IN-PLACE CONCRETE COVER OVER REINFORCING STEEL, UNLESS OTHERWISE NOTED, SHALL BE AS FOLLOWS: 1. STEEL AT BOTTOM OF FOOTING OR SLAB CAST AGAINST AND PERMANENTLY EXPOSED TO EARTH: 3 -INCHES 2. ALL OTHER STEEL 2 -INCHES 3. THE LOWEST HORIZONTAL BAR IN CONCRETE WALLS SHALL BE 2" EAR FROM THE ® BOTTOM OF THE WALT. BAR SPACINGS ON THE PLANS ARE MAXIMUM BAR SPACINGS. PROVIDE ADDITIONAL BARS I.E. ( REDUCE BAR SPACING) AS REQUIRED TO FIT INTO CONCRETE STRUCTURE EVENLY, WITH AT LEAST ONE BAR IN EACH CURTAIN AT EACH CORNER, POUR STOP. OR OTHER DISCONTINUITY. STRUCTURAL STEEL AND BOLTS N7 NO CONDUIT SHALL BE TIED DIRECTLY TO REINFORCING STEEL MAINTAIN CLEARANCES SHOWN IN ALL DIRECTIONS. N2 STRUCTURAL CONCRETE SLAB OR WALL. D = CONDUIT DIAMETER N3 SLAB OR WALL REINFORCING STEEL, TYPICAL • D MUST BE GREATER THAN MAXIMUM CONCRETE N4 ELECTRICAL CONDUIT. AGGREGATE SIZE. NS #3 "C" BAR (CHAIR) TIED TO REINFORCING STEEL, AS REQUIRED TO MAINTAIN CLEARANCES SHOWN. SEE PLANS FOR ALL PIPES ENTERING AND LEAVING STRUCTURES. 2. PROVIDE FLGxMJ VALVES ON ALL FLG SPOOLS ENTERING AND LEAVING STRUCTURES CONTINUATION (2'-O" MIN.) alr.A.CAIMMWIMMIGNMOSSA//dam! 3. SEE PLANS FOR PIPE SIZE AND LOCATION. 4. NO CONTACT BETWEEN REINF STEEL AND PIPE WILL BE PERMITTED. i/2" x 3" WALL FLANGE WELDED TO CENTER IN WALL - a d 0 ° ° a O 4 d c dt /v ° . -cTHE © - ° 4 d a 0 O • STRUCTURAL STEEL IS TO CONFORM TO ASTM A36 WITH A MINIMUM YIELD STRENGTH (Fy) EQUAL TO 36ksi. STRUCTURAL STEEL TUBING SHALL CONFORM TO ASTM A500, Fy = 46ksi. STEEL 15 TO BE FABRICATED AND ERECTED IN ACCORDANCE W114 UBC SECTION 2203. BOLTS NOR DTON 1HE DRAWL GS. ECDINS ARE TO CONFORM TO ASTM A325N UNDEW OTHERWISE®®°NOTED ON THE DRAWINGS. WELDING IS TO BE PERFORMED BY AWS CERTIFIED WELDERS USINGO//° ELECTRODES. MISCELLANEOUS CONNECTION PLATES ARE TO CONFORM TO ASTM A36,,,I • • 41-• Fy= Fy = 36ksi.,v"-ePIPE. zoi000�iioioaRANCHOR I�� •MINIMUM BOLTS SHALL BE ASTM 0307 STANDARD HE% HEADED BOLTS, FURNISHED WITH•• HEAVY HEX NUTS AND WASHERS. DO NOT USE J' BOLTS. SEE SPECIFICATIONS STAINLESS° • ��••d 3p�D EMBEDMENT SHOWN ON THE DRAWINGS MEASURED FROM THE FACE OF CONCRETE TO46, STEEL BOLT REQUIREMENTS. ANCHOR BOLTS SHALL HAVE SUFFICIENT LENGTH TO PROVIDE THEd'°MI FACE OF THE HEAD. ANCHOR BOLTS SHALL BE INSTALLED TO A SNUG TIGHT CONDITION. NO HEATING OR BENDING OF ANCHOR BOLTS IS PERMITTED. NO ENLARGEMENT OF ANCHOR�; BOLT °MIN!