HomeMy WebLinkAbout19600 63rd Ave Ne_BLD705_2026 COMMERCIAL APPLICATION
PERMIT SUBMITTAL
Department of Community & Economic Development
City of Arlington • 18204 59th Ave NE • Arlington, WA 98223
Phone (360) 403-3551
THIS APPLICATION TO BE USED FOR NEW COMMERCIAL STRUCTURES AND RESIDENTIAL
DWELLINGS NOT REGULATED UNDER THE IRC. PLEASE FOLLOW THE SUBMITTAL
REQUIREMENTS CHECKLIST TO MAKE SURE THAT ALL THE REQUIRED DOCUMENTS ARE
SUBMITTED FOR REVIEW.
Name of Project: North County RTS Scale Replacement Project
Project Address: 19600 63rd Ave NE
Parcel ID#
007463000015
00
Project Valuation: 1.2 Million
Legal Description: Airport-37 BLK 000 D-00 Lot 15 & REV Per AFN 200004215002
Owner: Snohomish County, Department of Public Works
Address: 3000 Rockefeller Ave M/S 607
City: Everett State: WA ZIP: 98201
Contact Person: Larry Brewer Phone: 425.388.3488
Cell Phone: N/A
E-mail: larry.brewer@co.snohomish.wa.us
Address: 3000 Rockefeller Ave M/S 607
City: Everett State: WA ZIP: 98201
Engineer: Dennis Dean Jr. Phone: 206.267.1047
Cell Phone: 206.910.6110
E-mail: dj@kpg.com
Address: 753 9th Ave North
City: Seattle State: WA ZIP: 98109
License Number: 9813 Expiration: 03/21/2017
General Contractor Same Yes No
as Applicant:
General Contractor: TBD Phone: TBD
Cell Phone: TBD
Address: TBD
E-mail: TBD@TBD.COM
City: TBD State: TBD ZIP: TBD
License Number: TBD Expiration: TBS
Proposed Scope of Work Temporarily install scalebooths and new truck scales and remove
and Occupancy: existing truck scales and scalehouse. Install new scalehouse,
relocate truck scales to their final position, and perform related site
improvements at the North County Recycling and Transfer Station.
New occupancy load at the scalehouse will be 3.
Project Name/Tenant: North County RTS Scale Replacement Project
Site Address: 19600 63rd Ave NE Bldg/Suite/Unit
IBC Construction Type: V-A IBC Occupancy Type: B
Description of Use: Weighing customers in and out of the Transfer Station
Building Square Footage: 272 Number of Stories: 1
Square Footage Per Floor: 272
Will there be any installation, modification or removal of the following?
(Check all that apply)
Automatic fire extinguishing systems
Compressed gas systems
Fire alarm and detection systems
Fire pumps
Flammable and combustible liquids (tanks, piping etc…)
Hazardous materials
High piled/rack storage
Industrial ovens/furnace
Private fire hydrants
Spraying or dipping operations
Standpipe systems
Temporary membrane structure, tents (>200sq ft) or canopies (>400 sq ft)
Provide details on any of the above checked items:
Removal of asbestos and PCB in the existing scalehouse during demolition.
Installation, changes, modifications or removal of any of the above may require additional
submittals,information, or permits during the plan review or construction process.
Statement of Special Inspection
Name of Project: North County RTS Scale Replacement Project
Project Address: 19600 63rd Ave NE
Special Inspection Firm: Snohomish County
Address: 8915 Cathcart Way
Contact Person: Dale Topham Phone: 425.388.6668
Special Inspection Firm Special Inspectors:
The Special Inspection Firm Listed above will perform special inspection for the following types
of work (separate forms must be submitted if more than one firm is to be employed).
Reinforced Concrete Bolting in Concrete
Pre-stressed Concrete Shotcrete
Structural Masonry Structural Steel and Welding
High-Strength Bolting Spray-Applied Fireproofing
Smoke-Control Systems
Other Soil/Compaction Testing and Concrete Testing
All individual inspectors to be employed on this project will be WABO certified for the type of
inspection they are to perform. If inspection is for work that is not covered by the WABO categories,
a detailed resume of the inspector and firm must be submitted. The resume must show the
inspector and firm are qualified to perform the work and testing required by the project design and
specifications.
The work shall be inspected for conformance with the plans and specifications approved by the City.
Revisions and addenda sheets will not be used for inspection unless approved by the City. The
special inspector shall report to the City revisions that are not approved.
A daily record will be maintained on site itemizing the inspections performed, for the review of all
parties. Any nonconforming items shall be brought to the immediate attention of the contractor for
resolution. A weekly shall be submitted to the City; detailing the inspections and testing performed,
listing any nonconforming items and resolution of nonconforming items. Unresolved nonconforming
items will be detailed on a discrepancy report and presented to the building department.
A final report shall be submitted to the Building Division prior to the Certificate of Occupancy being
issued. This report will indicate that inspection and testing was completed in conformance with the
approved plans, specifications and approved revisions and addenda. Any unresolved discrepancies
must be detailed in the final report.
The special inspector and special inspection firm serve in the role as “deputy†City of Arlington
inspectors and as such are responsible to the City of Arlington Building Division in the performance
of the required work.
Contractor:
The contractor shall provide the special inspector or agency adequate notification of work requiring
inspection.
The City approved plans and specifications must be made available, at the job site for the use of the
special inspector and the City Inspector. The contractor shall maintain all daily inspections reports,
on site, for review.
The special inspection functions are considered to be in addition to the normal inspections
performed by the City and the contractor is responsible for contacting the City to schedule regular
inspections. No concrete shall be poured or other work covered until approved by the City Inspector.
Building Division:
The Building Division shall review any revisions and addenda. Approved copies will be given to the
contractor to maintain as part of the approved plan set.
The City Inspector will monitor the special inspection functions for compliance with the agreement
and the approved plans.
The City Inspector shall be responsible for approving various stages of construction to be covered
and work to proceed.
Design Professionals:
The architect and engineer will clearly indicate on the plans and specifications for the specific types
of special inspection required, and shall include a schedule for inspection and testing.
The architect and engineer will coordinate their revisions and addenda process in such a way as to
insure all required City approvals are obtained, prior to work shown on the revisions being
performed.
Owner:
The project owner, or the architect or engineer acting as the owners agent, shall employ the special
inspector or agency.
ENFORCEMENT:
A failure of the special inspector or firm to perform in keeping the requirements of the IBC, the
approved plans and this document may void this agreement and the Building Officials approval of
the special inspector. In such case a new special inspector and/or firm would need to be proposed
for approval. A failure of the design and/or construction parties to perform in accordance with this
agreement may result in a STOP WORK notice being posted on the project, until nonconforming
items have been resolved.
ACKNOWLEDGEMENTS:
The building permit does not include any mechanical, electrical, plumbing or fire sprinkler/alarm
work. These permits are issued separately. Mechanical, electrical, plumbing, or fire sprinkler/
alarm permits require a separate permit application and may also require separate plan review.
Please note that any tenant improvement work in a space that involves food handling or preparation
requires Snohomish County Health District approval before the permit can be issued. You must
provide the Permit Center a copy of the approval letter or the approved plans. Contact the
Snohomish County Health District at (425) 339-5250 with any questions or for more information.
An intake appointment is required for all large Tenant Improvement Building Permit Applications. To
determine if your project requires an intake appointment, to schedule an appointment or to ensure
that you have the most current information, please contact the City of Arlington Permit Center at
(360) 403-3551 or by email to permitcenter@arlingtonwa.gov.
I have read and agree to comply with the terms and conditions of this agreement.
Please Attach Plans and Supporting Documents (PDF Only)
NCRTS-Dwg Permit Set-Full.pdf
STAFF USE ONLY:
Permit Number: Accepted Receipt #
By:
Date Received: Amount Received:
By submission of this form, I hereby certify that the above information is correct and that the
construction on, and the occupancy and the use of the above-described property will be in
accordance with the laws, rules and regulation of the State of Washington.
NORTH COUNTY RTS SCALE REPLACEMENT
LIMITS
PROJECT # RR8744
ARLINGTON
CEMETERY
SR9
ARLINGTON
MUNICIPAL
AIRPORT
TO SR531
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
GENERAL FOUNDATION
GROUT
TENSION DEVELOPMENT AND LAP SPLICE LENGTHS (IN
G 1 SCOPE F 1 DESIGN BASIS
GR 1 PRECISION NON-SHRINK CEMENT GROUT SHALL BE MASTERFLOW 928 GROUT
INCHES) FOR UNCOATED BARS IN NORMAL-WEIGHT
THE GENERAL NOTES AND STANDARD DETAILS ARE GENERAL AND APPLY FOUNDATION DESIGN IS BASED ON RECOMMENDATIONS
CONTAINED IN THE OR EQUAL.
TO THE ENTIRE PROJECT EXCEPT WHERE THERE ARE SPECIFIC GEOTECHNICAL REPORT, CONTRACTOR
SHALL FOLLOW THE PROJECT
CONCRETE WITH fc' = 4,000 PSI OR HIGHER
INDICATIONS TO THE CONTRARY. SPECIFICATIONS AND TAKE INTO CONSIDERATION
RECOMMENDATIONS GR 2 EQUIPMENT GROUTING
CONTAINED IN THE REPORT. NOTIFY
THE CONSTRUCTION MANAGER OF SEE MECHANICAL SPECIFICATIONS AND SPECIFICATION SECTION 036000,
THIS TABLE IS GOOD ONLY FOR CENTER/CENTER SPACING OF REINFORCING BARS EQUAL TO
G 2 PRECEDENCE CONFLICTS BETWEEN SPECIFICATIONS
AND THE REPORT GROUT.
THE MINIMUM SHOWN OR GREATER. NO TRANSVERSE REINFORCING ASSUMED.
IF THERE IS A CONFLICT BETWEEN PROJECT SPECIFICATIONS AND RECOMMENDATIONS FOR RESOLUTION.
STRUCTURAL DRAWINGS, INCLUDING STRUCTURAL NOTES, CONTACT THE
GR 3 EPOXY ADHESIVE GROUT AT ANCHORS INTO CONCRETE: HILTI HIT-RE 500-SD
STRUCTURAL ENGINEER OF RECORD FOR CLARIFICATION. SPECIFIC F 2 ALLOWABLE BEARING PRESSURE
EPOXY ADHESIVE ANCHOR SYSTEM BY HILTI INC. OR EQUAL APPROVED BY
NOTES AND DETAILS ON DRAWINGS TAKE PRECEDENCE OVER GENERAL SHALLOW FOUNDATIONS SHALL BEAR ON
AT LEAST 2 FEET OF STRUCTURAL ENGINEER OF RECORD. INSTALLERS OF HORIZONTAL OR UPWARDLY
CONCRETE COVER = 2.00 IN. CONCRETE COVER = 3.00 IN.
NOTES AND STANDARD DETAILS. FILL AND HAVE BEEN DESIGNED FOR
AN ALLOWABLE BEARING PRESSURE INCLINED ADHESIVE ANCHORS SHALL BE CERTIFIED IN ACCORDANCE WITH
BAR
APPLICATION
OF 3,000 PSF.
THE ACI / CRSI ADHESIVE ANCHOR INSTALLER CERTIFICATION PROGRAM.
SIZE MIN C/C MIN C/C
TOP OTHER TOP OTHER
G 3 DIMENSIONS
SPACING SPACING
STRUCTURAL DIMENSIONS CONTROLLED BY OR RELATED TO THE F 3 MINIMUM FOUNDATION PREPARATION
MECHANICAL OR ELECTRICAL EQUIPMENT SHALL BE VERIFIED BY THE ALL NEW FOUNDATIONS AND SLAB ON
GRADE FLOORS SHALL BE
DEVELOPMENT 15 12 4.50 15 12 6.50
DOWELS
#4
CONTRACTOR PRIOR TO CONSTRUCTION. CONTRACTOR IS RESPONSIBLE SUPPORTED ON A MINIMUM OF 2 FEET
OF PROPERLY PLACED AND
LAP SPLICE 20 16 5.00 20 16 7.00
FOR COORDINATING ALL CONSTRUCTION DIMENSIONS AND NOTIFYING COMPACTED STRUCTURAL FILL (SEE GEOTECHNICAL
REPORT).
DL 1 LOCATE HOLES IN EXISTING CONCRETE TO MISS MAIN REINFORCING BARS,
DEVELOPMENT 19 15 4.75 19 15 6.75
CONSTRUCTION MANAGER OF DISCREPANCIES IN A TIMELY FASHION.
#5
STIRRUPS AND EMBEDMENTS. THIS MAY INVOLVE RELOCATING DOWELS FROM
LAP SPLICE 24 19 5.25 24 19 7.25
F 4 DIFFERING CONDITIONS
POSITIONS SHOWN. NOTIFY THE OWNER'S REPRESENTATIVE OF ANY DOWEL
G 4 PROVISIONS FOR EQUIPMENT FOUNDATION CONDITIONS NOTED DURING
CONSTRUCTION WHICH DIFFER
DEVELOPMENT 22 17 4.75 22 17 6.75
RELOCATIONS. PRIOR TO DRILLING HOLES, FIELD VERIFY AND MARK THE LOCATION
#6
MECHANICAL AND ELECTRICAL EQUIPMENT SUPPORTS, ANCHORAGES, FROM THOSE INDICATED IN THE REPORT
SHALL BE IMMEDIATELY BROUGHT
LAP SPLICE 29 22 5.50 29 22 7.50
OF NEARBY EXISTING REINFORCING BARS, STIRRUPS AND EMBEDMENTS USING A
OPENINGS, RECESSES AND EMBEDMENTS NOT SPECIFIED ON THE TO THE ATTENTION OF THE OWNER'S
REPRESENTATIVE. CONTRACTOR IS
STRUCTURAL DRAWINGS, BUT SPECIFIED ON OTHER CONTRACT
PACHOMETER. IF THEY ARE HIT DURING DRILLING, NOTIFY THE OWNER'S
DEVELOPMENT 33 25 5.00 33 25 7.00
RESPONSIBLE FOR REPLACING WORK CONDUCTED
AFTER SUCH REPRESENTATIVE.
#7
DRAWINGS, SHALL BE PROVIDED PRIOR TO CASTING CONCRETE. NOTIFICATION BUT BEFORE CONSTRUCTION
MANAGER PROVIDES
LAP SPLICE 42 33 5.75 42 33 7.75
ADDITIONAL DIRECTIONS.
DL 2 CLEAN AND PREPARE HOLES IN ACCORDANCE WITH THE EPOXY MANUFACTURER'S
DEVELOPMENT 37 29 5.00 37 29 7.00
G 5 MEANS, METHODS & CONSTRUCTION LOADS
#8
RECOMMENDATIONS. AS A MINIMUM, BLOW COMPRESSED OIL-FREE AIR FROM THE
LAP SPLICE 48 37 6.00 48 37 8.00
CONTRACT DRAWINGS AND SPECIFICATIONS REPRESENT THE FINISHED F6 STRUCTURAL BACKFILL
BOTTOM OF HOLE TOWARDS THE SURFACE.
STRUCTURE. CONTRACTOR IS RESPONSIBLE FOR MEANS, METHODS AND UNLESS NOTED OTHERWISE, STRUCTURAL
BACKFILL SHALL BE PLACED IN
DEVELOPMENT 46 36 5.25 42 32 7.25
DRY AND CLEAN HOLE OF CONTAMINANTS.
#9
SEQUENCE OF CONSTRUCTION, AND SHALL MAKE ADEQUATE PROVISION UNIFORM LAYERS NOT MORE THAN 8"
THICK BEFORE COMPACTION AND
LAP SPLICE 60 46 6.25 55 42 8.25
TO MAINTAIN THE INTEGRITY OF ALL STRUCTURES AT ALL STAGES OF SHALL BE BROUGHT UP UNIFORMLY AROUND
THE STRUCTURE.
DL 3 FILL EACH HOLE WITH A SUFFICIENT AMOUNT OF EPOXY TO COMPLETELY SURROUND
CONSTRUCTION. DETERMINATION OF AND PROVISIONS FOR ADDITIONALLY, BACKFILL SHALL BE
BROUGHT UP UNIFORMLY ON BOTH THE DOWEL. INSERT THE DOWEL AFTER THE EPOXY IS PLACED IN THE HOLE.
NOTES:
CONSTRUCTION LOADING SHALL BE PROVIDED BY THE CONTRACTOR. SIDES OF FOUNDATION WALLS. SEE
SPECIFICATION 312300 FOR ADDITIONAL
INFORMATION.
1. TABULATED VALUES ARE BASED ON GRADE 60 REINFORCING BARS AND
G 6 SAFETY
STEEL
NORMAL-WEIGHT CONCRETE.
CONTRACTOR SHALL TAKE ADEQUATE PRECAUTIONS TO ENSURE THE
SAFETY OF WORKERS AND VISITORS TO THE SITE, INCLUDING BUT NOT CONCRETE
2. TENSION DEVELOPMENT LENGTHS AND TENSION LAP SPLICE LENGTHS ARE
ST 1 ALL STRUCTURAL STEEL WORK SHALL BE IN ACCORDANCE WITH THE AISC
LIMITED TO SHORING, BRACING AND ACCESS RESTRICTION. COMPLY WITH
CALCULATED PER ACI 318-08, SECTIONS 12.2.3 AND 12.15, RESPECTIVELY.
"SPECIFICATION FOR STRUCTURAL STEEL BUILDINGS" (AISC 360-10) AND AISC
ALL FEDERAL, STATE AND LOCAL SAFETY CODES AND STANDARDS. C 1 APPLICABLE CODES
"CODE OF STANDARD PRACTICE FOR STEEL BUILDINGS AND BRIDGES" (AISC 303-10).
3. LAP SPLICE LENGTHS ARE LAP CLASS B = 1.3 ld (ACI 318-08, SECTION 12.15.1).
CONCRETE CONSTRUCTION SHALL CONFORM
TO ACI 301-10
4. TOP BARS ARE HORIZONTAL BARS WITH MORE THAN 12 IN. OF FRESH CONCRETE
G 7 DRAINAGE SURFACES "SPECIFICATIONS FOR STRUCTURAL
CONCRETE", AND THE FOLLOWING ST 2 MATERIALS
CAST BELOW THE BARS.
SLOPE DRAINAGE SURFACES UNIFORMLY TO DRAIN. SLOPE SHALL BE CODES:
1. STEEL WIDE FLANGE SHAPES SHALL CONFORM TO ASTM A992. OTHER STEEL
1/8" TO 1/4" PER FOOT EXCEPT WHERE NOTED OTHERWISE ON THE PLANS. ACI 318-08 "BUILDING CODE REQUIREMENTS
FOR STRUCTURAL CONCRETE"
SHAPES AND PLATES SHALL CONFORM TO ASTM A36.
2. STRUCTURAL STEEL PIPE SHALL CONFORM TO ASTM A53 TYPES E OR S,
G 8 OPENINGS C 2 REINFORCING STEEL DETAILS
GRADE B. STRUCTURAL STEEL TUBING SHALL CONFORM TO ASTM A500 GRADE
OPENINGS THROUGH NEW AND EXISTING WALLS AND SLABS FOR PIPES, ALL DETAILING, FABRICATION AND
ERECTION OF REINFORCING BARS,
B (Fy = 46 KSI).
DUCTS, CONDUITS, ETC., ARE NOT ALL SHOWN ON THE STRUCTURAL UNLESS OTHERWISE NOTED, SHALL BE
IN ACCORDANCE WITH ACI
3. ALL STAINLESS STEEL SHALL BE TYPE 316 MEETING ASTM A276 FOR BARS AND
DRAWINGS. THE CONTRACTOR SHALL COORDINATE WITH OTHER DETAILING MANUAL (ACI SP-66), LATEST
EDITION.
SHAPES, AND ASTM A240 FOR PLATES, UNLESS OTHERWISE SPECIFIED. ALL
DISCIPLINES AND PROVIDE THESE OPENINGS IN ACCORDANCE WITH THE
STAINLESS STEEL SHALL BE PASSIVATED PER ASTM A380.
OTHER CONTRACT DOCUMENTS. C 3 DESIGN STRENGTH
1. STRUCTURAL CAST-IN-PLACE CONCRETE...........................f'c
= 4,500 PSI UNO ST 3 WELDING
2. REINFORCED STEEL ...............................................................ASTM
A615, GRADE
1. WELDING SHALL CONFORM TO AWS D1.1-1 AND AISC 341-10.
DESIGN CRITERIA 60 DEFORMED BARS UNLESS OTHERWISE
NOTED
2. ELECTRODES FOR SHOP AND FIELD WELDS SHALL CONFORM TO AWS A5.1 OR
A5.5, CLASS E70XX.
D 1 GOVERNING BUILDING CODE
C 4 CONCRETE COVER
CONSTRUCTION AND DESIGN SHALL BE IN ACCORDANCE WITH 2012
CONCRETE COVER FOR REINFORCING BARS
SHALL CONFORM TO ACI 318 ST 5 EXPANSION ANCHORS SHALL BE STAINLESS STEEL "KWIK BOLT TZ"
INTERNATIONAL BUILDING CODE. THIS CODE SHALL GOVERN EXCEPT
AND AS FOLLOWS:
BY HILTI INC. OR EQUAL.
WHERE OTHER APPLICABLE CODES OR CONTRACT PROVISIONS ARE MORE
1. CONCRETE CAST AGAINST EARTH
.......................................................... 3"
RESTRICTIVE.
2. CONCRETE EXPOSED TO EARTH,
ST 6 EMBEDDED STEEL
OR WEATHER .............................................................................................
2" STEEL COMPLETELY ENCASED IN CONCRETE SHALL NOT BE GALVANIZED OR
D 2 LIVE LOADS
3. CONCRETE NOT EXPOSED TO EARTH,
PAINTED AND SHALL HAVE A CLEAN SURFACE FOR BONDING TO CONCRETE
1. TRUCK SCALE ........................................................................................HS20
OR WEATHER ........................................................................................
1-1/2" UNLESS OTHERWISE NOTED ON THE DRAWINGS.
D 4 ROOF SNOW LOAD .......................................................................................... 25 PSF
C 5 BAR DEVELOPMENT AND LAP SPLICE LENGTH
ST 7 PAINTING
DRIFTING LOADS IN ACCORDANCE WITH ASCE 7
SEE TABLE AT THE END OF THESE STRUCTURAL
NOTES. IN SLABS, AND STRUCTURAL STEEL SHALL BE COATED IN ACCORDANCE WITH SPECIFICATION.
HORIZONTAL REINFORCING AT WALLS,
SPLICES OF ADJACENT SHOP PRIMER SHALL BE COMPATIBLE WITH FINISH COATINGS.
D 5 WIND
REINFORCING STEEL BARS SHALL BE
STAGGERED AT LEAST ONE SPLICE
BASIC WIND SPEED ................................................................................ 115 MPH
LENGTH, UNLESS OTHERWISE SPECIFIED.
ST 7 PERFORMANCE COATING
RISK CATEGORY ...................................................................................... III
ALL GALVANIZED STEEL EXPOSED TO ATMOSPHERE SHALL RECEIVE A POWDER
EXPOSURE CATEGORY ........................................................................... C
C 6 WELDING REINFORCING BARS
COATING PER SPECIFICATION SECTION 09 96 00 - PERFORMANCE COATING.
TOPOGRAPHIC FACTOR .......................................................................... KZT= 1.0 ALL REINFORCING TO BE WELDED SHALL
CONFORM TO ASTM A706. REBAR
WELDING SHALL BE IN ACCORDANCE WITH
AWS D1.4.
D 6 SEISMIC
MCE ACCELERATION, SHORT PERIOD ........................................................SS = 1.50 g
C 7 STANDARD HOOKS
MCE ACCELERATION, 1-SEC PERIOD ..........................................................S1 = 0.60 g
BARS ENDING IN RIGHT ANGLE BENDS
OR HOOKS SHALL CONFORM TO THE
SITE CLASS ..................................................................................................... D
REQUIREMENTS OF PARAGRAPH 7.1 ACI
318-08. PROVIDE STANDARD
DESIGN ACCEL, SHORT PERIOD .................................................................. SDS = 1.00 g
HOOK IN BARS WHICH TERMINATE AT
WALL OR SLAB INTERSECTIONS THAT
DESIGN ACCEL, 1-SEC PERIOD .................................................................... SD1 = 0.40 g
PROVIDE LESS THAN THE SPECIFIED
DEVELOPMENT LENGTH.
RISK CATEGORY ............................................................................................ III
SEISMIC IMPORTANCE FACTOR ................................................ I = 1.25 IP = 1.00,
C 8 CHAMFERS
EXCEPT FOR FIRE PROTECTION SYSTEM, EGRESS STAIRWAYS,
EXCEPT AS OTHERWISE REQUIRED, EXPOSED
CONCRETE CORNERS AND
AND COMPONENTS CONTAINING HAZARDOUS MATERIALS ............. IP = 1.50
EDGES SHALL HAVE 3/4" CHAMFERS.
RE-ENTRANT CORNERS SHALL NOT
SEISMIC DESIGN CATEGORY ....................................................................... D
HAVE FILLETS.
C 9 ANCHOR BOLTS
ANCHOR BOLTS SHALL BE STAINLESS
STEEL TYPE 316 MATERIAL UNLESS
OTHERWISE NOTED (SEE SPECIFICATIONS).
C12 VAPOR BARRIER BELOW SLAB ON GRADE
VAPOR BARRIER, WHERE NOTED ON THE
DRAWINGS, SHALL BE 10 MIL
MINIMUMCLASS A OR B PLASTIC WATER
VAPOR RETARDER PER ASTM
E1745. INSTALL PER ASTM E1643. LAP
JOINTS 6" AND SEAL WITH
MANUFACTURER'S RECOMMENDED TAPE
OR ADHESIVE.
25898
TABLE 1
TABLE
2
REQUIRED SPECIAL INSPECTIONS - STRUCTURAL SYSTEMS
REQUIRED SPECIAL INSPECTIONS - NONSTRUCTURAL SYSTEMS
FREQUENCY OF
SYSTEM OR MATERIAL REQUIRED INSPECTION
REMARKS SYSTEM OR MATERIAL REQUIRED INSPECTION
FREQUENCY OF INSPECTION REMARKS
INSPECTION
CONTINUOUS PERIODIC
CONTINUOUS PERIODIC
SOILS VERIFY EXCAVATIONS ARE EXTENDED TO PROPER
ARCHITECTURAL INSPECT WELDING OF GUARD AND HANDRAIL SYSTEMS
X
X
DEPTH AND HAVE REACHED PROPER MATERIAL
VERIFY SOIL MATERIALS BELOW FOOTINGS ARE
X
ADEQUATE TO ACHIEVE DESIGN BEARING CAPACITY
PRIOR TO PLACEMENT OF CONTROLLED FILL, OBSERVE
SUBGRADE AND VERIFY THAT SITE HAS BEEN X
MECHANICAL
PREPARED PROPERLY
PERFORM CLASSIFICATION AND TESTING OF
SEE TABLE 3 INSPECT ANCHORAGE OF ALL MECHANICAL SYSTEMS
X
CONTROLLED FILL MATERIALS
(INCLUDING EQUIPMENT PIPING, DUCT WORK, ETC.)
X
VERIFY USE OF PROPER MATERIALS, DENSITIES AND
SEE TABLE 3 REQUIRING STANDBY POWER
LIFT THICKNESSES DURING PLACEMENT AND X
CERTIFICATE OF COMPLIANCE FOR ALL MECHANICAL
EQUIPMENT MANUFACTURER SHALL
COMPACTION OF CONTROLLED FILL
EQUIPMENT REQUIRING STANDBY POWER
PROVIDE CERTIFICATE OF
VERIFY USE OF DRAIN ROCK BEHIND RETAINING WALLS
COMPLIANCE
X
ELECTRICAL INSPECT ANCHORAGE OF ELECTRICAL EQUIPMENT FOR
PROOF ROLLING OF SOILS DISTURBED BY GROUND
X
STANDBY POWER
X
IMPROVEMENTS
INSPECT ANCHORAGE OF ALL OTHER ELECTRICAL
EQUIPMENT REQUIRING STANDBY POWER
X
CONCRETE INSPECT FORMWORK FOR LOCATION AND DIMENSIONS
X
OF MEMBER BEING FORMED
CERTIFICATE OF COMPLIANCE FOR ALL ELECTRICAL
EQUIPMENT MANUFACTURER SHALL
VERIFY MATERIAL FOR REINFORCEMENT
CONTRACTOR TO SUBMIT CERTIFIED
X
EQUIPMENT FOR STANDBY POWER AND ALL
PROVIDE CERTIFICATE OF
MILL TEST REPORTS
ELECTRICAL EQUIPMENT REQUIRING STANDBY POWER
COMPLIANCE
REINFORCING STEEL PLACEMENT
X
EMERGENCY LIGHTING
INSPECT ANCHORS TO BE CAST IN CONCRETE
PRIOR TO AND DURING CONCRETE
X
X
PLACEMENT
INSPECT POST-INSTALLED CONCRETE ANCHORS:
INSPECTION TO CONFORM TO IBC AND
- HORIZONTAL AND UPWARDLY INCLINED
TO ANCHOR MANUFACTURER'S
ADHESIVE ANCHORS X
RECOMMENDATIONS AND ICC
- OTHER ANCHORS UNLESS ICC REPORT REQUIRED
REPORTS TABLE 3
CONTINUOUS INSPECTION X
REQUIRED TESTING FOR SPECIAL INSPECTIONS
VERIFY USE OF REQUIRED CONCRETE MIX DESIGN(S)
X
TESTING
AT THE TIME FRESH CONCRETE IS SAMPLED TO
CONTINUOUS DURING PREPARATION SYSTEM OR MATERIAL CODE OR STANDARD
REMARKS
FREQUENCY
FABRICATE SPECIMENS FOR STRENGTH TESTS,
OF SAMPLES REFERENCE
X
PERFORM SLUMP AND AIR CONTENT TESTS, AND
GEOTECHNICAL
TEMPERATURE OF CONCRETE
EACH 300 SF OF
CONCRETE PLACEMENT
PREPARED SUBGRADE DENSITY ASTM D6938 PER
GEOTECHNICAL REPORT
X
PREPARED SUBGRADE
INSPECTION FOR MAINTENANCE OF CURING
VERIFY APPROPRIATE CURING EACH 300 SF OF EACH
FILL IN-PLACE DENSITY ASTM D6938 PER
GEOTECHNICAL REPORT
PROCEDURES AND TEMPERATURE X
METHOD HAS BEEN IMPLEMENTED LIFT PLACED EACH DAY
AFTER EACH POUR CONCRETE
VERIFY IN-SITU CONCRETE STRENGTH PRIOR TO
REMOVAL OF SHORES AND FORMS FROM STRUCTURAL X
SLABS AND BEAMS
CEMENTITIOUS GROUTING OF BASE PLATES AND EPOXY
CONCRETE COMPRESSIVE ASTM C31,ASTM SEE SPECIFICATION
X
GROUTING FOR EQUIPMENT MOUNTING
STRENGTH C39,ASTM C172 03300
STRUCTURAL STEEL FABRICATION OF STRUCTURAL ELEMENTS
FABRICATOR SHALL BE APPROVED IN
ACCORDANCE WITH IBC, CHAPTER 17 WHENEVER CYLINDERS
CONCRETE SLUMP ASTM C143
TO PERFORM WORK WITHOUT ARE CAST
SPECIAL INSPECTION WHENEVER CYLINDERS
CONCRETE AIR CONTENT ASTM C231
VERIFY MATERIAL OF ANCHOR BOLTS AND THREADED
CONTRACTOR TO SUBMIT ARE CAST
RODS X
MANUFACTURER'S CERTIFIED TEST WHENEVER CYLINDERS
CONCRETE TEMPERATURE ASTM C1064
REPORTS ARE CAST
VERIFY MATERIAL FOR STRUCTURAL STEEL SHAPES,
CONTRACTOR TO SUBMIT CERTIFIED CEMETITIOUS AND EPOXY ASTM C942 TEST
2" CUBES FOR EACH GROUT SHIPMENT TO
PLATES, BARS, ETC. X
MILL TEST REPORTS GROUT COMPRESSIVE (CEMENTITIOUS) THE
FIELD
STRENGTH ASTM C579 (EPOXY)
VERIFY MATERIALS FOR WELD FILLER MATERIALS
X
VERIFY WELDER QUALIFICATIONS
CONTRACTOR TO SUBMIT WELDERS
X
CERTIFICATES QUALITY ASSURANCE NOTES
VERIFY USE OF PROPER WELDING PROCEDURES
X
INSPECT COMPLETE AND PARTIAL-PENETRATION
1. THE QUALITY OF THE WORKMANSHIP AND THE QUALITY OF THE MATERIALS OF CONSTRUCTION ARE GOVERNED BY
GROOVE WELDS, MULTI-PASS FILLET WELDS, AND X
THE INTERNATIONAL BUILDING CODE, 2012 EDITION (IBC).
SINGLE-PASS FILLET WELDS GREATER THAN 5/16"
2. ALL NEW STRUCTURES AND MODIFICATIONS TO EXISTING STRUCTURES TO BE CONSTRUCTED AS A PART OF THIS
INSPECT SINGLE-PASS FILLET WELDS LESS THAN OR
VISUALLY INSPECT ALL WELDS PROJECT ARE CLASSIFIED AS OCCUPANT CATEGORY III, IN ACCORDANCE WITH THE IBC. THE STRUCTURES ARE
EQUAL TO 5/16" X
CLASSIFIED AS SEISMIC DESIGN CATEGORY D.
3. TO ASSURE THE QUALITY OF THE CONSTRUCTION OF THIS PROJECT, STRUCTURAL TESTS, SPECIAL INSPECTION
AND STRUCTURAL OBSERVATION WILL BE PERFORMED IN ACCORDANCE WITH IBC, CHAPTER 17.
4. WHERE FREQUENCY OF INSPECTION IS SPECIFIED TO BE CONTINUOUS, THE SPECIAL INSPECTOR IS EXPECTED TO
BE PRESENT IN THE AREA WHERE THE WORK IS BEING PERFORMED AND PROVIDING FULL-TIME OBSERVATION OF
THE WORK REQUIRING SPECIAL INSPECTION.
5. WHERE FREQUENCY OF INSPECTION IS SPECIFIED TO BE PERIODIC, THE SPECIAL INSPECTOR IS EXPECTED TO BE
PRESENT IN THE AREA WHERE THE WORK HAS BEEN OR IS BEING PERFORMED AND AT THE COMPLETION OF THE
WORK (PRIOR TO THE NEXT CONSTRUCTION TASK).
6. SPECIAL INSPECTIONS ARE IN ADDITION TO INSPECTIONS BY THE BUILDING OFFICIALS. CONSTRUCTION IS SUBJECT
TO INSPECTION BY THE BUILDING OFFICIAL. COORDINATE WITH BUILDING DEPARTMENT TO DETERMINE REQUIRED
INSPECTIONS.
7. CONTRACTOR SHALL PROVIDE ACCESS TO THE WORK FOR REQUIRED INSPECTIONS. CONTRACTOR SHALL PROVIDE
NOTIFICATION IN ADVANCE OF REQUIRED INSPECTIONS, TESTING AND STRUCTURAL OBSERVATIONS.
F
HS-120
PNL-001
MCC-100
PNL-100
ID
SIZE
250 OHM
RES
30A
3P
2
CR
ID
3/4" DIAMETER x
10'-0" COPPERCLAD
GROUND ROD
PANEL SCHEDULE
PANEL A
4
6
5 7
2
8
1 2 3
1 6
2
3 7
4
8
5
ELECTRICAL SITE PLAN
R
Know what's
ELECTRICAL SITE PLAN
R
Know what's
R
TEMPORARY ELECTRICAL SITE PLAN Know what's
F
F
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
NORTH COUNTY RTS SCALE REPLACEMENT
LIMITS
PROJECT # RR8744
ARLINGTON
CEMETERY
SR9
ARLINGTON
MUNICIPAL
AIRPORT
TO SR531
GENERAL FOUNDATION
GROUT
TENSION DEVELOPMENT AND LAP SPLICE LENGTHS (IN
G 1 SCOPE F 1 DESIGN BASIS
GR 1 PRECISION NON-SHRINK CEMENT GROUT SHALL BE MASTERFLOW 928 GROUT
INCHES) FOR UNCOATED BARS IN NORMAL-WEIGHT
THE GENERAL NOTES AND STANDARD DETAILS ARE GENERAL AND APPLY FOUNDATION DESIGN IS BASED ON RECOMMENDATIONS
CONTAINED IN THE OR EQUAL.
TO THE ENTIRE PROJECT EXCEPT WHERE THERE ARE SPECIFIC GEOTECHNICAL REPORT, CONTRACTOR
SHALL FOLLOW THE PROJECT
CONCRETE WITH fc' = 4,000 PSI OR HIGHER
INDICATIONS TO THE CONTRARY. SPECIFICATIONS AND TAKE INTO CONSIDERATION
RECOMMENDATIONS GR 2 EQUIPMENT GROUTING
CONTAINED IN THE REPORT. NOTIFY
THE CONSTRUCTION MANAGER OF SEE MECHANICAL SPECIFICATIONS AND SPECIFICATION SECTION 036000,
THIS TABLE IS GOOD ONLY FOR CENTER/CENTER SPACING OF REINFORCING BARS EQUAL TO
G 2 PRECEDENCE CONFLICTS BETWEEN SPECIFICATIONS
AND THE REPORT GROUT.
THE MINIMUM SHOWN OR GREATER. NO TRANSVERSE REINFORCING ASSUMED.
IF THERE IS A CONFLICT BETWEEN PROJECT SPECIFICATIONS AND RECOMMENDATIONS FOR RESOLUTION.