/ a //��\ d01 `�FLGXPE, 4 PIPE SPOOL OR PExPE. SEE PLANS FOR END TYPE HOLES BY BURNING 15 PERMITTED. GALVANIZE FABRICATED STEEL ASSEMBUES WHERE CALLED FOR IN 11-10 DRAWINGS OR SPECIFICATIONS. ° ° • • 4• 4 • • © REINFORCING. NOT SHOWN PIPE PENETRATION DETAIL (NEW) STRUCTURAL NOTES TYPICAL ® CONDUIT PLACEMENT DETAIL 3'4 TYPICAL REINFORCEMENT AT PIPE PENETRATION O 48. TYPICAL PIPE ENCASEMENT DETAIL i1'J NOT TO SCALE OG O NOT TO SCALE O� 3' 3 NOT TO SCALE CDGENERAL 3 1 NOT TO SCALE 3'2 NOT TO SCALE On Hulbregtse, Lowman Associates, Inc. `2 PEI T. B9 c��o@W �s;f ;e - i'- oFF'p`G7 V• ...*<v `�,VONAL EN' .,/ys/p7 -/ °a NUMBER: DATE. SHEET 06104 9 26-07 CITY OF YAK I MA FILE NAMES. 13 DRAWING. Sheets.dwg GLENN DRIVE RESERVOIR CIVIL ENGINEERING LAND SURVEYING • PLANNING, 801 North 39th Avenue oYQkimQ, WA 98902 IRRIGATION PUMP STATION IMPROVEMENTS OF BY: MTB STRUCTURAL DETAILS AND NOTES 1 7 (509) 966-7000 a FAX (509) 965-3800 REVISION _ DATE DESIGNED BY JL8 I EXPIR05 f,..,. 8, 1008 I 1" G.I. THREADED PIPE AND FITTINGS. PIPE AIR RELEASE VALVE OUTLET TO EXISTING FLOOR DRAIN. 1" COMBINATION AIR VALVE, SEE PLAN. 1" THREADED ISOLATION VALVE. 1" SERVICE SADDLE NOTE: SIMILAR INSTALLATION FOR 2" VERTICAL TURBINE PUMP AIR VALVE, SEE PLAN FOR MODEL NUMBER AND LOCATION. D.I. PIPE. SEE PLAN FOR SIZE. OAIR RELEASE VALVE ASSEMBLY 1'3 NOT TO SCALE NOTES Nt D.I. IRRIGATION PIPE, SEE PLAN FOR SIZE. N2 )4' G.I. NIPPLE, TAP D.I. PIPE AT LOCATION SHOWN ON PLANS. 0 )4" ISOLATION VALVE. N4 )4" G I. PIPE AND FITTINGS. NS BUSHING(S) AS REQUIRED N6 NEW PRESSURE SWITCH, SEE SPECIFICATIONS. 0 NEW PRESSURE GAUGE, SEE SPECIFICATIONS. OPRESSURE SWITCH ASSEMBLY 1.4 NOT TO SCALE NOTES 02X TRIM STUDS. 0 2X HEADER. 03 %" GW8 OVER VAPOR BARRIOR. ®HOLLOW METAL DOOR FRAME WITH Y" SHIM SPACE, GROUT SOLID. OS SEE DOOR SCHEDULE FOR OPENING SIZE. ©HOLLOW METAL DOOR, SEE DOOR SCHEDULE. 07 U -SHAPED WOOD STUD ANCHOR. ©)4' PLYWOOD SHEATHING. Q MOISTURE BARRIER. 10 PREFINISHED METAL WALL PANEL. ©PREFINISHED METAL C TRIM, MATCH METAL SIDING COLOR, 1©CONTINUOUS BEAD OF SEALANT. 1©PREFINISHED METAL RASE TRIM WITH )4' DRIP MATCH METAL WALL PANEL COLOR. JAMB OHEAD & JAMB, WOOD WALLS 1 5 NOT TO SCALE HEAD NOTES °COORDINATE INSTALLATION AND FLASHING WITH TYPE OF WALL CONSTRUCTION. 2®PROVIDE RECOMMENDED CLEARANCE BETWEEN FAN AND DAMPER, AND BETWEEN LOWER AND DAMPER. ® WALL COLLAR, DAMPER, LOUVER, AND WALL OPENING SHALL MATCH SIZE REQUIREMENTS FOR FAN. LOUVER SHALL NOT BE SMALLER THAN MINIMUM SIZE SHOWN ON THE PLANS FAN ASSEMBLY ®PROVIDE MOTOR GUARD FOR ALL FANS. OSHA APPROVED GUARDS SHALL BE USED WHERE MOUNTING HEIGHT (FLOOR TO BASE OF FAN) IS LESS THAN 7' ®PROVIDE ADDITIONAL FRAMING TO SUPPORT FAN/LOUVER WHERE REQUIRED. -0-INTERIOR EXTERIOR - 2"3O FAN/LOUVER DETAIL NOT TO SCALE WALL SECTION BIRD SCREEN LOUVER DAMPER CAULK, WATER