STRUCTURAL DRAWINGS, INCLUDING STRUCTURAL NOTES, CONTACT THE
GR 3 EPOXY ADHESIVE GROUT AT ANCHORS INTO CONCRETE: HILTI HIT-RE 500-SD
STRUCTURAL ENGINEER OF RECORD FOR CLARIFICATION. SPECIFIC F 2 ALLOWABLE BEARING PRESSURE
EPOXY ADHESIVE ANCHOR SYSTEM BY HILTI INC. OR EQUAL APPROVED BY
NOTES AND DETAILS ON DRAWINGS TAKE PRECEDENCE OVER GENERAL SHALLOW FOUNDATIONS SHALL BEAR ON
AT LEAST 2 FEET OF STRUCTURAL ENGINEER OF RECORD. INSTALLERS OF HORIZONTAL OR UPWARDLY
CONCRETE COVER = 2.00 IN. CONCRETE COVER = 3.00 IN.
NOTES AND STANDARD DETAILS. FILL AND HAVE BEEN DESIGNED FOR
AN ALLOWABLE BEARING PRESSURE INCLINED ADHESIVE ANCHORS SHALL BE CERTIFIED IN ACCORDANCE WITH
BAR
APPLICATION
OF 3,000 PSF.
THE ACI / CRSI ADHESIVE ANCHOR INSTALLER CERTIFICATION PROGRAM.
SIZE MIN C/C MIN C/C
TOP OTHER TOP OTHER
G 3 DIMENSIONS
SPACING SPACING
STRUCTURAL DIMENSIONS CONTROLLED BY OR RELATED TO THE F 3 MINIMUM FOUNDATION PREPARATION
MECHANICAL OR ELECTRICAL EQUIPMENT SHALL BE VERIFIED BY THE ALL NEW FOUNDATIONS AND SLAB ON
GRADE FLOORS SHALL BE
DEVELOPMENT 15 12 4.50 15 12 6.50
DOWELS
#4
CONTRACTOR PRIOR TO CONSTRUCTION. CONTRACTOR IS RESPONSIBLE SUPPORTED ON A MINIMUM OF 2 FEET
OF PROPERLY PLACED AND
LAP SPLICE 20 16 5.00 20 16 7.00
FOR COORDINATING ALL CONSTRUCTION DIMENSIONS AND NOTIFYING COMPACTED STRUCTURAL FILL (SEE GEOTECHNICAL
REPORT).
DL 1 LOCATE HOLES IN EXISTING CONCRETE TO MISS MAIN REINFORCING BARS,
DEVELOPMENT 19 15 4.75 19 15 6.75
CONSTRUCTION MANAGER OF DISCREPANCIES IN A TIMELY FASHION.
#5
STIRRUPS AND EMBEDMENTS. THIS MAY INVOLVE RELOCATING DOWELS FROM
LAP SPLICE 24 19 5.25 24 19 7.25
F 4 DIFFERING CONDITIONS
POSITIONS SHOWN. NOTIFY THE OWNER'S REPRESENTATIVE OF ANY DOWEL
G 4 PROVISIONS FOR EQUIPMENT FOUNDATION CONDITIONS NOTED DURING
CONSTRUCTION WHICH DIFFER
DEVELOPMENT 22 17 4.75 22 17 6.75
RELOCATIONS. PRIOR TO DRILLING HOLES, FIELD VERIFY AND MARK THE LOCATION
#6
MECHANICAL AND ELECTRICAL EQUIPMENT SUPPORTS, ANCHORAGES, FROM THOSE INDICATED IN THE REPORT
SHALL BE IMMEDIATELY BROUGHT
LAP SPLICE 29 22 5.50 29 22 7.50
OF NEARBY EXISTING REINFORCING BARS, STIRRUPS AND EMBEDMENTS USING A
OPENINGS, RECESSES AND EMBEDMENTS NOT SPECIFIED ON THE TO THE ATTENTION OF THE OWNER'S
REPRESENTATIVE. CONTRACTOR IS
STRUCTURAL DRAWINGS, BUT SPECIFIED ON OTHER CONTRACT
PACHOMETER. IF THEY ARE HIT DURING DRILLING, NOTIFY THE OWNER'S
DEVELOPMENT 33 25 5.00 33 25 7.00
RESPONSIBLE FOR REPLACING WORK CONDUCTED
AFTER SUCH REPRESENTATIVE.
#7
DRAWINGS, SHALL BE PROVIDED PRIOR TO CASTING CONCRETE. NOTIFICATION BUT BEFORE CONSTRUCTION
MANAGER PROVIDES
LAP SPLICE 42 33 5.75 42 33 7.75
ADDITIONAL DIRECTIONS.
DL 2 CLEAN AND PREPARE HOLES IN ACCORDANCE WITH THE EPOXY MANUFACTURER'S
DEVELOPMENT 37 29 5.00 37 29 7.00
G 5 MEANS, METHODS & CONSTRUCTION LOADS
#8
RECOMMENDATIONS. AS A MINIMUM, BLOW COMPRESSED OIL-FREE AIR FROM THE
LAP SPLICE 48 37 6.00 48 37 8.00
CONTRACT DRAWINGS AND SPECIFICATIONS REPRESENT THE FINISHED F6 STRUCTURAL BACKFILL
BOTTOM OF HOLE TOWARDS THE SURFACE.
STRUCTURE. CONTRACTOR IS RESPONSIBLE FOR MEANS, METHODS AND UNLESS NOTED OTHERWISE, STRUCTURAL
BACKFILL SHALL BE PLACED IN
DEVELOPMENT 46 36 5.25 42 32 7.25
DRY AND CLEAN HOLE OF CONTAMINANTS.
#9
SEQUENCE OF CONSTRUCTION, AND SHALL MAKE ADEQUATE PROVISION UNIFORM LAYERS NOT MORE THAN 8"
THICK BEFORE COMPACTION AND
LAP SPLICE 60 46 6.25 55 42 8.25
TO MAINTAIN THE INTEGRITY OF ALL STRUCTURES AT ALL STAGES OF SHALL BE BROUGHT UP UNIFORMLY AROUND
THE STRUCTURE.
DL 3 FILL EACH HOLE WITH A SUFFICIENT AMOUNT OF EPOXY TO COMPLETELY SURROUND
CONSTRUCTION. DETERMINATION OF AND PROVISIONS FOR ADDITIONALLY, BACKFILL SHALL BE
BROUGHT UP UNIFORMLY ON BOTH THE DOWEL. INSERT THE DOWEL AFTER THE EPOXY IS PLACED IN THE HOLE.
NOTES:
CONSTRUCTION LOADING SHALL BE PROVIDED BY THE CONTRACTOR. SIDES OF FOUNDATION WALLS. SEE
SPECIFICATION 312300 FOR ADDITIONAL
INFORMATION.
1. TABULATED VALUES ARE BASED ON GRADE 60 REINFORCING BARS AND
G 6 SAFETY
STEEL
NORMAL-WEIGHT CONCRETE.
CONTRACTOR SHALL TAKE ADEQUATE PRECAUTIONS TO ENSURE THE
SAFETY OF WORKERS AND VISITORS TO THE SITE, INCLUDING BUT NOT CONCRETE
2. TENSION DEVELOPMENT LENGTHS AND TENSION LAP SPLICE LENGTHS ARE
ST 1 ALL STRUCTURAL STEEL WORK SHALL BE IN ACCORDANCE WITH THE AISC
LIMITED TO SHORING, BRACING AND ACCESS RESTRICTION. COMPLY WITH
CALCULATED PER ACI 318-08, SECTIONS 12.2.3 AND 12.15, RESPECTIVELY.
"SPECIFICATION FOR STRUCTURAL STEEL BUILDINGS" (AISC 360-10) AND AISC
ALL FEDERAL, STATE AND LOCAL SAFETY CODES AND STANDARDS. C 1 APPLICABLE CODES
"CODE OF STANDARD PRACTICE FOR STEEL BUILDINGS AND BRIDGES" (AISC 303-10).
3. LAP SPLICE LENGTHS ARE LAP CLASS B = 1.3 ld (ACI 318-08, SECTION 12.15.1).
CONCRETE CONSTRUCTION SHALL CONFORM
TO ACI 301-10
4. TOP BARS ARE HORIZONTAL BARS WITH MORE THAN 12 IN. OF FRESH CONCRETE
G 7 DRAINAGE SURFACES "SPECIFICATIONS FOR STRUCTURAL
CONCRETE", AND THE FOLLOWING ST 2 MATERIALS
CAST BELOW THE BARS.
SLOPE DRAINAGE SURFACES UNIFORMLY TO DRAIN. SLOPE SHALL BE CODES:
1. STEEL WIDE FLANGE SHAPES SHALL CONFORM TO ASTM A992. OTHER STEEL
1/8" TO 1/4" PER FOOT EXCEPT WHERE NOTED OTHERWISE ON THE PLANS. ACI 318-08 "BUILDING CODE REQUIREMENTS
FOR STRUCTURAL CONCRETE"
SHAPES AND PLATES SHALL CONFORM TO ASTM A36.
2. STRUCTURAL STEEL PIPE SHALL CONFORM TO ASTM A53 TYPES E OR S,
G 8 OPENINGS C 2 REINFORCING STEEL DETAILS
GRADE B. STRUCTURAL STEEL TUBING SHALL CONFORM TO ASTM A500 GRADE
OPENINGS THROUGH NEW AND EXISTING WALLS AND SLABS FOR PIPES, ALL DETAILING, FABRICATION AND
ERECTION OF REINFORCING BARS,
B (Fy = 46 KSI).
DUCTS, CONDUITS, ETC., ARE NOT ALL SHOWN ON THE STRUCTURAL UNLESS OTHERWISE NOTED, SHALL BE
IN ACCORDANCE WITH ACI
3. ALL STAINLESS STEEL SHALL BE TYPE 316 MEETING ASTM A276 FOR BARS AND
DRAWINGS. THE CONTRACTOR SHALL COORDINATE WITH OTHER DETAILING MANUAL (ACI SP-66), LATEST
EDITION.
SHAPES, AND ASTM A240 FOR PLATES, UNLESS OTHERWISE SPECIFIED. ALL
DISCIPLINES AND PROVIDE THESE OPENINGS IN ACCORDANCE WITH THE
STAINLESS STEEL SHALL BE PASSIVATED PER ASTM A380.
OTHER CONTRACT DOCUMENTS. C 3 DESIGN STRENGTH
1. STRUCTURAL CAST-IN-PLACE CONCRETE...........................f'c
= 4,500 PSI UNO ST 3 WELDING
2. REINFORCED STEEL ...............................................................ASTM
A615, GRADE
1. WELDING SHALL CONFORM TO AWS D1.1-1 AND AISC 341-10.
DESIGN CRITERIA 60 DEFORMED BARS UNLESS OTHERWISE
NOTED
2. ELECTRODES FOR SHOP AND FIELD WELDS SHALL CONFORM TO AWS A5.1 OR
A5.5, CLASS E70XX.
D 1 GOVERNING BUILDING CODE
C 4 CONCRETE COVER
CONSTRUCTION AND DESIGN SHALL BE IN ACCORDANCE WITH 2012
CONCRETE COVER FOR REINFORCING BARS
SHALL CONFORM TO ACI 318 ST 5 EXPANSION ANCHORS SHALL BE STAINLESS STEEL "KWIK BOLT TZ"
INTERNATIONAL BUILDING CODE. THIS CODE SHALL GOVERN EXCEPT
AND AS FOLLOWS:
BY HILTI INC. OR EQUAL.
WHERE OTHER APPLICABLE CODES OR CONTRACT PROVISIONS ARE MORE
1. CONCRETE CAST AGAINST EARTH
.......................................................... 3"
RESTRICTIVE.
2. CONCRETE EXPOSED TO EARTH,
ST 6 EMBEDDED STEEL
OR WEATHER .............................................................................................
2" STEEL COMPLETELY ENCASED IN CONCRETE SHALL NOT BE GALVANIZED OR
D 2 LIVE LOADS
3. CONCRETE NOT EXPOSED TO EARTH,
PAINTED AND SHALL HAVE A CLEAN SURFACE FOR BONDING TO CONCRETE
1. TRUCK SCALE ........................................................................................HS20
OR WEATHER ........................................................................................
1-1/2" UNLESS OTHERWISE NOTED ON THE DRAWINGS.
D 4 ROOF SNOW LOAD .......................................................................................... 25 PSF
C 5 BAR DEVELOPMENT AND LAP SPLICE LENGTH
ST 7 PAINTING
DRIFTING LOADS IN ACCORDANCE WITH ASCE 7
SEE TABLE AT THE END OF THESE STRUCTURAL
NOTES. IN SLABS, AND STRUCTURAL STEEL SHALL BE COATED IN ACCORDANCE WITH SPECIFICATION.
HORIZONTAL REINFORCING AT WALLS,
SPLICES OF ADJACENT SHOP PRIMER SHALL BE COMPATIBLE WITH FINISH COATINGS.
D 5 WIND
REINFORCING STEEL BARS SHALL BE
STAGGERED AT LEAST ONE SPLICE
BASIC WIND SPEED ................................................................................ 115 MPH
LENGTH, UNLESS OTHERWISE SPECIFIED.
ST 7 PERFORMANCE COATING
RISK CATEGORY ...................................................................................... III
ALL GALVANIZED STEEL EXPOSED TO ATMOSPHERE SHALL RECEIVE A POWDER
EXPOSURE CATEGORY ........................................................................... C
C 6 WELDING REINFORCING BARS
COATING PER SPECIFICATION SECTION 09 96 00 - PERFORMANCE COATING.
TOPOGRAPHIC FACTOR .......................................................................... KZT= 1.0 ALL REINFORCING TO BE WELDED SHALL
CONFORM TO ASTM A706. REBAR
WELDING SHALL BE IN ACCORDANCE WITH
AWS D1.4.
D 6 SEISMIC
MCE ACCELERATION, SHORT PERIOD ........................................................SS = 1.50 g
C 7 STANDARD HOOKS
MCE ACCELERATION, 1-SEC PERIOD ..........................................................S1 = 0.60 g
BARS ENDING IN RIGHT ANGLE BENDS
OR HOOKS SHALL CONFORM TO THE
SITE CLASS ..................................................................................................... D
REQUIREMENTS OF PARAGRAPH 7.1 ACI
318-08. PROVIDE STANDARD
DESIGN ACCEL, SHORT PERIOD .................................................................. SDS = 1.00 g
HOOK IN BARS WHICH TERMINATE AT
WALL OR SLAB INTERSECTIONS THAT
DESIGN ACCEL, 1-SEC PERIOD .................................................................... SD1 = 0.40 g
PROVIDE LESS THAN THE SPECIFIED
DEVELOPMENT LENGTH.
RISK CATEGORY ............................................................................................ III
SEISMIC IMPORTANCE FACTOR ................................................ I = 1.25 IP = 1.00,
C 8 CHAMFERS
EXCEPT FOR FIRE PROTECTION SYSTEM, EGRESS STAIRWAYS,
EXCEPT AS OTHERWISE REQUIRED, EXPOSED
CONCRETE CORNERS AND
AND COMPONENTS CONTAINING HAZARDOUS MATERIALS ............. IP = 1.50
EDGES SHALL HAVE 3/4" CHAMFERS.
RE-ENTRANT CORNERS SHALL NOT
SEISMIC DESIGN CATEGORY ....................................................................... D
HAVE FILLETS.
C 9 ANCHOR BOLTS
ANCHOR BOLTS SHALL BE STAINLESS
STEEL TYPE 316 MATERIAL UNLESS
OTHERWISE NOTED (SEE SPECIFICATIONS).
C12 VAPOR BARRIER BELOW SLAB ON GRADE
VAPOR BARRIER, WHERE NOTED ON THE
DRAWINGS, SHALL BE 10 MIL
MINIMUMCLASS A OR B PLASTIC WATER
VAPOR RETARDER PER ASTM
E1745. INSTALL PER ASTM E1643. LAP
JOINTS 6" AND SEAL WITH
MANUFACTURER'S RECOMMENDED TAPE
OR ADHESIVE.
25898
TABLE 1
TABLE
2
REQUIRED SPECIAL INSPECTIONS - STRUCTURAL SYSTEMS
REQUIRED SPECIAL INSPECTIONS - NONSTRUCTURAL SYSTEMS
FREQUENCY OF
SYSTEM OR MATERIAL REQUIRED INSPECTION
REMARKS SYSTEM OR MATERIAL REQUIRED INSPECTION
FREQUENCY OF INSPECTION REMARKS
INSPECTION
CONTINUOUS PERIODIC
CONTINUOUS PERIODIC
SOILS VERIFY EXCAVATIONS ARE EXTENDED TO PROPER
ARCHITECTURAL INSPECT WELDING OF GUARD AND HANDRAIL SYSTEMS
X
X
DEPTH AND HAVE REACHED PROPER MATERIAL
VERIFY SOIL MATERIALS BELOW FOOTINGS ARE
X
ADEQUATE TO ACHIEVE DESIGN BEARING CAPACITY
PRIOR TO PLACEMENT OF CONTROLLED FILL, OBSERVE
SUBGRADE AND VERIFY THAT SITE HAS BEEN X
MECHANICAL
PREPARED PROPERLY
PERFORM CLASSIFICATION AND TESTING OF
SEE TABLE 3 INSPECT ANCHORAGE OF ALL MECHANICAL SYSTEMS
X
CONTROLLED FILL MATERIALS
(INCLUDING EQUIPMENT PIPING, DUCT WORK, ETC.)
X
VERIFY USE OF PROPER MATERIALS, DENSITIES AND
SEE TABLE 3 REQUIRING STANDBY POWER
LIFT THICKNESSES DURING PLACEMENT AND X
CERTIFICATE OF COMPLIANCE FOR ALL MECHANICAL
EQUIPMENT MANUFACTURER SHALL
COMPACTION OF CONTROLLED FILL
EQUIPMENT REQUIRING STANDBY POWER
PROVIDE CERTIFICATE OF
VERIFY USE OF DRAIN ROCK BEHIND RETAINING WALLS
COMPLIANCE
X
ELECTRICAL INSPECT ANCHORAGE OF ELECTRICAL EQUIPMENT FOR
PROOF ROLLING OF SOILS DISTURBED BY GROUND
X
STANDBY POWER
X
IMPROVEMENTS
INSPECT ANCHORAGE OF ALL OTHER ELECTRICAL
EQUIPMENT REQUIRING STANDBY POWER
X
CONCRETE INSPECT FORMWORK FOR LOCATION AND DIMENSIONS
X
OF MEMBER BEING FORMED
CERTIFICATE OF COMPLIANCE FOR ALL ELECTRICAL
EQUIPMENT MANUFACTURER SHALL
VERIFY MATERIAL FOR REINFORCEMENT
CONTRACTOR TO SUBMIT CERTIFIED
X
EQUIPMENT FOR STANDBY POWER AND ALL
PROVIDE CERTIFICATE OF
MILL TEST REPORTS
ELECTRICAL EQUIPMENT REQUIRING STANDBY POWER
COMPLIANCE
REINFORCING STEEL PLACEMENT
X
EMERGENCY LIGHTING
INSPECT ANCHORS TO BE CAST IN CONCRETE
PRIOR TO AND DURING CONCRETE
X
X
PLACEMENT
INSPECT POST-INSTALLED CONCRETE ANCHORS:
INSPECTION TO CONFORM TO IBC AND
- HORIZONTAL AND UPWARDLY INCLINED
TO ANCHOR MANUFACTURER'S
ADHESIVE ANCHORS X
RECOMMENDATIONS AND ICC
- OTHER ANCHORS UNLESS ICC REPORT REQUIRED
REPORTS TABLE 3
CONTINUOUS INSPECTION X
REQUIRED TESTING FOR SPECIAL INSPECTIONS
VERIFY USE OF REQUIRED CONCRETE MIX DESIGN(S)
X
TESTING
AT THE TIME FRESH CONCRETE IS SAMPLED TO
CONTINUOUS DURING PREPARATION SYSTEM OR MATERIAL CODE OR STANDARD
REMARKS
FREQUENCY
FABRICATE SPECIMENS FOR STRENGTH TESTS,
OF SAMPLES REFERENCE
X
PERFORM SLUMP AND AIR CONTENT TESTS, AND
GEOTECHNICAL
TEMPERATURE OF CONCRETE
EACH 300 SF OF
CONCRETE PLACEMENT
PREPARED SUBGRADE DENSITY ASTM D6938 PER
GEOTECHNICAL REPORT
X
PREPARED SUBGRADE
INSPECTION FOR MAINTENANCE OF CURING
VERIFY APPROPRIATE CURING EACH 300 SF OF EACH
FILL IN-PLACE DENSITY ASTM D6938 PER
GEOTECHNICAL REPORT
PROCEDURES AND TEMPERATURE X
METHOD HAS BEEN IMPLEMENTED LIFT PLACED EACH DAY
AFTER EACH POUR CONCRETE
VERIFY IN-SITU CONCRETE STRENGTH PRIOR TO
REMOVAL OF SHORES AND FORMS FROM STRUCTURAL X
SLABS AND BEAMS
CEMENTITIOUS GROUTING OF BASE PLATES AND EPOXY
CONCRETE COMPRESSIVE ASTM C31,ASTM SEE SPECIFICATION
X
GROUTING FOR EQUIPMENT MOUNTING
STRENGTH C39,ASTM C172 03300
STRUCTURAL STEEL FABRICATION OF STRUCTURAL ELEMENTS
FABRICATOR SHALL BE APPROVED IN
ACCORDANCE WITH IBC, CHAPTER 17 WHENEVER CYLINDERS
CONCRETE SLUMP ASTM C143
TO PERFORM WORK WITHOUT ARE CAST
SPECIAL INSPECTION WHENEVER CYLINDERS
CONCRETE AIR CONTENT ASTM C231
VERIFY MATERIAL OF ANCHOR BOLTS AND THREADED
CONTRACTOR TO SUBMIT ARE CAST
RODS X
MANUFACTURER'S CERTIFIED TEST WHENEVER CYLINDERS
CONCRETE TEMPERATURE ASTM C1064
REPORTS ARE CAST
VERIFY MATERIAL FOR STRUCTURAL STEEL SHAPES,
CONTRACTOR TO SUBMIT CERTIFIED CEMETITIOUS AND EPOXY ASTM C942 TEST
2" CUBES FOR EACH GROUT SHIPMENT TO
PLATES, BARS, ETC. X
MILL TEST REPORTS GROUT COMPRESSIVE (CEMENTITIOUS) THE
FIELD
STRENGTH ASTM C579 (EPOXY)
VERIFY MATERIALS FOR WELD FILLER MATERIALS
X
VERIFY WELDER QUALIFICATIONS
CONTRACTOR TO SUBMIT WELDERS
X
CERTIFICATES QUALITY ASSURANCE NOTES
VERIFY USE OF PROPER WELDING PROCEDURES
X
INSPECT COMPLETE AND PARTIAL-PENETRATION
1. THE QUALITY OF THE WORKMANSHIP AND THE QUALITY OF THE MATERIALS OF CONSTRUCTION ARE GOVERNED BY
GROOVE WELDS, MULTI-PASS FILLET WELDS, AND X
THE INTERNATIONAL BUILDING CODE, 2012 EDITION (IBC).
SINGLE-PASS FILLET WELDS GREATER THAN 5/16"
2. ALL NEW STRUCTURES AND MODIFICATIONS TO EXISTING STRUCTURES TO BE CONSTRUCTED AS A PART OF THIS
INSPECT SINGLE-PASS FILLET WELDS LESS THAN OR
VISUALLY INSPECT ALL WELDS PROJECT ARE CLASSIFIED AS OCCUPANT CATEGORY III, IN ACCORDANCE WITH THE IBC. THE STRUCTURES ARE
EQUAL TO 5/16" X
CLASSIFIED AS SEISMIC DESIGN CATEGORY D.
3. TO ASSURE THE QUALITY OF THE CONSTRUCTION OF THIS PROJECT, STRUCTURAL TESTS, SPECIAL INSPECTION
AND STRUCTURAL OBSERVATION WILL BE PERFORMED IN ACCORDANCE WITH IBC, CHAPTER 17.
4. WHERE FREQUENCY OF INSPECTION IS SPECIFIED TO BE CONTINUOUS, THE SPECIAL INSPECTOR IS EXPECTED TO
BE PRESENT IN THE AREA WHERE THE WORK IS BEING PERFORMED AND PROVIDING FULL-TIME OBSERVATION OF
THE WORK REQUIRING SPECIAL INSPECTION.
5. WHERE FREQUENCY OF INSPECTION IS SPECIFIED TO BE PERIODIC, THE SPECIAL INSPECTOR IS EXPECTED TO BE
PRESENT IN THE AREA WHERE THE WORK HAS BEEN OR IS BEING PERFORMED AND AT THE COMPLETION OF THE
WORK (PRIOR TO THE NEXT CONSTRUCTION TASK).
6. SPECIAL INSPECTIONS ARE IN ADDITION TO INSPECTIONS BY THE BUILDING OFFICIALS. CONSTRUCTION IS SUBJECT
TO INSPECTION BY THE BUILDING OFFICIAL. COORDINATE WITH BUILDING DEPARTMENT TO DETERMINE REQUIRED
INSPECTIONS.
7. CONTRACTOR SHALL PROVIDE ACCESS TO THE WORK FOR REQUIRED INSPECTIONS. CONTRACTOR SHALL PROVIDE
NOTIFICATION IN ADVANCE OF REQUIRED INSPECTIONS, TESTING AND STRUCTURAL OBSERVATIONS.
F
HS-120
PNL-001
MCC-100
PNL-100
ID
SIZE
250 OHM
RES
30A
3P
2
CR
ID
3/4" DIAMETER x
10'-0" COPPERCLAD
GROUND ROD
PANEL SCHEDULE
PANEL A
4
6
5 7
2
8
1 2 3
1 6
2
3 7
4
8
5
ELECTRICAL SITE PLAN
R
Know what's
ELECTRICAL SITE PLAN
R
Know what's
R
TEMPORARY ELECTRICAL SITE PLAN Know what's
F
F
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
R
Know what's
Permit #: 705
Permit Date: 06/11/15
Permit Type: COMMERCIAL BUILDING
Project Name: North County RTS Scale Replacement Project
Applicant Name: Snohomish County Public Works
Applicant Address: 3000 Rockefeller Avenue, M/S 607
Applicant, City, State, Zip: Everett, WA 98201
Contact: Larry Brewer
Phone: 425-388-3488
Email: larry.brewer@co.snohomish.wa.us
Scope of Work: Scale Replacement Project
Valuation: 1200000.00
Square Feet: 0
Number of Stories: 0
Construction Type:
Occupancy Group:
ID Code:
Permit Issued: 09/14/2015
Permit Expires: 09/14/2016
Form Permit Type:
Status: COMPLETE
Assigned To: Launa Black
Property
Parcel # Address Legal Description Owner Name Owner Phone Zoning
SNOHOMISH CO 485 Solid Waste
00746300001500 19600 63RD AVE NE
PROP MGMT Disposal
Contractors
License
Contractor Primary Contact Phone Address Contractor Type License
#
Mike Werlech 1701 SW 112th CONSTRUCTION
Mike Werlech 206-937-2208
Construstion, Inc Street CONTRACTOR
Inspections
Date Inspection Type Description Scheduled Date Completed Date Inspector Status
02/04/2016 C20. BUILDING Traffic approach slab rebar 02/04/2016 02/04/2016 BUILDING Approved
FINAL approved. Scale crawl space
rebar & wire mesh approved
pending placement of Dobie
blocks for steel separation
from ground.
Underground Fiberglass duct
03/07/2016 Inspection 03/07/2016 BUILDING Approved
approved 8# air test.
C20. BUILDING
01/05/2016 06/02/2016 BUILDING Completed
FINAL
Plan Reviews
Date Review Type Description Assigned To Review Status
06/11/2015 Commercial Other BUILDING
Fees
Fee Description Notes Amount
Building Permit Table 4-1 $8,654.25
Building Plan Review Table 4-2 $5,973.16
Total $14,627.41
Attached Letters
Date Letter Description
06/29/2015 Building Permit
06/24/2015 Building Permit
Payments
Date Paid By Description Payment Type Accepted By Amount
09/14/2015 Snohomish County Building Permit Check #1866135 $14,627.41
Outstanding Balance $0.00
Notes
Date Note Created By:
06/29/2015 Need Contractor information prior to issuance. Launa Black
Uploaded Files
Date File Name
09/14/2015 1279452-North County RTS Building Permit.pdf
06/11/2015 1136465-NCRTS Structural Calcs_Part2.pdf
06/11/2015 1136466-NCRTS Structural Calcs_Part3.pdf
06/11/2015 1136464-NCRTS Structural Calcs_Part1.pdf
06/11/2015 1136460-NCRTS Final Specs Vol01_Part5.pdf
06/11/2015 1136461-NCRTS Final Specs Vol01_Part6.pdf
06/11/2015 1136456-NCRTS Final Specs Vol01_Part1.pdf
06/11/2015 1136457-NCRTS Final Specs Vol01_Part2.pdf
06/11/2015 1136458-NCRTS Final Specs Vol01_Part3.pdf
06/11/2015 1136459-NCRTS Final Specs Vol01_Part4.pdf
06/11/2015 1136307-19600_Commercial Application Permit Submittal_response.pdf
06/11/2015 1136310-NCRTS Final Specs Vol02.pdf
THESE PROJECT DOCUMENTS CONTAIN
CONTRACT PROVISIONS REQUIRED
FOR FEMA PUBLIC ASSISTANCE
DISASTER GRANTS CONTRACTS
SNOHOMISH COUNTY PURCHASING DIVISION
6th Floor, Robert J. Drewel Bldg
3000 Rockefeller Ave, MS 507
Everett, Washington 98201
(425) 388-3344
INVITATION TO BID
BID NUMBER 042-15SR
Department Public Works/Solid Waste Submit, sealed, with Bid Number on outer cover
rd to Snohomish County Purchasing not later than
FOB Delivery Point 19600 63 Avenue NE
11:00 a.m. on:
Arlington, WA 98223
June 30, 2015
LATE BIDS WILL BE REJECTED
ARTICLES/SERVICES REQUIRED
GENERAL DESCRIPTION: North County RTS Scale Replacement Project
Temporarily install new truck scales and temporary scalebooths and remove existing truck scales and scalehouse.
Install new scalehouse, relocate truck scales to their final position, and perform related site improvements at the
North County Transfer Station (NCRTS), 19600 63rd Ave NE, Arlington, WA 98223.
PER SPECIFICATIONS ATTACHED, AND THE FOLLOWING ADMINISTRATIVE REQUIREMENTS.
Five percent (5%) Deposit IS required with sealed bid proposal. (If required, deposit must be either a surety
bond, postal money order, cash, cashier's check, or certified check equal to 5% of the amount of the bid proposal.
Deposits of unsuccessful companies will be returned after award. The successful company's deposit will be
returned upon receipt and acceptance of contract documents.)
One hundred percent (100%) contractor's Performance Bond, including Washington State sales tax, IS required.
(If required, the bond must be submitted to Snohomish County Purchasing within ten (10) days after notification of
award. Bond must be approved by the appropriate County Officials before award is final.)
Public Works contract IS required. (If required, the contract must be executed and returned to Snohomish
County Purchasing within ten (10) days after notification of award. Contract must be approved by the appropriate
County Officials before award is final.)
Appropriate insurance coverage IS required. (If required, proof of insurance must be submitted to Snohomish
County Purchasing within ten (10) days after notification of award. Bid award is not considered final until
acceptable proof of insurance is received and approved by the appropriate County Officials.)
Payment of prevailing wages IS required (see RCW 39.12). (If required, the contractor(s) must submit a
“Statement of Intent to Pay Prevailing Wages†to the Department of Labor & Industries prior to commencement of
work. Each voucher claim submitted by the contractor(s) shall include the statement “Prevailing wages have been
paid in accordance with the pre-filed Statement of Intent on file with the public agency.")
BIDS MUST BE SIGNED TO BE ACCEPTED
CONDITIONS AND INSTRUCTIONS TO BIDDER
Snohomish County reserves the right to reject any and all bids, to waive any informality in bids and to accept any
item in the bid.
If a Public Works contract is required, Bidder must agree to submit applicable certification to pay prevailing wages.
No workman, laborer, or mechanic employed in the performance of any part of this contract shall be paid less than
the “prevailing rate of wage†as determined by the industrial statistician of the Department of Labor and Industries.
The schedule of the prevailing wage rates for the locality or localities where this contract will be performed is by
reference made a part of this contract as though fully set forth herein.
Current prevailing wage data will be furnished by the Washington State Department of Labor and Industries after
award.
Whenever a brand name is cited in the bid, the term “or approved equal†applies unless specifically exempted.
Whether or not a place of inspection is specified herein, all materials and workmanship shall be subject to inspection
and test at all times and places, including inspection and test after arrival at destination. In the event any articles are
found to be defective in material or workmanship or otherwise not in conformity with the specification requirements,
Snohomish County shall have the right to reject such articles or require their correction.
If the item bid upon has a trade name or brand, such trade name or brand must be stated in the bid.
Samples of items, when required, must be furnished at no cost to the County. Upon request, samples will be
returned at the bidder's expense.
Snohomish County is required to pay State sales tax, but is exempt from Federal excise tax. Therefore, State sales
tax shall be shown as a separate item.
Bid proposals shall be submitted not later than the hour and date specified. Snohomish County shall assume no
responsibility for delay in U.S. mail services, independent courier services, or any other circumstances resulting in
late bid proposals. Late bid proposals will not be accepted.
If any item bid cannot be delivered by the specified date, Snohomish County, at its option, may purchase the item on
the open market and bill the company the difference between the bid price and the open market cost or pursue any
legal remedies.
Governing Law and Venue. Any award or agreement resulting from this solicitation shall be governed by the laws
of Washington State. The venue for any legal proceeding regarding a subsequent award or agreement shall be
Snohomish County, Washington.
Public Records Act. Submittals received by Snohomish County in response to this solicitation become public
records and are subject to Chapter 42.56 RCW, the Public Records Act. The bidder should clearly identify in its
submittal any specific information that it claims to be confidential or proprietary. If Snohomish County receives a
Public Records Act request to view the information so marked in the bidder’s submittal following a bid award, its sole
obligations shall be to notify the bidder (1) of the request and (2) of the date that such information will be released to
the requester unless the bidder obtains a court order to enjoin that disclosure pursuant to RCW 42.56.540. If the
bidder fails to timely obtain a court order enjoining disclosure, Snohomish County will release the requested
information on the date specified.
Snohomish County is committed to fostering a diverse vendor/supplier program.
Snohomish County is an Equal Opportunity Employer.
Participation by handicapped/disabled, minority,
and women-owned businesses is encouraged.
NOTICE OF CALL FOR BIDS
NOTICE IS HEREBY GIVEN that sealed bids will be received by the Snohomish County
Purchasing Division for the following:
Bid No. 042-15SR- North County RTS Scale Replacement Project
Engineer’s Estimate: Base Bid: $1,190,000
No oral interpretations of the Bid will be made to any Bidder. All questions must be submitted
in writing by E-mail to purchasing@snoco.org. All answers and clarifications will be sent to all plan
holders via addendum.
A pre-bid site inspection will be held Thursday, June 18, 2015 at 1:30 PM at the North County
Transfer Station (NCRTS), 19600 63rd Avenue NE, Arlington, WA 98223. Attendees must supply
personal safety gear including; hardhat, safety glasses, high visibility vest, and steel toe shoes. All
bidders are urged to attend.
Bid submittals must be received at the Snohomish County Purchasing Division as set forth
below not later than 11:00 a.m., June 30, 2015. Late submittals will not be accepted. Envelopes
containing submittals shall be sealed and marked with the name of the individual/firm, the submittal
deadline, and "Bid 042-15SR, North County RTS Scale Replacement Project".
Sealed bids must be timely delivered either:
1. by hand to the Snohomish County Purchasing Division, which is located on the 6th Floor of
the Robert J. Drewel Building, 3000 Rockefeller Avenue, Everett, Washington 98201, or
2. by mail to the attention of the Snohomish County Purchasing Division, 3000 Rockefeller
Avenue, MS 507, Everett, WA 98201..
Note: Hand delivered submittals will not be accepted at any other County location other
than the County Purchasing Division as described above.
Snohomish County assures that no person shall on the grounds of race, color, national origin,
or sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of, or
be otherwise subjected to discrimination under any County sponsored program or activity. Snohomish
County further assures every effort will be made to ensure nondiscrimination in all of its programs and
activities, whether those programs and activities are federally funded or not.
The contemplated work to be performed under this contract includes, but is not limited to,
Installation of owner purchased truck scales at temporary and final locations, demolition of existing
truck scales and scale house, grading, concrete foundations, installing new electrical service, procure
and install precast concrete building, and other related site and building improvements.
This project is subject to Snohomish County Apprenticeship utilization goal at least
15% of total project labor hours.
PLANS, SPECIFICATIONS, ADDENDA, BIDDERS LIST, AND PLAN HOLDERS LIST for
this project are available through the Snohomish County Projects Online virtual plan room at
Builders Exchange of Washington (BWXA). Free of charge access is provided to Bidders,
Subcontractors, and Vendors by going to: www.bxwa.com and clicking on: “Posted Projectsâ€,
“Public Worksâ€, “Snohomish Countyâ€, and “Projects Biddingâ€.
This is the official/primary means established by Snohomish County for the issuance
and distribution of its project bid documents. The online virtual plan room provides Bidders with
Bid 042-15SR NCRTS Scale Replacement 3
RR8744
fully usable online documents with the ability to view, download, print to your own printer, and to order
and purchase full/partial plan sets from numerous reprographic sources.