TIGHT �- INTERIOR EXTERIOR WALL SECTION NOTES I I€) I Li °COORDINATE INSTALLATION AND FLASHING WITH TYPE OF WALL CONSTRUCTION. ® PROVIDE RECOMMENDED CLEARANCE BETWEEN DAMPER AND LOUVER. ®DAMPER AND WALL OPENING SHALL MATCH SIZE OF LOUVER. ® PROVIDE ADDITIONAL FRAMING TO SUPPORT LOUVER WHERE REQUIRED. ®PROVIDE WALL COLLAR IF REQUIRED FOR TYPE OF WALL CONSTRUCTION AND WALL THICKNESS. OLOUVER DETAIL 3 3 NOT TO SCALE BIRD SCREEN LOUVER DAMPER CAULK, WATER TIGHT NOTES 0 PREFINISHED METAL ROOF PANELS. PROVIDE CONTINUOUS BOTTOM CLOSURE SET IN NEOPRENE MASTIC TAPE. TOP AND BOTTOM. 0 ASPHALT -SATURATED FELT PAPER. 0 ROOF SHEATHING. SEE ROOF FRAMING PLAN. 0 MANUFACTURED WOOD TRUSSES, SEE ROOF FRAMING PLAN NS AIR PATH INSULATION BAFFLE. INSTALL BETWEEN ALL TRUSSES. 0 VENTILATION BLOCKING WITH 2"0 HOLES AND INSECT -PROOF SCREENING 0 0 0 DOUBLE 2X6 TOP PLATE, TYPICAL. )4" PLYWOOD WALL SHEATHING. AIR INFILTRATION BARRIER. R-38 BATT INSULATION. VAPOR BARRIER, TYPICAL ON WALLS AND CEILING. %" GYPSUM WALL BOARD. PREFINISHED ALUMINUM "C" TRIM, MATCH SOFFIT PANEL COLOR 6" VIDE PREFINISHED, VENTED ALUMINUM SOFFIT PANELS, FASTEN PER MANUFACTURER'S RECOMMENDATIONS. 2 X 4 SOFFIT BLOCKING AT EACH TRUSS. 2 X 8 FACIA BOARD WITH PREFINISHED ALUMINUM FACIA METAL. PREFINISHED METAL DRIP FLASHING. PREFINISHED "J" CHANNEL AT TOP OF WALL PANELS, MATCH WALL PANEL COLOR. PREFINISHED METAL WALL PANEL. 2X6 STUD WALL WITH R-19 BATT INSULATION. TYPICAL SIDEWALL DETAIL AT OROOF TRUSSES 3'4 NOT TO SCALE NOTES N1 PREFINISHED METAL ROOF PANELS N2 ASPHALT -SATURATED FELT PAPER. 0 ROOF SHEATHING. N4 PREFINISHED METAL RIDGE CAP 0 JACK TRUSS, SEE ROOF FRAMING PLAN. 0 GIRDER TRUSS, SEE ROOF FRAMING ALAN. N7 R-38 BATT INSULATION. N8 %"' GYPSUM WALL BOARD. 0 PRESSURE TREATED FILLET FOR DRAINAGE. 2X TREATED LUMBER CURB AROUND ACCESS HATCH OPENING. 14" PLYWOOD FASTENED TO 2X INTERNAL FRAME SECURE HATCH TO CURB WITH 16" GALVANIZED LAG BOLTS, MIN (2) EACH SIDE CURB. RIGID INSULATION FASTENED TO UNDERSIDE OF HATCH. COVER WITH Y." FINISH GRADE PLYWOOD, PAINTED TO MATCH WALL COLOR. PREFINISHED DRIP METAL FLASHING. PREFINISHED METAL BASE FLASHING AROUND ACCESS HATCH CURB. QTYPICAL ROOF HATCH FRAMING Z.5 NOT TO SCALE NOTES 0 PREFINISHED METAL RIDGE CAP 0 CONTINUOUS TOP CLOSURE SET IN NEOPRENE MASTIC TAPE, TOP AND N2 PREFINISHED METAL ROOF PANEL. REFER BOTTOM. TO MANUFACTURER'S INSTRUCTIONS FOR RECOMMENDED FASTENERS AND THEIR 0 ROOF FRAMING MEMBER. SPACING. NB AIR FLOW PATH, TYPICAL N3 INSECT SCREEN. . ASPHALT -SATURATED FELT PAPER. NS ROOF SHEATHING O3.S RIDGE VENT NOT TO SCALE • Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima, WA 