Bidders are encouraged to "Register" online at the Snohomish County Projects Online
virtual plan room at the BXWA website to receive automatic E-mail notification of addenda and to be
placed on the "Bidders (Plan Holders) List". Bidders shall obtain any and all addenda issued by
Snohomish County for these projects from the Snohomish County Projects Online virtual plan
room at the BXWA website. Bidders are ultimately responsible to investigate and acknowledge all
issued project addenda.
Contact Builders Exchange of Washington at 425-258-1303 should you require any assistance
in viewing, obtaining, or purchasing the project bid documents or any addenda. Bidders may also
contact the Purchasing Division, Snohomish County, at 425-388-3344, with any questions or request
for assistance.
All bids must be submitted in writing with ink on forms downloaded from Builders Exchange of
Washington.
A five percent (5%) Bid Deposit is required with sealed bid. The Bid Deposit shall be a
certified check, postal money order, cash, cashier's check, or bid bond issued by a surety who meets
the requirements of Chapter 48.28 RCW on the form provided or equivalent. Deposit of unsuccessful
bidders will be returned after award. Successful bidder's deposit will be returned upon receipt and
acceptance of Contract Documents.
A one hundred percent (100%) contractor's Performance Bond is required. The bond must be
delivered to Snohomish County Purchasing within ten (10) days after notification of the award.
Approval of the bond by County officials is required before award is final.
A Public Works Contract is required. The Contract must be executed and returned to
Snohomish County Purchasing within ten (10) days after notification of award. Approval of the
contract by County officials is required before award is final.
Appropriate insurance coverage is required and must be delivered to Snohomish County
Purchasing within ten (10) days after notification of award. The bid award is not considered final until
acceptable proof of insurance is received and approved by the County.
Snohomish County reserves the right to reject any or all bids, and to waive irregularities or
informalities in the bid or in the opening.
Protests: In order to be considered, a Protest shall be in writing, addressed to the Purchasing
Manager of Snohomish County, and include:
1. The name, address and phone number of the Bidder protesting, or the authorized
representative of the Bidder;
2. The Invitation to Bid (ITB) Number and Title under which the Protest is submitted;
3. A detailed description of the specific grounds for protest and any supporting documentation;
and
4. The specific ruling or relief requested.
No bidder may withdraw the bid after the hour set for the opening thereof, or before award of
contract, unless said award is delayed for a period exceeding thirty (30) days.
Dated this 10th day of June, 2015.
SNOHOMISH COUNTY PURCHASING DIVISION
SNOHOMISH COUNTY, WASHINGTON
Bid 042-15SR NCRTS Scale Replacement 4
RR8744
SNOHOMISH COUNTY PURCHASING DIVISION
INSTRUCTIONS TO BIDDERS
PREPARATION OF BID:
Each bid must be submitted on the enclosed form. All blank spaces for bid prices must be filled
in, in ink. Do not make alterations on the form supplied. Each bid must be accompanied by a
non-collusion declaration, and a fully completed and executed bid deposit, and must be
submitted in a sealed envelope bearing on the outside the name of the bidder, their address,
and the name and number of the bid that is being submitted. All bids must be signed by an
authorized representative of the bidder.
MANDATORY AND SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA
To be considered a responsible bidder and qualified to be awarded a County contract for public
work, the bidder must:
• At the time of bid submittal, have a certificate of registration in compliance with Chapter
18.27 RCW;
• Have a current state unified business identifier (UBI) number;
• If applicable, have:
o industrial insurance coverage for the bidder’s employees working in Washington
as required in Title 51 RCW.
o a state employment security department number as required in Title 50 RCW; and
o a state excise tax registration number as required in Title 82 RCW;
• Not be disqualified from bidding on any public works contract under RCW 39.06.010 or
RCW 39.12.065(3); and
• Until December 31, 2013, not have violated section 1, chapter 276, Laws of 2010 (codified
as RCW 39.04.370, “Contract requirements – Off-site prefabricated items – Submission of
informationâ€), more than one time as defined by the State Department of Labor and
Industries.
By submitting its bid, the bidder certifies that it is registered and licensed as required by the laws
of the State of Washington.
Requirements for verification of satisfaction of mandatory responsibility criteria for each first tier
subcontractor and for other verifications will be imposed upon the successful bidder in the
contract with the County. See RCW 39.06.020, “Verification of subcontractor responsibility
criteria.â€
In addition to the mandatory bidder responsibility criteria above, the bidder must also meet the
following relevant supplemental bidder responsibility criteria applicable to the project:
The bidder shall have successfully completed projects of a similar size, scope and type as
required by the contract documents for this project. In evaluating whether projects were
successfully completed, the County may check references for previous projects and evaluate
those assessments of bidder performance, including but not limited to quality control, safety
record, timeliness of performance, use of skilled personnel, management of subcontractors,
availability of and use of appropriate equipment, compliance with contract documents, and
management of submittals process, change orders and close-out.
Bid 042-15SR NCRTS Scale Replacement 5
RR8744
As evidence that the bidder meets the responsibility criteria described above, bidders shall
submit WITH their bid the form entitled STATEMENT OF BIDDER’S QUALIFICATIONS located
in the Bid Proposal within these Specifications.
A potential bidder may request that the County modify the supplemental bidder responsibility
criteria no later than seven (7) business days before the bid submittal deadline. The County
must evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the County must publish
an addendum to the bidding documents identifying the modified criteria.
If the County determines, in its sole discretion, a bidder to be not responsible, the County will
provide, in writing, the reasons for the determination. The bidder may appeal the determination
within 24 hours by presenting additional information to the County. The County must consider
the additional information before issuing its final determination. If the final determination affirms
that the bidder is not responsible, the County may not execute a contract with any other bidder
until two business days after the bidder determined to be not responsible has received the final
determination.
NAMING SUBCONTRACTORS FOR CONTRACTS VALUED MORE THAN $1,000,000:
Bidder(s) shall submit as part of their bid, or within one hour after the published bid submittal
time, the names of the subcontractors with whom the bidder, if awarded the contract, will
subcontract for performance of 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, or to
name itself for the work. The bidder shall not list more than one subcontractor for each category
of work identified unless subcontractors vary with bid alternates, in which case the bidder must
indicate which subcontractor will be used for which alternate. Failure of the bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bidder’s bid
nonresponsive and therefore void. The requirement of this section to name the bidder’s
proposed heating, ventilation and air condition, plumbing, and electrical subcontractors applies
only to proposed heating, ventilation and air conditioning, plumbing, and electrical
subcontractors who will contract directly with the general contractor submitting the bid to the
County.
NOTE
FAILURE TO NAME SUCH SUBCONTRACTORS IN BIDS OR NAME ITSELF ON
CONTRACTS EXPECTED TO COST MORE THAN $1,000,000 SHALL RENDER THE
BIDDER'S BID NONRESPONSIVE AND THEREFORE VOID (RCW 39.30.060(1)).
CONDITIONS OF THE WORK:
Each bidder is responsible for being fully informed of the conditions relating to the project and
the employment of labor thereon. Failure to be so informed will not relieve a successful bidder
of obligations to furnish all material and labor necessary to carry out the provisions of the
contract.
Insofar as possible, the Contractor in carrying out work under the contract must employ such
methods or means as will not cause any interruption of or interference with the work of any other
contractor.
Bid 042-15SR NCRTS Scale Replacement 6
RR8744
ADDENDA AND INTERPRETATIONS:
No interpretation of the meaning of the plans, specifications or other pre-bid documents will be
made to any bidder orally.
Failure of any bidder to receive addenda or interpretation shall not relieve any such bidder from
any obligation under the bid as submitted. All addenda so issued shall become part of the
contract documents.
OBLIGATION OF BIDDER:
At the time of the opening of bids, each bidder will be presumed to have inspected the site and
to have read and to be thoroughly familiar with the specifications and contract documents
(including any addenda). The failure or omission of any bidder to examine any form, instrument
or document shall in no way relieve any bidder from any obligation in respect to this bid.
LAWS AND REGULATIONS:
The bidder's attention is directed to the fact that all applicable federal, state, and municipal laws,
ordinances and regulations and the rules and regulations of all authorities having jurisdiction
over construction of the project shall apply to the contract throughout, and they will be deemed
to be included in the contract the same as though therein written in full.
METHOD OF AWARD - LOWEST RESPONSIVE & RESPONSIBLE:
It is the intent of the County to award the contract to the bidder submitting the lowest
responsible and responsive bid within the funds available for work included in the base bid and
any or all additives listed as they best serve the County’s interest. The County reserves the
right to reject any and all bids for good cause. Determination of low bidder will be made on the
basis of the “Total Base Bid Price†plus any of the additive items as they best serve the County’s
interest. Additive items will be awarded in order of priority starting with Additive Item 1. Additive
items will not be awarded out of numerical sequence listed below. The below signed bidder
acknowledges that bids must be submitted for the base bid and additive items. Partial bids will
not be considered. The County reserves the right to reject any and all bids for good cause.
COMMUNICATION:
It is critical to the timely and successful completion of this project that clear and concise
communication between the Contractor and owner prevails throughout the project. The
Contractor’s representative in charge of completing the work must be fluent in the English
language, and proficient at reading, understanding, and interpreting drawings, plans,
specifications, blueprints, etc. The selected contractor will be required to demonstrate
compliance prior to commencing work.
EQUAL OPPORTUNITY EMPLOYER:
Snohomish County is an Equal Opportunity Employer. Participation by handicapped/disabled,
minority, and women-owned businesses are encouraged.
NON-DISCRIMINATION
As a condition of contract award, the vendor (firm or individual) selected under this competitive
solicitation process (the “Contractorâ€) shall be required to comply with the Snohomish County
Human Rights Ordinance, Chapter 2.460 SCC. The contract between the County and the
Contractor shall contain the following provision:
Bid 042-15SR NCRTS Scale Replacement 7
RR8744
County Non-discrimination. It is the policy of the County to reject discrimination which denies
equal treatment to any individual because of his or her race, creed, color, national origin, families
with children, sex, marital status, sexual orientation, age, honorably discharged veteran or military
status, or the presence of any sensory, mental, or physical disability or the use of a trained dog
guide or service animal by a person with a disability as provided in Washington’s Law against
Discrimination, Chapter 49.60 RCW, and the Snohomish County Human Rights Ordinance,
Chapter 2.460 SCC. These laws protect against specific forms of discrimination in employment,
credit transactions, public accommodation, housing, county facilities and services, and county
contracts.
The Contractor shall comply with the substantive requirements of Chapter 2.460 SCC, which are
incorporated herein by this reference. Execution of this Agreement constitutes a certification by
the Contractor of the Contractor's compliance with the requirements of Chapter 2.460 SCC. If the
Contractor is found to have violated this provision, or to have furnished false or misleading
information in an investigation or proceeding conducted pursuant to this Agreement or Chapter
2.460 SCC, this Agreement may be subject to a declaration of default and termination at the
County's discretion. This provision shall not affect the Contractor's obligations under other
federal, state, or local laws against discrimination.
Title VI (Federal) Non-discrimination
Snohomish County assures that no person shall on the grounds of race, color, national origin, or
sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of,
or be otherwise subjected to discrimination under any County sponsored program or activity.
Snohomish County further assures every effort will be made to ensure nondiscrimination in all of
its programs and activities, whether those programs and activities are federally funded or not.
BID DEPOSIT:
The bid deposit shall be a certified check, postal money order, cash, cashier's check, or bid
bond issued by a surety who meets the requirements of Chapter 48.28 RCW on the form
provided or equivalent. The County reserves the right to hold the bid deposit of all bidders until
the successful bidder has entered into a contract and furnished the required performance bond
and proof of insurance, or for a period of sixty (60) days, whichever is the shorter time.
Should a bidder fail to enter into the contract and furnish required public works agreement,
bonds, and proof of insurance within ten (10) days following notice of award, the bid deposit
may be forfeited and retained by the County as liquidated damages, not as a penalty.
The Contractor guarantees all prices on the Bid Proposal, including base bid and all alternates,
for a period of sixty (60) days independent of signing the contract.
SECURITY FOR FAITHFUL PERFORMANCE:
Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond
for faithful performance of the contract and for the payment of all persons performing labor on
the project under the contract and furnishing materials in connection with the contract as
specified in the general conditions included herein and therein. This bond shall be in force until
completion of the project and acceptance by the County, and also the forty-five (45) day period
following project completion during which liens may be filed. The bond shall cover for a period
of one (1) year after acceptance by the County, as respects faulty workmanship and materials.
The surety on such bonds shall be a surety insurer who meets the requirements of Chapter
48.28 RCW and must be satisfactory to the County.
Bid 042-15SR NCRTS Scale Replacement 8
RR8744
The bonds required by RCW 39.08.010 shall include the base bid and any or all alternates
selected by the County.
In an effort to standardize usage of forms, to ensure compliance with performance bond
requirements and to help expedite processing of contract documents, the successful bidder is
requested to utilize the enclosed Performance, Payment & Warranty Bond form rather than their
surety's standard form.
POWER OF ATTORNEY:
Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and
effectively dated copy of their power of attorney.
RETAINED PERCENTAGE:
Pursuant to Chapter 60.28 RCW, Snohomish County will retain five percent (5%) of all monies
earned by the Contractor until project completion and acceptance, and receipt of required
documentation. Included in this bid package is the Contractor's Declaration of Option for
Management of Statutory Retained Percentage form that is to be submitted by the Contractor
within ten (10) days following notice of award.
SALES TAX:
Retail public work projects (construction and alteration of structures) require sales tax be paid
on the entire contract amount (both materials and labor). Tax shall be included as a separate
amount on the bid proposal and on all invoices. The tax rate shall be determined by the project
location.
Public road and highway projects require sales tax be paid on materials only. Sales tax on
material shall be shown as a separate line item on the bid proposal and all invoices.
PRE-CONSTRUCTION CONFERENCE:
Prior to construction, the accepted Contractor and subcontractors shall attend a pre-construction
conference. The Contractor will present a progress schedule identifying the elements of work
with sequence and completion dates for each major work item.
No construction will be started until the progress schedule is approved.
SPECIAL SCHEDULING AND COMPLETION DATES:
The work shall be completed within 110 working days from Notice to Proceed. It shall be
necessary to coordinate with the County if any work can continue past this date.
SOLID WASTE DISPOSAL:
All solid waste generated in unincorporated areas and within the corporate limits of cities and
towns of Snohomish County must be disposed of at a Snohomish County solid waste facility,
required by SCC 7.35.125.
If there is a C&D recycling container on the project site, no more than 10% by volume of its
contents can be solid waste. If more than 10% by volume of its contents is solid waste, the
entire box must be disposed of at a Snohomish County facility and is considered garbage.
Containers of solid waste must be transported by the Washington Utilities and Transportation
Commission (WUTC) certified hauler or the contracted city hauler for that area.
Bid 042-15SR NCRTS Scale Replacement 9
RR8744
Any construction site provided service via a C&D recycling container must also provide a
container of appropriate size for solid waste in accordance with WAC 173-345-040.
Businesses or contractors that provide hauling and disposing of garbage as an ancillary
operation to their primary service are permitted to haul garbage, as long as it is disposed of at a
Snohomish County owned and operated facility.
Prior to award, the successful bidder may be required to submit a solid waste disposal plan.
QUESTIONS AND ADDITIONAL INFORMATION:
No oral interpretations of the Bid will be made to any Bidder. All questions must be submitted
in writing by E-mail to purchasing@snoco.org. All answers and clarifications will be sent to all
plan holders via addendum. Questions via phone will not be accepted. Bidders shall submit
questions no later than, 3:00 PM, June 23, 2015.
Bid 042-15SR NCRTS Scale Replacement 10
RR8744
PREVAILING WAGE RATES
The Contractor must comply with the provisions of Chapter 39.12 of the Revised Code of
Washington, relative to the employment of Washington residents at or above the prevailing wages for
the specific type of work involved as determined by the United States Department of Labor and will be
required to certify to this effect prior to each and any payments made by the County.
The prevailing rate of wages to be paid to all workers, laborers, or mechanics employed in the
performance of any part of this contract shall be in accordance with the provisions of RCW 39.12, 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 as though fully set forth herein.
In case any wage dispute arises as to what are the prevailing rates of wages for work of a similar
nature, and such dispute cannot be adjusted by the parties in interest including labor and
management representatives, the matter shall be final and conclusive and binding on all parties
involved in the dispute as provided for by RCW 39.12.060, as amended.
Contractors shall acquaint themselves with all conditions affecting labor rates and impending
negotiations for labor agreements. Contractor shall pay new schedules, when and if required,
without additional cost to the Owner.
Forms may be obtained from the Department of Labor & Industries. The fees for each "Statement of
Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall accompany each form submitted
to the Department of Labor & Industries. The Contractor is responsible for payment of these fees and
shall make all applications directly to the Department of Labor & Industries. Such application, and
any supplemental statements which may be necessary, shall be filed in accordance with the practices
and procedures required by the Department of Labor and Industries.
Prior to commencing work, each Contractor and each and every subcontractor shall file a sworn
"Statement of Intent to Pay Prevailing Wages" (L&I Form #F700-029-000) with the Department of
Labor and Industries certifying the rate of hourly wages to be paid each classification of laborers,
workers, or mechanics employed upon the work by the Contractor or subcontractor which shall be not
less than the prevailing rate of wage. Fringe benefits for each job classification to be utilized shall
also be included.
Prior to any payment, the Contractor and each subcontractor shall submit to the County a "Statement
of Intent To Pay Prevailing Wages" approved by the Washington State Department of Labor &
Industries.
Each voucher claim or invoice submitted by a Contractor for payment on a project shall state:
"Prevailing wages have been paid in accordance with the prefiled Statement of Intent to Pay Prevailing
Wages on file with the public agency in accordance with RCW 39.12.040". Each invoice shall list sales
tax as a separate line item.
Bid 042-15SR NCRTS Scale Replacement 11
RR8744
Retainage shall be held by the County in accordance with RCW 60.28.
For projects over $10,000, Contractors must post an approved copy of the Statement of Intent, (listing
the labor classification and wages used on the project) at the job site. In the event the Statement of
Intent has not been approved by the Department of Labor & Industries before work begins, the
complete listing of prevailing wage rates for that County may be posted and distributed in lieu of the
approved Statement of Intent.
The Contractor shall, within ten days after it receives a written request, file a certified copy of the
payroll records with the County and the Department of Labor & Industries.
Upon completion of work, each contractor and each and every subcontractor shall file a sworn
"AFFIDAVIT OF WAGES PAID" (L&I Form #F700-007-000) with the Department of Labor and
Industries certifying the rate of hourly wages paid each classification of laborers, workers, or
mechanics employed upon the work by the Contractor or subcontractor which shall be not less than
the prevailing rate of wage. Fringe benefits for each job classification to be utilized shall also be
included.
Upon completion of this contract, the County must receive from the Contractor and each and every
subcontractor a copy of the "Affidavit of Wages Paid" approved by the State Department of Labor &
Industries.
Retainage will be released upon receipt of all necessary documentation (including but not limited to
releases from the Department of Labor & Industries, Department of Employment Security and, when
applicable, Department of Revenue), the settlement of any liens, and in accordance with Chapter
60.28 of the Revised Code of Washington.
Bid 042-15SR NCRTS Scale Replacement 12
RR8744
PREVAILING WAGE
INFORMATION
State Prevailing Wages shall be paid. The provisions of the Davis Bacon for
Federal Prevailing Wages do not apply to State or Local contracts for work
completed using public assistance funds under the Stafford Act.
Bid 042-15SR NCRTS Scale Replacement 13
RR8744
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, worker's wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 4/16/2015
County Trade Job Classification Wage Holiday Overtime Note
Snohomish Asbestos Abatement Workers Journey Level $42.67 5D 1H
Snohomish Boilermakers Journey Level $64.29 5N 1C
Snohomish Brick Mason Brick And Block Finisher $44.46 5A 1M
Snohomish Brick Mason Journey Level $51.32 5A 1M
Snohomish Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M
Snohomish Building Service Employees Janitor $9.47 1
Snohomish Building Service Employees Shampooer $9.47 1
Snohomish Building Service Employees Waxer $9.47 1
Snohomish Building Service Employees Window Cleaner $13.48 1
Snohomish Cabinet Makers (In Shop) Journey Level $15.08 1
Snohomish Carpenters Acoustical Worker $52.32 5D 4C
Snohomish Carpenters Bridge, Dock And Wharf Carpenters $52.32 5D 4C
Snohomish Carpenters Carpenter $52.32 5D 4C
Snohomish Carpenters Carpenters on Stationary Tools $52.45 5D 4C
Snohomish Carpenters Creosoted Material $52.42 5D 4C
Snohomish Carpenters Floor Finisher $52.32 5D 4C
Snohomish Carpenters Floor Layer $52.32 5D 4C
Snohomish Carpenters Scaffold Erector $52.32 5D 4C
Snohomish Cement Masons Journey Level $52.38 7A 1M
Snohomish Divers & Tenders Diver $105.37 5D 4C 8A
Snohomish Divers & Tenders Diver On Standby $59.50 5D 4C
Snohomish Divers & Tenders Diver Tender $54.82 5D 4C
Snohomish Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C
Snohomish Divers & Tenders Surface Rcv & Rov Operator Tender $51.07 5A 4C
Snohomish Dredge Workers Assistant Engineer $54.75 5D 3F
Snohomish Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F
Snohomish Dredge Workers Boatmen $54.75 5D 3F
Snohomish Dredge Workers Engineer Welder $55.79 5D 3F
Snohomish Dredge Workers Leverman, Hydraulic $56.92 5D 3F
Snohomish Dredge Workers Mates $54.75 5D 3F
Snohomish Dredge Workers Oiler $54.33 5D 3F
Snohomish Drywall Applicator Journey Level $52.32 5D 1H
Snohomish Drywall Tapers Journey Level $52.37 5P 1E
Snohomish Electrical Fixture Maintenance Journey Level $13.76 1
Workers
Snohomish Electricians - Inside Cable Splicer $62.37 7H 1E
Snohomish Electricians - Inside Construction Stock Person $30.95 7H 1D
Bid 042-15SR NCRTS Scale Replacement 14
RR8744
Snohomish Electricians - Inside Journey Level $58.23 7H 1E
Snohomish Electricians - Motor Shop Craftsman $15.37 1
Snohomish Electricians - Motor Shop Journey Level $14.69 1
Snohomish Electricians - Powerline Construction Cable Splicer $69.95 5A 4D
Snohomish Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D
Snohomish Electricians - Powerline Construction Groundperson $43.62 5A 4D
Snohomish Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D
Snohomish Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D
Snohomish Electricians - Powerline Construction Line Equipment Operator $53.81 5A 4D
Snohomish Electricians - Powerline Construction Pole Sprayer $63.97 5A 4D
Snohomish Electricians - Powerline Construction Powderperson $47.55 5A 4D
Snohomish Electronic Technicians Journey Level $30.10 1
Snohomish Elevator Constructors Mechanic $82.67 7D 4A
Snohomish Elevator Constructors Mechanic In Charge $89.40 7D 4A
Snohomish Fabricated Precast Concrete Products Journey Level - In-Factory Work Only $13.50 1
Snohomish Fence Erectors Fence Erector $14.00 1
Snohomish Flaggers Journey Level $36.17 7A 3I
Snohomish Glaziers Journey Level $54.91 7L 1Y
Snohomish Heat & Frost Insulators And Asbestos Journeyman $61.18 5J 1S
Workers
Snohomish Heating Equipment Mechanics Journey Level $70.37 7F 1E
Snohomish Hod Carriers & Mason Tenders Journey Level $44.00 7A 3I
Snohomish Industrial Power Vacuum Cleaner Journey Level $9.47 1
Snohomish Inland Boatmen Boat Operator $54.57 5B 1K
Snohomish Inland Boatmen Cook $50.95 5B 1K
Snohomish Inland Boatmen Deckhand $51.19 5B 1K
Snohomish Inland Boatmen Deckhand Engineer $52.18 5B 1K
Snohomish Inland Boatmen Launch Operator $53.40 5B 1K
Snohomish Inland Boatmen Mate $53.40 5B 1K
Snohomish Inspection/Cleaning/Sealing Of Sewer Cleaner Operator, Foamer Operator $9.73 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Grout Truck Operator $11.48 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Head Operator $12.78 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Technician $9.47 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Tv Truck Operator $10.53 1
& Water Systems By Remote Control
Snohomish Insulation Applicators Journey Level $52.32 5D 4C
Snohomish Ironworkers Journeyman $61.62 7N 1O
Snohomish Laborers Air, Gas Or Electric Vibrating Screed $42.67 7A 3I
Snohomish Laborers Airtrac Drill Operator $44.00 7A 3I
Snohomish Laborers Ballast Regular Machine $42.67 7A 3I
Snohomish Laborers Batch Weighman $36.17 7A 3I
Snohomish Laborers Brick Pavers $42.67 7A 3I
Snohomish Laborers Brush Cutter $42.67 7A 3I
Snohomish Laborers Brush Hog Feeder $42.67 7A 3I
Snohomish Laborers Burner $42.67 7A 3I
Snohomish Laborers Caisson Worker $44.00 7A 3I
Snohomish Laborers Carpenter Tender $42.67 7A 3I
Snohomish Laborers Caulker $42.67 7A 3I
Bid 042-15SR NCRTS Scale Replacement 15
RR8744
Snohomish Laborers Cement Dumper-paving $43.46 7A 3I
Snohomish Laborers Cement Finisher Tender $42.67 7A 3I
Snohomish Laborers Change House Or Dry Shack $42.67 7A 3I
Snohomish Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 3I
Snohomish Laborers Chipping Gun(30 Lbs. And Over) $43.46 7A 3I
Snohomish Laborers Choker Setter $42.67 7A 3I
Snohomish Laborers Chuck Tender $42.67 7A 3I
Snohomish Laborers Clary Power Spreader $43.46 7A 3I
Snohomish Laborers Clean-up Laborer $42.67 7A 3I
Snohomish Laborers Concrete Dumper/chute Operator $43.46 7A 3I
Snohomish Laborers Concrete Form Stripper $42.67 7A 3I
Snohomish Laborers Concrete Placement Crew $43.46 7A 3I
Snohomish Laborers Concrete Saw Operator/core Driller $43.46 7A 3I
Snohomish Laborers Crusher Feeder $36.17 7A 3I
Snohomish Laborers Curing Laborer $42.67 7A 3I
Snohomish Laborers Demolition: Wrecking & Moving (incl. $42.67 7A 3I
Charred Material)
Snohomish Laborers Ditch Digger $42.67 7A 3I
Snohomish Laborers Diver $44.00 7A 3I
Snohomish Laborers Drill Operator (hydraulic,diamond) $43.46 7A 3I
Snohomish Laborers Dry Stack Walls $42.67 7A 3I
Snohomish Laborers Dump Person $42.67 7A 3I
Snohomish Laborers Epoxy Technician $42.67 7A 3I
Snohomish Laborers Erosion Control Worker $42.67 7A 3I
Snohomish Laborers Faller & Bucker Chain Saw $43.46 7A 3I
Snohomish Laborers Fine Graders $42.67 7A 3I
Snohomish Laborers Firewatch $36.17 7A 3I
Snohomish Laborers Form Setter $42.67 7A 3I
Snohomish Laborers Gabian Basket Builders $42.67 7A 3I
Snohomish Laborers General Laborer $42.67 7A 3I
Snohomish Laborers Grade Checker & Transit Person $44.00 7A 3I
Snohomish Laborers Grinders $42.67 7A 3I
Snohomish Laborers Grout Machine Tender $42.67 7A 3I
Snohomish Laborers Groutmen (pressure)including Post $43.46 7A 3I
Tension Beams
Snohomish Laborers Guardrail Erector $42.67 7A 3I
Snohomish Laborers Hazardous Waste Worker (level A) $44.00 7A 3I
Snohomish Laborers Hazardous Waste Worker (level B) $43.46 7A 3I
Snohomish Laborers Hazardous Waste Worker (level C) $42.67 7A 3I
Snohomish Laborers High Scaler $44.00 7A 3I
Snohomish Laborers Jackhammer $43.46 7A 3I
Snohomish Laborers Laserbeam Operator $43.46 7A 3I
Snohomish Laborers Maintenance Person $42.67 7A 3I
Snohomish Laborers Manhole Builder-mudman $43.46 7A 3I
Snohomish Laborers Material Yard Person $42.67 7A 3I
Snohomish Laborers Motorman-dinky Locomotive $43.46 7A 3I
Snohomish Laborers Nozzleman (concrete Pump, Green $43.46 7A 3I
Cutter When Using Combination Of
High Pressure Air & Water On
Concrete & Rock, Sandblast, Gunite,
Shotcrete, Water Bla
Snohomish Laborers Pavement Breaker $43.46 7A 3I
Bid 042-15SR NCRTS Scale Replacement 16
RR8744
Snohomish Laborers Pilot Car $36.17 7A 3I
Snohomish Laborers Pipe Layer Lead $44.00 7A 3I
Snohomish Laborers Pipe Layer/tailor $43.46 7A 3I
Snohomish Laborers Pipe Pot Tender $43.46 7A 3I
Snohomish Laborers Pipe Reliner $43.46 7A 3I
Snohomish Laborers Pipe Wrapper $43.46 7A 3I
Snohomish Laborers Pot Tender $42.67 7A 3I
Snohomish Laborers Powderman $44.00 7A 3I
Snohomish Laborers Powderman's Helper $42.67 7A 3I
Snohomish Laborers Power Jacks $43.46 7A 3I
Snohomish Laborers Railroad Spike Puller - Power $43.46 7A 3I
Snohomish Laborers Raker - Asphalt $44.00 7A 3I
Snohomish Laborers Re-timberman $44.00 7A 3I
Snohomish Laborers Remote Equipment Operator $43.46 7A 3I
Snohomish Laborers Rigger/signal Person $43.46 7A 3I
Snohomish Laborers Rip Rap Person $42.67 7A 3I
Snohomish Laborers Rivet Buster $43.46 7A 3I
Snohomish Laborers Rodder $43.46 7A 3I
Snohomish Laborers Scaffold Erector $42.67 7A 3I
Snohomish Laborers Scale Person $42.67 7A 3I
Snohomish Laborers Sloper (over 20") $43.46 7A 3I
Snohomish Laborers Sloper Sprayer $42.67 7A 3I
Snohomish Laborers Spreader (concrete) $43.46 7A 3I
Snohomish Laborers Stake Hopper $42.67 7A 3I
Snohomish Laborers Stock Piler $42.67 7A 3I
Snohomish Laborers Tamper & Similar Electric, Air & Gas $43.46 7A 3I
Operated Tools
Snohomish Laborers Tamper (multiple & Self-propelled) $43.46 7A 3I
Snohomish Laborers Timber Person - Sewer (lagger, Shorer $43.46 7A 3I
& Cribber)
Snohomish Laborers Toolroom Person (at Jobsite) $42.67 7A 3I
Snohomish Laborers Topper $42.67 7A 3I
Snohomish Laborers Track Laborer $42.67 7A 3I
Snohomish Laborers Track Liner (power) $43.46 7A 3I
Snohomish Laborers Traffic Control Laborer $38.68 7A 3I 8R
Snohomish Laborers Traffic Control Supervisor $38.68 7A 3I 8R
Snohomish Laborers Truck Spotter $42.67 7A 3I
Snohomish Laborers Tugger Operator $43.46 7A 3I
Snohomish Laborers Tunnel Work-Compressed Air Worker $64.99 7A 3I 8Q
0-30 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $70.02 7A 3I 8Q
30.01-44.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $73.70 7A 3I 8Q
44.01-54.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $79.40 7A 3I 8Q
54.01-60.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $81.52 7A 3I 8Q
60.01-64.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $86.62 7A 3I 8Q
64.01-68.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $88.52 7A 3I 8Q
68.01-70.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $90.52 7A 3I 8Q
Bid 042-15SR NCRTS Scale Replacement 17
RR8744
70.01-72.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $92.52 7A 3I 8Q
72.01-74.00 psi
Snohomish Laborers Tunnel Work-Guage and Lock Tender $44.10 7A 3I 8Q
Snohomish Laborers Tunnel Work-Miner $44.10 7A 3I 8Q
Snohomish Laborers Vibrator $43.46 7A 3I
Snohomish Laborers Vinyl Seamer $42.67 7A 3I
Snohomish Laborers Watchman $32.87 7A 3I
Snohomish Laborers Welder $43.46 7A 3I
Snohomish Laborers Well Point Laborer $43.46 7A 3I
Snohomish Laborers Window Washer/cleaner $32.87 7A 3I
Snohomish Laborers - Underground Sewer & General Laborer & Topman $42.67 7A 3I
Water
Snohomish Laborers - Underground Sewer & Pipe Layer $43.46 7A 3I
Water
Snohomish Landscape Construction Irrigation Or Lawn Sprinkler Installers $17.31 1
Snohomish Landscape Construction Landscape Equipment Operators Or $20.06 1
Truck Drivers
Snohomish Landscape Construction Landscaping Or Planting Laborers $14.13 1
Snohomish Lathers Journey Level $52.32 5D 1H
Snohomish Marble Setters Journey Level $51.32 5A 1M
Snohomish Metal Fabrication (In Shop) Fitter $15.38 1
Snohomish Metal Fabrication (In Shop) Laborer $9.79 1
Snohomish Metal Fabrication (In Shop) Machine Operator $9.47 1
Snohomish Metal Fabrication (In Shop) Painter $9.98 1
Snohomish Metal Fabrication (In Shop) Welder $15.38 1
Snohomish Millwright Journey Level $53.42 5D 4C
Snohomish Modular Buildings Journey Level $9.47 1
Snohomish Painters Journey Level $37.80 6Z 2B
Snohomish Pile Driver Journey Level $52.57 5D 4C
Snohomish Plasterers Journey Level $50.42 7Q 1R
Snohomish Playground & Park Equipment Journey Level $11.94 1
Installers
Snohomish Plumbers & Pipefitters Journey Level $63.57 5A 1G
Snohomish Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P
Snohomish Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P
Snohomish Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Batch Plant Operator, Concrete $54.75 7A 3C 8P
Snohomish Power Equipment Operators Bobcat $51.97 7A 3C 8P
Snohomish Power Equipment Operators Brokk - Remote Demolition Equipment $51.97 7A 3C 8P
Snohomish Power Equipment Operators Brooms $51.97 7A 3C 8P
Snohomish Power Equipment Operators Bump Cutter $54.75 7A 3C 8P
Snohomish Power Equipment Operators Cableways $55.24 7A 3C 8P
Snohomish Power Equipment Operators Chipper $54.75 7A 3C 8P
Snohomish Power Equipment Operators Compressor $51.97 7A 3C 8P
Snohomish Power Equipment Operators Concrete Pump: Truck Mount With $55.24 7A 3C 8P
Boom Attachment Over 42 M
Snohomish Power Equipment Operators Concrete Finish Machine -laser Screed $51.97 7A 3C 8P
Snohomish Power Equipment Operators Concrete Pump - Mounted Or Trailer $54.33 7A 3C 8P
High Pressure Line Pump, Pump High
Pressure.
Snohomish Power Equipment Operators Concrete Pump: Truck Mount With $54.75 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 18
RR8744
Boom Attachment Up To 42m
Snohomish Power Equipment Operators Conveyors $54.33 7A 3C 8P
Snohomish Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $55.79 7A 3C 8P
Or 150' Of Boom (Including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P
Of Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P
Under 150' Of Boom (including Jib
With Attachments)
Snohomish Power Equipment Operators Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P
Snohomish Power Equipment Operators Cranes: Friction 100 Tons Through 199 $56.36 7A 3C 8P
Tons
Snohomish Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P
Snohomish Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P
Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P
Attachments A-frame Over 10 Tons
Snohomish Power Equipment Operators Crusher $54.75 7A 3C 8P
Snohomish Power Equipment Operators Deck Engineer/deck Winches (power) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P
Snohomish Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C 8P
Snohomish Power Equipment Operators Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P
Crane Mount
Snohomish Power Equipment Operators Drilling Machine $54.75 7A 3C 8P
Snohomish Power Equipment Operators Elevator And Man-lift: Permanent And $51.97 7A 3C 8P
Shaft Type
Snohomish Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P
Gamaco & Similar Equipment
Snohomish Power Equipment Operators Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $54.75 7A 3C 8P
Sheets, Etc
Snohomish Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P
Snohomish Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P
Snohomish Power Equipment Operators Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P
Road Equipment 45 Yards. & Over
Snohomish Power Equipment Operators Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P
road Equipment Under 45 Yards
Snohomish Power Equipment Operators Horizontal/directional Drill Locator $54.33 7A 3C 8P
Snohomish Power Equipment Operators Horizontal/directional Drill Operator $54.75 7A 3C 8P
Snohomish Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P
Snohomish Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P
Under
Snohomish Power Equipment Operators Loader, Overhead 8 Yards. & Over $55.79 7A 3C 8P
Snohomish Power Equipment Operators Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P
Including 8 Yards
Snohomish Power Equipment Operators Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P
Snohomish Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 19
RR8744
Snohomish Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P
Snohomish Power Equipment Operators Locomotives, All $54.75 7A 3C 8P
Snohomish Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P
Snohomish Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $55.79 7A 3C 8P
Hour Over Mechanic)
Snohomish Power Equipment Operators Motor Patrol Grader - Non-finishing $54.33 7A 3C 8P
Snohomish Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 8P
Snohomish Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $55.24 7A 3C 8P
Boring, Road Header And/or Shield
Snohomish Power Equipment Operators Oil Distributors, Blower Distribution & $51.97 7A 3C 8P
Mulch Seeding Operator
Snohomish Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P
Manlifts), Air Tuggers,strato
Snohomish Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $54.75 7A 3C 8P
Through 44 Tons
Snohomish Power Equipment Operators Overhead, Bridge Type: 100 Tons And $55.79 7A 3C 8P
Over
Snohomish Power Equipment Operators Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P
Through 99 Tons
Snohomish Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P
Snohomish Power Equipment Operators Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P
Snohomish Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P
Snohomish Power Equipment Operators Power Plant $51.97 7A 3C 8P
Snohomish Power Equipment Operators Pumps - Water $51.97 7A 3C 8P
Snohomish Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P
Snohomish Power Equipment Operators Quick Tower - No Cab, Under 100 Feet $51.97 7A 3C 8P
In Height Based To Boom
Snohomish Power Equipment Operators Remote Control Operator On Rubber $55.24 7A 3C 8P
Tired Earth Moving Equipment
Snohomish Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P
Snohomish Power Equipment Operators Rollagon $55.24 7A 3C 8P
Snohomish Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P
Snohomish Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $54.33 7A 3C 8P
Snohomish Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P
Snohomish Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P
Snohomish Power Equipment Operators Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P
Snohomish Power Equipment Operators Scrapers - Concrete & Carry All $54.33 7A 3C 8P
Snohomish Power Equipment Operators Scrapers, Self-propelled: 45 Yards And $55.24 7A 3C 8P
Over
Snohomish Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P
Snohomish Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P
Snohomish Power Equipment Operators Shovel , Excavator, Backhoe, Tractors $54.33 7A 3C 8P
Under 15 Metric Tons.