98902 (509) 966-7000 v FAX (509) 965-3800 0 I EXPIRES p"y 6, 2008 1 `O2 JOB NUMBER: DATE. 06104 9-26-07 FILE NAMES. DRAWING. Sheets.dwg CIT GLE Y OF YAKIMA NN DRIVE RESERVOIR IRRIGATION P UMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY: MTB JLB BUILDING DETAILS SHEET 14 OF 17 GENERAL NOTE: 1 DEVICES SHOWN ON THE ELECTRICAL DRAWINGS IN BACKGROUND (GRAY OR SCREENED) REPRESENT ONE OF THE FOLLOWING UNLESS NOTED OTHERWISE ON AN INDIVIDUAL SHEET A. STRUCTURAL OR ARCHITECTURAL BUILDING STRUCTURES SUCH AS WALLS, DOORS, STAIRS, ETC. AND STRUCTURAL FRAMING MEMBERS. 8. MECHANICAL EQUIPMENT OR DEVICES SUCH AS HVAC UNITS AND PROCESS EQUIPMENT WHICH ARE SHOWN ON THE MECHANICAL DRAWINGS AND ARE SHOWN IN BACKGROUND (GRAY OR SCREENED) ON THE ELECTRICAL DRAWINGS TO ASSIST IN DETERMINING THE LOCATION OF THE EQUIPMENT, CONNECTIONS & DEVICES. C. DISTRIBUTION EQUIPMENT SHOWN ON ELECTRICAL PLAN DRAWINGS (SUCH AS LIGHTING PLANS) IS SHOWN IN BACKGROUND (GRAY OR SCREENED) IN ORDER TO CLARIFY OTHER ELECTRICAL DEVICES AND CIRCUITS SHOWN ON THAT SHEET D. EQUIPMENT OR DEVICES THAT ARE EXISTING TO REMAIN (AND TO BE PRESERVED AND PROTECTED) WHERE SHOWN ON REVISED/MODIFICATIONS ELECTRICAL SHEETS. 120V CIRCUIT r E.W.D. 1/15 PHOTOCELL SCALE: NONE EXTERIOR LIGHTING FIXTURE 1 CONCRETE THREADED PI UG • DETAIL 1/15 FLUSH COUPUNG SCALE: NONE ' RIGS COUPUNG FLUSH +1/8' WITH SLAB. •• PVC COATED. CONDUIT LIGHTING FIXTURE SCHEDULE TYPE DESCRIPTION MANUFACTURER NAME CATALOG NO. LAMP QTY CATALOG NO REMARKS G I- LUUHLSCLN I, 4 LOW., SUHhALL MOONIED, ENCLOSED AND GASKETED ONE PIECE HOUSING, INJECTION–MOLDED HIGH–IMPACT THERMOPLASTIC BODY, IMPACT RESISTANT, ACRYLIC DIFFUSER. WET LABEL 120 VOLT. ELECTRONIC BALLAST MEIALUX COLUMBIA DAYBRITE LITHONIA HUBBELL V12 4.5.2 UH 110 1001 GL WL LUN4-232–E88120–GLI VW232-120E8–GLR DMW-232-120–GEB–GLR EWL042R–SPCA –81–FR 2 F032T8 32 WATT M FLOOD UGHT, WALL MOUNTED, DIE–CAST HOUSING. CLASS LENS, LEXAN LENS SHIELD, DARK BRONZE FINISH, 120 VOLT KIM M AFL12/150H120/DB–P/PAL–LS/OM1/DB–P 1 150 WATT 8B METAL HALIDE, WALL MOUNTED, SCONCE, 12"XY X5', DIE–CAST ALUMINUM HOUSING, CLEAR GLASS LENS, DARK BRONZE FINISH. 120 VOLT. FUSED CORE AND COIL BALLAST GARDCO 111–WT-5084-120–BRP–F 1 MH 50 WATT Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue 2 Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 ) EXPIRES 04/02/09 SYMBOL SCHEDULE FOR ELECTRICAL PLAN DRAWINGS SYMBOL SCHEDULE FOR ELEMENTARY WIRING DIAGRAMS SYMBOL SCHEDULE FOR ONE UNE DIAGRAM SYMBOL DESCRIPTION SYMBOL DESCRIPTION SYMBOL DESCRIPTION POWER DISTRIBUTION AND CONTROL EQUIPMENT ,I DISTRIBUTION/CONTROL EQUIPMENT - FLOOR MOUNTED DISTRIBUTION/CONTROL EQUIPMENT - WALL MOUNTED Pao GFCI 2 WP 'V PANELBOARD - WALL MOUNTED UGHTING FIXTURES FLUORESCENT FIXTURE SURFACE OR PENDANT MOUNTED SWITCHING DEVICES DESIGNATIONS A.B,C,ETC. ARE FIXTURE TYPE, REFER TO LIGHTING FIXTURE SCHEDULE 1,2,3,ETC. ARE CIRCUIT NUMBERS OF PANELBOARD TO WHICH FIXTURE IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE b, ,ETC. ARE SWITCHING CONTROL REFERENCE SINGLE POLE SWITCH - WALL MOUNTED DESIGNATIONS M MOTOR RATED SWATCH 0 LOWER CASE - SWITCH LEG ANY COMBINATION OF THE ABOVE DESIGNATIONS MAY BE SHOWN ON PLANS RECEPTACLE OUTLET DEVICES DUPLEX RECEPTACLE OUTLET - WALL MOUNTED (NEMA 5-1 5R UNLESS OTHERWISE SPECIFIED) DESIGNATIONS 1,2,3,ETC. ARE CIRCUIT NUMBERS OF PANELBOARD TO *NIGH OUTLET IS TO BE CONNECTED. REFER TO CIRCUIT SCHEDULE WP = WEATHERPROOF GFa - GROUND FAULT CIRCUIT INTERRUPTER OTHER ELECTRICAL DEVICES MOTOR (NUMBER - HORSEPOWER) PHOTO ELECTRIC SWITCH (PHOTOCELL) - WALL MOUNTED MECHANICALLY ACTUATED SWITCHES ® PRESSURE MWITCN 0 G /10 z PPA GENERAL WIRING SYMBOLS JUNCTION BOX JUNCTION 805 - WALL MOUNTED WIRING RUN CONCEALED IN BUILDING STRUCTURE WIRING RUN CONCEALED UNDER SLAB OR BELOW GRADE INDICATES WIRE SIZE IF OTHER THAN N0.12AWG UNE OR PHASE CONDUCTOR CROSSMARKS INDICATE NEUTRAL CONDUCTOR QUNITIY AND USE GROUNDING CONDUCTOR OF CONDUCTORS ARROWHEAD INDICATES HOMERUN TO EQUIPMENT/DEVICE NOTED AT END OF ARROWHEAD, NUMBER (WHERE NOTED) INDICATES CIRCIXT WITHIN EQUIPMENT/DEVICE NOTED. VERTICAL CONDUIT ROUTING 0 ov D D 1 EQUIPMENT/DEVICE ENCLOSURE PANEL OR DEVICE WIRING FIELD WIRING WIRING CONNECTED WIRING NOT CONNECTED DEVICE OR EQUIPMENT TERMINAL CONTROL PANEL TERMINAL TRANSFORMER WINDING FUSE GROUND ARC SUPPRESSOR (METAL OXIDE VARISTOR) DIODE N.O. N.C. -0 o-0__L_CH •HAND OFF AUTO' - I o 04– A1–ISS CONTACT BLOCK OPERATORS PUSHBUTTON (1 P8,2PB,ETC.) MUSHROOM HEAD PUSHBUTTON (1 PB,2PB,ETC.) SELECTOR SWITCH (1SS,2SS,ETC.) "x = CLOSED IN THIS POSITION = SPRING RETURN N.O. N.C. -0 0--0-o- CONTACTS SINGLE BREAK CONTACTS DOUBLE BREAK CONTACTS (CONTACT BLOCKS XXPS XXPS MECHANICALLY ACTUATED SWITCHES PRESSURE SWITCH (1 PS,2PS,ETC.) T ) r EQUIPMENT/DEVICE ENCLOSURE BUS WIRING WIRING CONNECTED EQUIPMENT/DEVICE TERMINAL SOUD NEUTRAL PLUG-IN CONNECTION NON -AUTOMATIC BREAKER THERMAL MAGNETIC BREAKER MAGNETIC ONLY BREAKER SWITCH FUSE POWER TRANSFORMER CONTROL POWER TRANSFORMER THERMAL OVERLOAD CONTACTOR GROUND CONNECTION WATTHOUR METER (REVENUE METERING) MOTOR -NO. = HORSEPOWER PRESSURE SWITCH ABBREVIATIONS N.O. = NORMALLY OPEN N.C. = NORMALLY CLOSED ABBREVIATIONS 14.0. N.C. XXCR XXCR — XXIR XXTR XX1R 501RXXIR X-01. 