Snohomish Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $55.24 7A 3C 8P
Metric Tons To 50 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P
Tractors: 15 To 30 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 $55.79 7A 3C 8P
Metric Tons To 90 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 $56.36 7A 3C 8P
Metric Tons
Snohomish Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 20
RR8744
Snohomish Power Equipment Operators Spreader, Topsider & Screedman $55.24 7A 3C 8P
Snohomish Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P
Snohomish Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P
Snohomish Power Equipment Operators Tower Crane Over 175'in Height, Base $56.36 7A 3C 8P
To Boom
Snohomish Power Equipment Operators Tower Crane Up To 175' In Height Base $55.79 7A 3C 8P
To Boom
Snohomish Power Equipment Operators Transporters, All Track Or Truck Type $55.24 7A 3C 8P
Snohomish Power Equipment Operators Trenching Machines $54.33 7A 3C 8P
Snohomish Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $54.75 7A 3C 8P
And Over
Snohomish Power Equipment Operators Truck Crane Oiler/driver Under 100 $54.33 7A 3C 8P
Tons
Snohomish Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C 8P
Snohomish Power Equipment Operators Welder $55.24 7A 3C 8P
Snohomish Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P
Snohomish Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P
Snohomish Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Batch Plant Operator, Concrete $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Bobcat $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Brokk - Remote Demolition Equipment $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Brooms $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cableways $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Chipper $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Compressor $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Concrete Pump: Truck Mount With $55.24 7A 3C 8P
Underground Sewer & Water Boom Attachment Over 42 M
Snohomish Power Equipment Operators- Concrete Finish Machine -laser Screed $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Concrete Pump - Mounted Or Trailer $54.33 7A 3C 8P
Underground Sewer & Water High Pressure Line Pump, Pump High
Pressure.
Snohomish Power Equipment Operators- Concrete Pump: Truck Mount With $54.75 7A 3C 8P
Underground Sewer & Water Boom Attachment Up To 42m
Snohomish Power Equipment Operators- Conveyors $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, $55.79 7A 3C 8P
Underground Sewer & Water Or 150' Of Boom (Including Jib With
Attachments)
Snohomish Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P
Underground Sewer & Water Of Boom (including Jib With
Bid 042-15SR NCRTS Scale Replacement 21
RR8744
Attachments)
Snohomish Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P
Underground Sewer & Water Under 150' Of Boom (including Jib
With Attachments)
Snohomish Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: Friction 100 Tons Through 199 $56.36 7A 3C 8P
Underground Sewer & Water Tons
Snohomish Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P
Underground Sewer & Water Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P
Underground Sewer & Water Attachments A-frame Over 10 Tons
Snohomish Power Equipment Operators- Crusher $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Deck Engineer/deck Winches (power) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P
Underground Sewer & Water Crane Mount
Snohomish Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Elevator And Man-lift: Permanent And $51.97 7A 3C 8P
Underground Sewer & Water Shaft Type
Snohomish Power Equipment Operators- Finishing Machine, Bidwell And $54.75 7A 3C 8P
Underground Sewer & Water Gamaco & Similar Equipment
Snohomish Power Equipment Operators- Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut $54.75 7A 3C 8P
Underground Sewer & Water Sheets, Etc
Snohomish Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P
Underground Sewer & Water Road Equipment 45 Yards. & Over
Snohomish Power Equipment Operators- Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P
Underground Sewer & Water road Equipment Under 45 Yards
Snohomish Power Equipment Operators- Horizontal/directional Drill Locator $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Horizontal/directional Drill Operator $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P
Underground Sewer & Water Under
Snohomish Power Equipment Operators- Loader, Overhead 8 Yards. & Over $55.79 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P
Underground Sewer & Water Including 8 Yards
Snohomish Power Equipment Operators- Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P
Underground Sewer & Water
Bid 042-15SR NCRTS Scale Replacement 22
RR8744
Snohomish Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $55.79 7A 3C 8P
Underground Sewer & Water Hour Over Mechanic)
Snohomish Power Equipment Operators- Motor Patrol Grader - Non-finishing $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $55.24 7A 3C 8P
Underground Sewer & Water Boring, Road Header And/or Shield
Snohomish Power Equipment Operators- Oil Distributors, Blower Distribution & $51.97 7A 3C 8P
Underground Sewer & Water Mulch Seeding Operator
Snohomish Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P
Underground Sewer & Water Manlifts), Air Tuggers,strato
Snohomish Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons $54.75 7A 3C 8P
Underground Sewer & Water Through 44 Tons
Snohomish Power Equipment Operators- Overhead, Bridge Type: 100 Tons And $55.79 7A 3C 8P
Underground Sewer & Water Over
Snohomish Power Equipment Operators- Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P
Underground Sewer & Water Through 99 Tons
Snohomish Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Power Plant $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $51.97 7A 3C 8P
Underground Sewer & Water In Height Based To Boom
Snohomish Power Equipment Operators- Remote Control Operator On Rubber $55.24 7A 3C 8P
Underground Sewer & Water Tired Earth Moving Equipment
Snohomish Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Rollagon $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P
Underground Sewer & Water
Bid 042-15SR NCRTS Scale Replacement 23
RR8744
Snohomish Power Equipment Operators- Scrapers - Concrete & Carry All $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And $55.24 7A 3C 8P
Underground Sewer & Water Over
Snohomish Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $54.33 7A 3C 8P
Underground Sewer & Water Under 15 Metric Tons.
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $55.24 7A 3C 8P
Underground Sewer & Water Metric Tons To 50 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P
Underground Sewer & Water Tractors: 15 To 30 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 $55.79 7A 3C 8P
Underground Sewer & Water Metric Tons To 90 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 $56.36 7A 3C 8P
Underground Sewer & Water Metric Tons
Snohomish Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Spreader, Topsider & Screedman $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Tower Crane Over 175'in Height, Base $56.36 7A 3C 8P
Underground Sewer & Water To Boom
Snohomish Power Equipment Operators- Tower Crane Up To 175' In Height Base $55.79 7A 3C 8P
Underground Sewer & Water To Boom
Snohomish Power Equipment Operators- Transporters, All Track Or Truck Type $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $54.75 7A 3C 8P
Underground Sewer & Water And Over
Snohomish Power Equipment Operators- Truck Crane Oiler/driver Under 100 $54.33 7A 3C 8P
Underground Sewer & Water Tons
Snohomish Power Equipment Operators- Truck Mount Portable Conveyor $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Welder $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Line Clearance Tree Trimmers Journey Level In Charge $45.75 5A 4A
Snohomish Power Line Clearance Tree Trimmers Spray Person $43.38 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Equipment Operator $45.75 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Trimmer $40.84 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30.74 5A 4A
Snohomish Refrigeration & Air Conditioning Mechanic $63.57 5A 1G
Mechanics
Snohomish Residential Brick Mason Journey Level $20.00 1
Snohomish Residential Carpenters Journey Level $40.14 5D 4C
Snohomish Residential Cement Masons Journey Level $14.00 1
Snohomish Residential Drywall Applicators Journey Level $40.14 5D 4C
Bid 042-15SR NCRTS Scale Replacement 24
RR8744
Snohomish Residential Drywall Tapers Journey Level $52.37 5P 1E
Snohomish Residential Electricians Journey Level $31.49 7F 1D
Snohomish Residential Glaziers Journey Level $37.30 7L 1H
Snohomish Residential Insulation Applicators Journey Level $25.68 1
Snohomish Residential Laborers Journey Level $20.73 1
Snohomish Residential Marble Setters Journey Level $30.74 1
Snohomish Residential Painters Journey Level $17.46 1
Snohomish Residential Plumbers & Pipefitters Journey Level $28.99 1
Snohomish Residential Refrigeration & Air Journey Level $37.72 5A 1G
Conditioning Mechanics
Snohomish Residential Sheet Metal Workers Journey Level (Field or Shop) $42.58 7F 1R
Snohomish Residential Soft Floor Layers Journey Level $42.41 5A 3D
Snohomish Residential Sprinkler Fitters (Fire Journey Level $42.48 5C 2R
Protection)
Snohomish Residential Stone Masons Journey Level $30.74 1
Snohomish Residential Terrazzo Workers Journey Level $9.47 1
Snohomish Residential Terrazzo/Tile Finishers Journey Level $21.60 1
Snohomish Residential Tile Setters Journey Level $25.17 1
Snohomish Roofers Journey Level $45.71 5A 3H
Snohomish Roofers Using Irritable Bituminous Materials $48.71 5A 3H
Snohomish Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E
Snohomish Shipbuilding & Ship Repair Boilermaker $39.82 7M 1H
Snohomish Shipbuilding & Ship Repair Carpenter $38.10 7R 2B
Snohomish Shipbuilding & Ship Repair Electrician $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Heat & Frost Insulator $61.18 5J 1S
Snohomish Shipbuilding & Ship Repair Laborer $27.88 5T 3E
Snohomish Shipbuilding & Ship Repair Machinist $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Painter $37.80 6Z 2B
Snohomish Shipbuilding & Ship Repair Shipfitter $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Welder/Burner $37.58 5T 3E
Snohomish Sign Makers & Installers (Electrical) Sign Installer $26.56 1
Snohomish Sign Makers & Installers (Electrical) Sign Maker $20.50 1
Snohomish Sign Makers & Installers (Non- Sign Installer $22.56 1
Electrical)
Snohomish Sign Makers & Installers (Non- Sign Maker $20.50 1
Electrical)
Snohomish Soft Floor Layers Journey Level $42.41 5A 3D
Snohomish Solar Controls For Windows Journey Level $9.47 1
Snohomish Sprinkler Fitters (Fire Protection) Journey Level $69.74 5C 1X
Snohomish Stage Rigging Mechanics (Non Journey Level $13.23 1
Structural)
Snohomish Stone Masons Journey Level $51.32 5A 1M
Snohomish Street And Parking Lot Sweeper Journey Level $15.00 1
Workers
Snohomish Surveyors Assistant Construction Site Surveyor $54.33 7A 3C 8P
Snohomish Surveyors Chainman $53.81 7A 3C 8P
Snohomish Surveyors Construction Site Surveyor $55.24 7A 3C 8P
Snohomish Telecommunication Technicians Journey Level $22.38 1
Snohomish Telephone Line Construction - Outside Cable Splicer $36.96 5A 2B
Snohomish Telephone Line Construction - Outside Hole Digger/Ground Person $20.49 5A 2B
Snohomish Telephone Line Construction - Outside Installer (Repairer) $35.40 5A 2B
Snohomish Telephone Line Construction - Outside Special Aparatus Installer I $36.96 5A 2B
Bid 042-15SR NCRTS Scale Replacement 25
RR8744
Snohomish Telephone Line Construction - Outside Special Apparatus Installer II $36.19 5A 2B
Snohomish Telephone Line Construction - Outside Telephone Equipment Operator $36.96 5A 2B
(Heavy)
Snohomish Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.34 5A 2B
Snohomish Telephone Line Construction - Outside Telephone Lineperson $34.34 5A 2B
Snohomish Telephone Line Construction - Outside Television Groundperson $19.45 5A 2B
Snohomish Telephone Line Construction - Outside Television Lineperson/Installer $25.89 5A 2B
Snohomish Telephone Line Construction - Outside Television System Technician $30.97 5A 2B
Snohomish Telephone Line Construction - Outside Television Technician $27.77 5A 2B
Snohomish Telephone Line Construction - Outside Tree Trimmer $34.34 5A 2B
Snohomish Terrazzo Workers Journey Level $46.96 5A 1M
Snohomish Tile Setters Journey Level $46.96 5A 1M
Snohomish Tile, Marble & Terrazzo Finishers Finisher $37.79 5A 1B
Snohomish Traffic Control Stripers Journey Level $43.11 7A 1K
Snohomish Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $49.85 5D 3A 8L
Joint Council 28)
Snohomish Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint $49.01 5D 3A 8L
Council 28)
Snohomish Truck Drivers Dump Truck $37.94 1
Snohomish Truck Drivers Dump Truck And Trailer $38.52 1
Snohomish Truck Drivers Other Trucks $38.52 1
Snohomish Truck Drivers Transit Mixer $34.63 1
Snohomish Well Drillers & Irrigation Pump Irrigation Pump Installer $17.05 1
Installers
Snohomish Well Drillers & Irrigation Pump Oiler $13.93 1
Installers
Snohomish Well Drillers & Irrigation Pump Well Driller $19.01 1
Installers
Bid 042-15SR NCRTS Scale Replacement 26
RR8744
Bid 042-15SR NCRTS Scale Replacement 27
RR8744
Bid 042-15SR NCRTS Scale Replacement 28
RR8744
Bid 042-15SR NCRTS Scale Replacement 29
RR8744
Bid 042-15SR NCRTS Scale Replacement 30
RR8744
Bid 042-15SR NCRTS Scale Replacement 31
RR8744
Bid 042-15SR NCRTS Scale Replacement 32
RR8744
Bid 042-15SR NCRTS Scale Replacement 33
RR8744
Bid 042-15SR NCRTS Scale Replacement 34
RR8744
Bid 042-15SR NCRTS Scale Replacement 35
RR8744
GENERAL CONDITIONS
PART 1 GENERAL PROVISIONS
1.01 Definitions
1.02 Order of Precedence
1.03 Execution and Intent
1.04 Authority
1.05 Information Supplied By County
PART 2 INSURANCE AND BONDS
2.01 Contractor's Insurance Requirements
2.02 Insurance Coverage Certificates
2.03 Payment and Performance Bonds
2.04 Additional Bond Security
PART 3 TIME AND SCHEDULE
3.01 Progress and Completion
3.02 Construction Schedule
3.03 Owner's Right to Suspend the Work for Convenience
3.04 Owner's Right to Stop the Work for Cause
3.05 Delay
3.06 Notice to Owner of Labor Disputes
3.07 Damages for Failure to Achieve Timely Completion
PART 4 SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.01 Discrepancies and Contract Document Review
4.02 Project Record
4.03 Shop Drawings
4.04 Organization of Specifications
4.05 Ownership and Use of Drawings, Specifications, and Other Documents
PART 5 PERFORMANCE
5.01 Contractor Control and Supervision
5.02 Permits, Fees and Notices
5.03 Patents and Royalties
5.04 Prevailing Wages
5.05 Hours of Labor
5.06 Not Used
Bid 042-15SR NCRTS Scale Replacement 36
RR8744
5.07 Safety Precautions
5.08 Operations, Material Handling, and Storage Areas
5.09 Prior Notice of Excavation
5.10 Unforeseen Physical Conditions
5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities, and Improvements
5.12 Layout of Work
5.13 Material and Equipment
5.14 Availability and Use of Utility Services
5.15 Tests and Inspection
5.16 Correction of Nonconforming Work
5.17 Clean Up
5.18 Access to Work
5.19 Other Contracts
5.20 Subcontractors and Suppliers
5.21 Warranty of Construction
PART 6 PAYMENTS AND COMPLETION
6.01 Contract Sum
6.02 Schedule of Values
6.03 Application for Payment
6.04 Progress Payments
6.05 Payments Withheld
6.06 Retainage and Bond Claim Rights
6.07 Substantial Completion
6.08 Prior Occupancy
6.09 Final Completion, Acceptance, and Payment
PART 7 CHANGES
7.01 Changes in the Work
7.02 Change in the Contract Sum
7.03 Change in the Contract Time
PART 8 CLAIMS AND DISPUTE RESOLUTION
8.01 Claims Procedure
8.02 Dispute Resolution
8.03 Claims Audits
Bid 042-15SR NCRTS Scale Replacement 37
RR8744
PART 9 TERMINATION OF THE WORK
9.01 Termination by Owner for Cause
9.02 Termination by Owner for Convenience
PART 10 MISCELLANEOUS PROVISIONS
10.01 Governing Law
10.02 Successors and Assigns
10.03 Meaning of Words
10.04 Rights and Remedies
10.05 Contractor Registration
10.06 Time Computations
10.07 Records Retention
10.08 Third-Party Agreements
10.09 Antitrust Assignment
10.10 Apprentice Requirements
SUPPLEMENTAL CONDITIONS
1. General
2. Payment and Performance Bonds
3. Cost of the Work
4. Bid Specified General Conditions
5. Washington State Sales Tax
Bid 042-15SR NCRTS Scale Replacement 38
RR8744
PART 1 - GENERAL PROVISIONS
1.01 DEFINITIONS
“Abbreviations†refer to trade association names and titles of general standards are frequently
abbreviated. Where such acronyms or abbreviations are used in the specifications or other
contract documents, they mean recognized name of the trade association, standards generating
organization, authority having jurisdiction, or other entity applicable to the context of the text
provision. Refer to the “Encyclopedia of Associations,†published by Gale Research Co., available
in most libraries.
“Addendum†is a written or graphic document, issued to all bidders and identified as an
addendum prior to bid opening, which modifies or supplements the bid documents and becomes
a part of the contract.
“Alternate Bid†(or Alternate) is an amount stated in the Bid to be added or deducted from the
amount of the base Bid if the corresponding change in project scope or materials or methods of
construction described in the Bidding Documents is accepted.
"Application for Payment" means a written request submitted by Contractor to A/E for payment
of Work completed in accordance with the Contract Documents and approved Schedule of Values,
supported by such substantiating data as Owner or A/E may require.
"Apprentice": (1) A person employed and individually registered in a bona fide apprenticeship
program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or
with a state apprenticeship agency recognized by the Bureau; or (2) a person in his first 90 days of
probationary employment as an apprentice in such an apprenticeship program, who is not
individually registered in the program, or who has been certified by the Bureau of Apprenticeship
and Training or a State Apprenticeship Council (where appropriate) to be eligible for probationary
employment as an apprentice.