0-01. RELAY CONTACTS INSTANTANEOUS CONTACT OF RELAY (1 CR,2CR,ETC.) TIMED DELAY CONTACT OF RELAY (DELAY ON ENERGIZATION-ON DELAY) 1TR,2TR,ETC.) TIMED DELAY CONTACT OF RELAY (DELAY 014 DE-ENERGIZATION-OFF DELAY) (1 TR ,2TR ,ETC.) OVERLOAD RELAY (1 OL,20L,ETC.) O MAGNETIC COILS CONTROL RELAY (1 CR,2CR,ETC.) TIMED DELAY RELAY (1 CR,2CR,ETC.) MAGNETIC MOTOR STARTER (1 M,2M,ETC.) DEVICE MOTOR DRIVE SOLENOID (FOR VALVE UNLESS OTHERWISE NOTED.) (1 SV,2SV,ETC.) A C FVNR G IC KA KVAR KW M N NEMA 01. P SUSE V VFD AMPERES CONDUIT FULL VOLTAGE NON REVERSING GROUNDING CONDUCTOR INTERRUPTING CAPACITY KILOAMPERES KILO VOLT-AMPERES REACTIVE KILOWATTS MAGNETIC CONTACTOR NEUTRAL CONDUCTOR NATIONAL ELECTRIC MANUFACTURERS ASSOCIATION OVERLOAD POLES SUITABLE FOR USE AS SERVICE ENTRANCE VOLTS VARIABLE FREQUENCY DRIVE \ _ / P-1 LT \ _ / —0 / CP-1LT PILOT LIGHTS INCANDESCENT TRANSFORMER TYPE (1 LT,2LT,ETC.) INCANDESCENT "PUSH -TO -TEST' (CONNECT TEST CIRCUIT TO UNE) (1 LT,2LT,ETC.) LENS COLOR CODE A = AMBER 8 = BLUE C = CLEAR G = GREEN 0 - ORANGE R = RED W = WHITE Y = YELLOW JOB NUMBER: 06104 DATE. 9-10-07 FILE NAMES. DRAWING. 06104E 15.DWG PLAN: 06104E15.OWG PROFILE. CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY. ENTERED BY. JRM JRM SCHEDULES SHEET 15 OF 17 `\r f�NEW UNDERGROUND SECONDARY CIRCUIT (NOTE 3) NEWC.T. ENCLOSURE 3) ( ILII (NATETE 7) x Ina x -'-----mss ,T IHh In? NEW PUMP HOUSE 9Y r .--^er / ',4R\ `• _ ISIiNG UTILITY I II N ,CITY MI `(Ni/ii - II cy,.` _ } y {/ I 1 EXISTING( �j , t ® I PUMP HOUSE i 4 - / (NOTE �') 11 1 / - II i1Ii III T Il` Nil 1ie ; 1 I< ihr;t . ti )Iib A ii 1 1 //r1:-... / / !j, x / /,, R jY/f 1 / \:/\,s, �. s\\\ \ EXISTING UTILITY • POLE WITH TRANSFORMER I I BANK (NOTE 4) I' 11 It I lI II I I'. '• II 1I 11 EXISTING OVERH SECONDARY CIRC T (NOTE 2) I I II 1 1 1 \I / ELECTRICAL SITE PLAN PUMP STATION SCALE: 1/8" =1'-0• (NOTES 1,2&3) 0 4-0" 8'-0" NNE g I 1 We E OVERHEAO.PRIMARY�,- OVERHFAD;PRIMARY, CIRCUIP' -UTILITY' TRANSFORMER K 'r 1NOERGROUND, SECONOARY,CIRCUIT.% x. "X/ u 3f0+1 }3/DN,Y C. / . • X �v ,iPAf7EL�FM, IkxX x/ n, 7i: X.E60Y:<3.xf ,sEy3kvi.RgXk;:7:1'' 1/ 3P -150A SIZE 3 (NOTE 5) 3#/6+ 1/10G,1'C W. CHESTNUT PUMP GLENN DRIVE PUMP 3P -90A (SIZE 2 (NOTE 5) 3#10+ i 10G,1'C W. WALNUT PUMP EXISTING/DEMOUI1ON ONE UNE DIAGRAM SCALE: NONE EXISTING OVERHEAD PRIMARY POLE MOUNTED TRANSFORMER BANK BY UTILITY > UNDERGROUND SECONDARY CIRCUIT. 1-4" CONDUIT, TRENCH. AND BACKFILL BY CONTRACTOR TO UTILITY STANDARDS. CONDUCTORS BY UTIUTY C.T. ENCLOSURE BY CONTRACTOR TO UTILITY REOUIREMENTS.— C.T.'S PRDOVI8Y DED AND INSTALLEUTILITY0 I O 1 1/4" CONDUIT BY CONTRACTOR TO UTILITY REQUIREMENTS. WIRE BY UTILITY. —METER BASE AND ENCLOSURE BY CONTRACTOR TO UTIUTY REQUIREMENTS. 1 o U METER BY UTIUTY. o-2 SETS EACH WITH 313/0+ 1/3/ON+1#2/0G,2 1/2"C •-_—_----- • 0 • 400A, 240V, 3 PHASE, 4 WIRE, SUSS 1) 3P -100A ) 3P -150A O ) 3P -100A T) 3P -100A �) 2P-604 PANEL 'HA' 240V 240V J 240V J 240V J 240V NOTES: 1 THIS DRAWING IS NOT INTENDED TO SHOW ALL OF THE EXISTING CONDITIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND REVIEW EXISTING CONDMONS PRIOR TO BIDDING. WHERE EXISTING CONDITIONS DIFFER FROM THOSE SHOWN TO THE EXTENT IT WILL IMPACT THE COST OF THE CONTRACTOR'S WORK, THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING NOT LESS THAN 10 DAYS PRIOR TO BIDDING. 2. DEMOLISH ALL EXISTING ELECTRICAL DEVICES, CONDUITS AND CONDUCTORS ASSOCIATED WITH THE EXISTING PUMP STATION, EXCEPT FOR THE THREE MOTORS AND THREE MOTOR STARTERS. 3. SEE ONE UNE DIAGRAM, THIS SHEET FOR CIRCUIT AND EQUIPMENT INFORMATION. 4. UTILITY WILL REUSE EXISTING, OR INSTALL NEW, TRANSFORMERS ON THIS POLE. 5. REUSE EXISTING STARTER. SEE REVISED ONE UNE DIAGRAM, THIS SHEET, FOR FURTHER INFORMATION. MAIN G BONDING JUMPER _ 2/14,3/4C- /4+0.11#41/4N+ 4-3#3+1#3N+ 4-1 1/4" CONDUIT B'C 1 6G,1 1/4"C 1 ONLY 1 rLL , , FUTURE o .,. 13P- .5::<. 3P -100A 1 ' 3F I‘E�`... - SIZE 3 1 SIZE 2 1 1 :S 2/14,3/4" j_ ? I T 2/14.3/4%- 1 T I' \ L _li 3#3+ .-1 1/4" m- 3/6+ 1/60.1 1/4'C I CONDUIT ONLY 1/8G,1•C \`' / `209' / 1 ' W. CHESTNUT FUTURE W. WALNUT - PUMP 20HP PUMP PUMP 316* 1#6N+ 80,1 C 0- 3/4+ 1#8G,1 1/4"C GLENN DRIVE PUMP REVISED ONE UNE DIAGRAM SCALE: NONE 2 6+1/6N+ 100,1' C PANEL 'LA 60A 240/120V 1 PHASE 3 WIRE Hulbregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue *Yakima, WA 98902 (509) 966-7000 * FAX (509) 965-3800 I EXPIRES 04/02/09 J JOB NUMBER: DATE. 06104 9-10-07 - FILE NAMES. DRAWING. 06104E16.DWG PLAN: 06104E16.DWG PROFILE. CITY OF YAKIMA GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS REVISION DATE DESIGNED BY' ENTERED BY. JRM JRM ELECTRICAL SITE PLAN AND ONE LINE DIAGRAMS SHEET 16 OF 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE SITE PLAN, SHEET 16 FOR FURTHER INFORMATION NEW UNDERGROUND SECONDARY CIRCUIT (NOTE 1) UTILITY METER (NOTE 1) NOTE 1 NOTE 1 GROUND ROD [ (TYPICAL- OF "2) (NOTE 2) ?77 /L,2.-2." - • • /2- "72. • • ' • 2;-/ • C `1.• WP GFCI .i tio C.T. ENCLOSURE i (NOTE 1) GROUNDING ELECTRODE CONDUCTOR (NOTE 2) 1 r!) 4 vl ! EXHAUST ';.1) POWER\ GROUNDING PLAN SCALE. 1/4" =1' -0" 0 2.-0" 4.-0" 8-0" M=I PUMP MOTOR STARTER \:\ \\\ / \ / \ W let E {SEE MD 1/15 --t r/4 A 111 111 /13 LA _9. _2 FL PANEL' "LA" (NOTE 1) HO)AERUN VIA PHOTOCELL BB o b 1 111 NOTE 6 NOTE 4-2I LOW PRESSURE SWITCH \</d i ELEVATION 1/15 SCALE: 1/2' =1.-0" (NOTE 3) 0 1-0" 2.-0" M=I Hulbregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th. Avenue 4•Yokirna, WA 98902 (509) 966-7000 +FAX (509) 965-3800 L \ ! EXPIRES 04/02/09 UGHTING PLAN SCALE: 1/4" =1' -0" • W E GLENN DRIVE STARTER / I V. WEST CHESTNUT r, STARTER FUTURE WEST YAKIMA STARTER I (SEE DETAIL 1/15) WEST WALNUT STARTER 1 ,c NOTE 1 -10 -{1 111 1 1 /4' SPARE CONDUIT 1:- 3/4"C SPARE COND SEE DEIAIL „ 0 „ 1 r/i A IL NOTE 1 6.- NOTE I NOTE I PANEL "HA' (NOTE 1) NOTE 1 lc NOTE 1 "/":/// "://///:-'//: 44 ,14/ '//////////) , PROCESS POWER AND CONTROL PLAN SCALE: 1/4-1 -0" (NOTE 3) 0 2.-0" 4.-0" MINN - ELEVATION 2/15 SCALE: 1/2" =1.-0" (NOTE 3) 0 JOB NUMBER: 06104 DATE. 9-10-07 FILE NAMES. - DRAWING. 06104E17.DWG PLAN: 06104E17.DWG PROFILE. REVISION DATE DESIGNED BY. ENTERED BY. JRM JCK NOTES: {LOW PRESSURE SWITCH " srARr - OL - END 1/17 PUMP MOTOR STARTERS SCALE: NONE PANELBOARD CIRCUIT SCHEDULE PANEL LA CKT. # LOAD DESCRIPTION UREAKER TYPE POLEPOLEBREAKER # # TYPE LOAD DESCRIPTION CKT. # 1 INTERIOR LIGHTING 1P -20A 1 2 1P -20A INTERIOR RECEPTACLES 2 3 EXTERIOR LIGHTING 1P -20A 3 4 1P -20A PUMP HOUSE EXHAUST FAN 4 5 SPARE 1P -20A 5 6 I P -20A SPARE e 7 SPARE 1P -20A 7 8 1P -20A SPARE 8 9 SPACE 9 10 SPACE 10 11 SPACE 11 12 SPACE 12 13 SPACE 13 14 SPACE 14 15 SPACE 15 16 SPACE 16 17 SPACE 17 113 SPACE 18 19 SPACE 19 20 SPACE 20 1 SEE ONE UNE DIAGRAM. SHEET 16 FOR CIRCUIT AND EQUIPMENT INFORMATION. 2. PRONADE #3/0 BARE COPPER GROUNDING ELECTRODE IN BUILDING FOOTING AS SHOWN ON PLAN. PROVIDE 1140 3/4" X 10' COPPER CLAD GROUND RODS AND CONNECT TO ELECTRODE AS SHOWN ON PLAN. PROVIDE COPPER GROUNDING ELECTRODE CONDUCTOR CONNECTIONS TO EQUIPMENT AS FOLLOWS: C.T. ENCLOSURE /2/o PANEL HA* #2/0 WATER PIPE #2/0 PANEL "IA #5 EXOTHERMICALLY WELD ALL CONNECTIONS. 3. CONDUfT RUNNING THROUGH THE CONCRETE FLOOR SLAB SHALL NOT BE 1100 DIRECTLY TO REINFORCING STEEL. SEE BUILDING PLAN AND STRUCTURAL DETAILS FOR ADDITIONAL REQUIREMENTS. 4. PROVIDE EXTRA CONCRETE AROUND AREA WHERE CONDUIT ENTERS CONCRETE SUCH THAT CONDUIT WILL PENETRATE CONCRETE PERPENDICULAR TO FACE OF CONCRETE. 5. COORDINATE FINAL CONDUIT LOCATION WITH PROCESS POWER AND CONTROL PLAN. S. DO NOT ROUTE CONDUITS THROUGH HATCH/CEIUNG ACCESS. COORDINATE ROUTING WITH ROOF FRAMING PLAN AND ROOF ACCESS HATCH, SHEET 9. CITY OF YAKIMA , GLENN DRIVE RESERVOIR IRRIGATION PUMP STATION IMPROVEMENTS ELECTRICAL PLANS, ELEVATIONS AND SCHEDULE SHEET 17 OF 17