"Architect," "Engineer" or "A/E" means a person or entity lawfully entitled to practice
architecture or engineering, representing Owner within the limits of its delegated authority.
“Award†is the formal decision of the Contracting Agency to accept the lowest responsible
and responsive bidder for the work.
“Base Bid†is the sum stated in the Bid for which the Bidder offers to perform the work
described as the base, to which work may be added or deducted for sums stated in Alternate
Bids and Unit Prices. The base bid does not include Force Account work and taxes.
“Bid Documents†are the component parts of the proposed contract which may include, but are
not limited to, the proposal form, the proposed contract provisions, the proposed contract plans,
and addenda.
“Bid Specified General Conditions†means temporary work, staff and/or fees performed by or
paid by the Contractor to accomplish the scope of work as detailed in the Request for Proposal.
Bid 042-15SR NCRTS Scale Replacement 39
RR8744
“Call for Bids (Advertisement for Bids)†is the published public notice soliciting proposals or
bids for work stating, among other things, the time, place, and date for receiving and opening the
bids.
"Change Order" is a document produced by the Owner that serves as a written instrument, signed
by Owner and Contractor, stating their agreement upon all of the following: (1) a change in the
Work; (2) the amount of the adjustment in the Contract Sum, if any, and (3) the extent of the
adjustment in the Contract Time, if any.
“Change Order Proposal (COP)†is a document produced by the Contractor and used to propose
a change in scope and/or schedule to the Owner with an adjustment to the Contract Sum.
"Claim" means Contractor's exclusive remedy for resolving disputes with Owner regarding the
terms of a Change Order or a request for equitable adjustment, as more fully set forth in part 7.
“Commissioning†is the process of achieving, verifying and documenting the performance of
building mechanical and electrical systems through a complete and thorough investigation, to
ensure proper installation and operation of all components and systems in order to meet the
design intent and Owner’s functional and operational needs. The process advances systems from
static condition to full dynamic working order, according to the specified requirements.
Commissioning requires the participation of the General Contractor, all subcontractors associated
with the scope of work to be commissioned, Commissioning Agent, Owner and A/E in a team effort
to ensure that all equipment, components and systems have been completely and properly installed
and put into service.
“Construction Change Directive†is a document produced by the Owner when negotiations
reach an impasse that directs the Contractor to proceed with a defined change in the Work and/or
Contract Time with an adjustment to the Contract Sum.
“Contracting Agency†is the Owner, Snohomish County Public Works.
“Contract Award Amount†is the sum of the Base Bid, any accepted Alternates and all
applicable Sales Tax.
“Contract Bond†The approved form of security furnished by the Contractor and the Contractor’s
surety as required by the contract, that guarantees performance of all the work required by the
contract and payment to anyone who provides supplies or labor for the performance of the work.
"Contract Documents" means the Advertisement for Bids, Instructions for Bidders, completed
Form of Proposal, General Conditions, Modifications to the General Conditions, Supplemental
Conditions, Public Works Contract, other Special Forms, Drawings and Specifications, and all
addenda and modifications thereof.
“Contractor†means the person or entity who has agreed with Owner to perform the
Work in accordance with the Contract Documents.
"Contract Sum" is the total amount payable by Owner to Contractor for performance of the Work in
accordance with the Contract Documents.
"Contract Time" is the number of calendar days allotted in the Contract Documents for achieving
Substantial Completion of the Work.
“Cost of Work†is the construction cost, including change orders.
‘County’ – see ‘Owner’. The terms are equivalent.
Bid 042-15SR NCRTS Scale Replacement 40
RR8744
‘Critical Path’ is the longest, continuous sequence of interrelated activities that begins at the start of
the Project (Notice to Proceed) and extends to Substantial Completion of the Project. These
activities are critical because delay to an activity on this path will extend Contract Time.
"Drawings" are the graphic and pictorial portions of the Contract Documents showing the
design, location, and dimensions of the Work, and may include plans, elevations, sections,
details, schedules, and diagrams.
“Field Authorization (FA)†is a document produced by the Owner to authorize a change in the
work outside of the Contract Sum, allowing the work to proceed immediately to prevent delay in
the project, which is subsequently reconciled by Change Order.
‘Field Directive’ – see ‘Field Authorization’. The terms are equivalent.
"Final Acceptance" means the written acceptance issued to Contractor by Owner after
Contractor has completed the requirements of the Contract Documents.
"Final Completion" means that the Work is fully and finally completed in accordance with the
Contract Documents.
"Force Majeure" means those acts entitling Contractor to request an equitable adjustment in
the Contract Time, as more fully set forth in paragraph 3.05A.
“Furnish†is used to mean supply and deliver to the project site, ready for unloading, unpacking,
assembly, installation and other.
‘Hazardous Material’ means any pollutant, contaminant, toxic or hazardous waste, dangerous
substance, potentially dangerous substance, noxious substance, toxic substance, flammable
materials, explosive material, radioactive materials, urea formaldehyde foam insulation, asbestos,
PCBs, or any other substances the removal of which is required, or the manufacture, preparation,
production, generation, use, maintenance, treatment, storage, transfer, handling, or shipment of
which is restricted, prohibited, regulated, or penalized by any and all federal, state, county, or
municipal statutes or laws and regulations promulgated thereunder, now or at any time hereafter in
effect, including, but not limited to, the Comprehensive Environmental Response, Compensation,
and Liability Act (42 U.S.C. §§ 9601, et seq.), the Hazardous Materials Transportation Act (49
U.S.C. §§ 1801, et seq.), the Resource Conservation and Recovery Act ( 42 U.S.C. §§ 6901, et
seq.), the Federal Water Pollution Control Act (33 U.S.C. §§ 1251, et seq.), the Clean Air Act (42
U.S.C. §§ 7401, et seq.), the Toxic Substances Control Act, as amended (15 U.S.C. §§ 2601 et
seq., the Occupational Safety and Health Act (29 U.S.C §§ 651, et seq.), and the Model Toxics
Control Act (RCW 70.105), or similar state or local statue or code), as the laws have been
amended and supplemented.
“Indicated†refers to graphic representations, notes or schedules on the drawings, or other
paragraphs or schedules in the specifications, and similar requirements in the contract documents,
Where terms such as “shown, noted, scheduled, and specified†are used, it is to help the reader
locate the reference; no limit on location is intended.
“Install†is used to describe operations at the project site including the actual unloading,
unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing,
curing, protecting, cleaning and similar operations.
“Installer†is the contractor or an entity engaged by the contractor, either as an employee,
subcontractor, or contractor of lower tier for performance of a particular construction activity,
including installation, erection, application and similar operations. Installers are required to be
experienced in the operations they are engaged to perform.
Bid 042-15SR NCRTS Scale Replacement 41
RR8744
“Milestone†means a principal event specified in the Contract Documents relating to an
intermediate completion date or time.
"Notice" means a written notice that has been delivered in person to the individual or a member of
the firm or entity or to an officer of the corporation for which it was intended or, if delivered or sent
by registered or certified mail, to the last business address known to the party giving notice.
"Notice to Proceed" means a notice from Owner to Contractor that defines the date on which the
Contract Time begins to run.
"Owner" means Snohomish County or its authorized representative with the authority to enter
into, administer, and/or terminate the Work in accordance with the Contract Documents and make
related determinations and findings.
"Prior Occupancy" means Owner's use of all or parts of the Project before
Substantial Completion.
"Project" means the total construction of which the Work performed in accordance with the
Contract Documents may be the whole or a part and which may include construction by Owner
or by separate contractors.
"Project Manual" means the volume usually assembled for the Work that may include the
bidding requirements, sample forms, and other Contract Documents.
"Project Record" means the separate set of Drawings and Specifications as further set forth in
paragraph 4.02A.
"Progress Schedule" means a schedule of the Work, in a form satisfactory to
Owner, as further set forth in section 3.02.
“Proposal†is the form provided to bidders by the Contracting Agency for submittal of a proposal
or bid to the Contracting Agency for a specific project. The form includes descriptions of the bid
items along with blank spaces to be completed by the bidder
for the bid amount(s), signatures, date, acknowledgment of addenda, and the bidder’s address.
The required certifications and declarations are part of the form.
“Provide†means to furnish and install, complete and ready for intended use.
‘Record Documents’ – see ‘Project Record’. The terms are equivalent.
‘Request for Change Order’ means a document, designated as a Request for a Change Order,
prepared by the Contractor requesting either (1) a change in Contract Price; (2) a change in Contract
Time; (3) a change in Contract Work; (4) a payment of money or damages; and/or (5) any other relief
arising out of or relating to this Contract.
‘Request for Information’ is a request from the Contractor to the County seeking an interpretation
or a clarification of some requirement of the Contract Documents.
“Rough Order Magnitude (ROM)†is an estimate of cost and/or time produced by the
Contractor or A/E, to the best of their ability, for a defined scope of work.
"Schedule of Values" means a written breakdown allocating the total Contract Sum to each
principle category of Work, in such detail as requested by Owner.
Bid 042-15SR NCRTS Scale Replacement 42
RR8744
‘Site’ or ‘Project Site’ shall be understood to refer to the location at which construction, equipment
or services furnished by the Contractor under the Contract will be performed, completed and/or
delivered.
"Specifications" are that portion of the Contract Documents consisting of the written
requirements for materials, equipment, construction systems, standards and workmanship for the
Work, and performance of related services.
"Subcontract" means a contract entered into by Subcontractor for the purpose of obtaining
supplies, materials, equipment, or services of any kind for or in connection with the Work.
"Subcontractor" means an individual, partnership, firm, corporation, or joint venture who is
sublet part of the contract by the Contractor.
"Substantial Completion" means that stage in the progress of the Work where Owner has
full and unrestricted use and benefit of the facilities for the purposes intended, as more fully
set forth in Part 6.07.
“Surety†is a company that is bound with the Contractor to ensure performance of the contract,
payment of all obligations pertaining to the work, and fulfillment of such other conditions as are
specified in the contract, contract bond, or otherwise required by law.
"Trainee": A person receiving on-the-job training in a construction operation under a program that
is approved (but not necessarily sponsored) by the U.S. Department of Labor, Manpower
Administration, Bureau of Apprenticeship and Training, and that is reviewed from time to time by the
Manpower Administration to ensure that the training meets adequate standards.
“Unit Price†is an amount stated in the Bid as a price per unit of measurement for materials or
services as described in the Contract Documents.
“Work†means the construction and services required by the Contract Documents, including,
but not limited to, labor, materials, supplies, equipment, services, permits and the manufacture
and fabrication of components, performed, furnished or provided in accordance with the Contract
Documents.
Bid 042-15SR NCRTS Scale Replacement 43
RR8744
1.02 ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents shall be resolved by giving the
documents precedence in the following order.
1. Signed Public Works Contract, including any Change Orders, Addenda and any
Special Forms.
2. Supplemental Conditions.
3. General Conditions.
4. Specifications--provisions in Division 1 shall take precedence over provisions of
any other Division.
5. Drawings--in case of conflict within the Drawings, large-scale drawings shall take
precedence over small-scale drawings.
6. Signed and Completed Form of Proposal.
7. Instructions to Bidders.
8. Advertisement for Bids.
1.03 EXECUTION AND INTENT
The intent of the contract is to prescribe a complete work. Omissions from the contract of
details of work, which are necessary to carry out the contract, shall not relieve the Contractor
from performing the omitted work within the Contract Sum.
Contractor makes the following representations to Owner:
1. The Contract Sum is reasonable compensation for the Work and the Contract Time is
adequate for the performance of the Work, as represented by the Contract Documents;
2. Contractor has carefully reviewed the Contract Documents, visited and examined the Project
site, become familiar with the local conditions in which the Work is to be performed, and
satisfied itself as to the nature, location, character, quality and quantity of the Work, the labor,
materials, equipment, goods, supplies, work, services and other items to be furnished and all
other requirements of the Contract Documents, as well as the surface and subsurface
conditions and other matters that may be encountered at the Project site or
affect performance of the Work or the cost or difficulty thereof;
3. Contractor is financially solvent, able to pay its debts as they mature, and possesses
sufficient working capital to complete the Work and perform Contractor's obligations
required by the Contract Documents.
4. Contractor is able to furnish the plant, tools, materials, supplies, equipment and labor required
to complete the Work and perform the obligations required by the Contract Documents and
has sufficient experience and competence to do so.
Bid 042-15SR NCRTS Scale Replacement 44
RR8744
5. If any part of the contract requires work that does not include a description for how the work is
to be performed, the work shall be performed in accordance with standard trade practice(s).
For purposes of the Contract, a standard trade practice is defined by methods, materials and
procedures sanctioned or defined by associated manufacturer’s and trade industry
recommendations or requirements.
1.04 AUTHORITY
1. Unless the County, in writing, indicates otherwise, the authority to (1) commit to or bind the
County to any Change Orders or change in Contract Work, Contract Price and/or Contract
Time; or (2) sign the Contract or Change Orders rests solely in the Snohomish County
Executive or its designee.
2. The County shall identify the Owner Representative in the Contract prior to Contract
Execution.
A. The Owner Representative shall provide the Contractor with a written Notice of
delegation of authority, which identifies the person who has authority to sign
Change Orders and/or bind the County to changes in Contract Work, Contract
Price and Contract Time.
B. In the event the Owner Representative is no longer assigned to the Contract, the
County shall notify the Contractor in writing of the change providing the name of the
new Owner Representative and effective date of the change.
3. The Owner Representative shall have the authority to administer the Contract.
Administration of the Contract by the Owner Representative includes but is not limited to:
A. Receiving all correspondence and information from the Contractor;
B. Issuing Field Directives;
C. Issuing request for Change Proposals;
D. Responding to Requests for Information;
E. Reviewing the schedule of values, project schedules, submittals, testing and inspection
reports, substitution requests, and other documentation submitted by the
Contractor;
F. Negotiating Change Proposals and Change Orders;
G. Recommending Change Orders for approval by the Snohomish County Executive or its
designee;
H. Issuing decisions with respect to Requests for Change Orders and Claims;
I. Processing payment requests submitted by the Contractor, and recommending
payment;
J. Monitoring the quality of the work, rejecting noncompliant work, and recommending
acceptance of the work;
K. Transmitting executed Change Orders, amendments, and other Contract
correspondence to the Contractor; and
L. Performing all other contract administrative functions.
Bid 042-15SR NCRTS Scale Replacement 45
RR8744
4. All correspondence, questions, and/or documentation shall be submitted to the Owner
Representative.
5. The Owner Representative may designate Technical Representatives to perform functions
under the Contract, such as review and/or inspection and acceptance of supplies,
services, including construction, and other functions of a technical or administrative nature.
A. The Owner Representative will provide a written Notice of its designation to the
Contractor. The designation letter will set forth the authority of the Technical
Representatives under the Contract.
B. The Owner Representative may add to or modify in writing these designations from time
to time.
C. The Owner Representative cannot grant a Technical Representative greater authority
than the authority of the Owner Representative.
1.05 INFORMATION SUPPLIED BY COUNTY
A. Unless otherwise specifically provided in the Contract, surveys and site information provided
by the County are intended to describe the general physical characteristics of the Site. The
County does not represent that this information is complete or sufficient for the
Contractor’s performance of the Work.
B. The County shall furnish to the Contractor five (5) copies of the Contract Documents
(including half-size copies of the Contract drawings), one full-size set of Contract drawings
and one copy of any permits obtained by the County. The Contractor shall pay the County
for any additional copies of Contract Documents.
All drawings, models and specifications furnished by the County are solely for use on this Contract
and are not to be used by the Contractor on any other work or project.
Bid 042-15SR NCRTS Scale Replacement 46
RR8744
PART 2 - INSURANCE AND BONDS
2.01 CONTRACTOR'S INSURANCE REQUIREMENTS
Insurance Requirements are described in Exhibit A of the Agreement. (See Sample Contract
Documents)
2.02 INSURANCE COVERAGE CERTIFICATES
Insurance Requirements are described in Exhibit A of the Agreement.
2.03 PAYMENT AND PERFORMANCE BONDS
The successful bidder, simultaneously with the execution of the Contract, shall furnish a
performance, payment & warranty bond in an amount equal to one hundred percent (100%) of the
contract amount. Bonds shall be furnished by surety companies satisfactory to the County on the
forms furnished as part of the Contract Documents. To be acceptable to the County, surety
companies must be authorized to do business and have an agent for service of process in
Washington. See Instructions to Bidders.
2.04 ADDITIONAL BOND SECURITY
The County may require sureties or surety companies on the contract bond to appear and qualify
themselves. Whenever the County deems the surety or sureties to be inadequate, it may, upon
written demand, require the Contractor to furnish additional surety to cover any remaining work.
Payments may be withheld until the additional surety is furnished.
Bid 042-15SR NCRTS Scale Replacement 47
RR8744
PART 3 - TIME AND SCHEDULE
3.01 PROGRESS AND COMPLETION
Contractor shall diligently prosecute the Work, with adequate forces, to achieve
Substantial Completion within the Contract Time and achieve Final Completion within
30 calendar days thereafter.
3.02 CONSTRUCTION SCHEDULE
A. Unless otherwise provided in Division 1, Contractor shall, within 10 days after issuance of
the Notice to Proceed, submit a preliminary Progress Schedule. The Progress Schedule
shall show the sequence in which Contractor proposes
to perform the Work, and the dates on which Contractor plans to start and finish major
portions of the Work, including dates for shop drawings and other submittals, and for
acquiring permits, materials and equipment.
B. The Progress Schedule shall be in the form of a Critical Path Method (CPM) logic network or,
with the approval of the Owner, a bar chart schedule may be submitted. The scheduling of
construction is the responsibility of the Contractor and is included in the contract to assure
adequate planning and execution of the work. The schedule will be used to evaluate progress
of the work for payment based on the Schedule of Values. The schedule shall show the
Contractor’s planned order and interdependence of activities, and sequence of work. As a
minimum the schedule shall include:
1. Date of Notice to Proceed;
2. Activities (resources, durations, individual responsible for activity, early starts, late
starts, early finishes, late finishes, etc.);
3. Utility Shutdowns;
4. Interrelationships and dependence of activities;
5. Planned vs. actual status for each activity;
6. Substantial completion;
7. Punch list;
8. Final inspection;
9. Final completion;
10. Float time;
11. Certificate of Occupancy; and
12. Joint or Partial Occupancy
The schedule duration shall be as stipulated in the Notice of Call for Bids. The Owner
shall not be obligated to accept any early completion schedule suggested by the
Contractor. The Contract Time for completion shall establish the schedule completion
date.
If the Contractor feels that the work can be completed in less than the specified Contract
Time, then the Surplus Time shall be considered project float. This float time shall be shown
on the Project Schedule. It shall be available to accommodate changes in the work and
unforeseen conditions.
Neither the Contractor nor the Owner has exclusive right to this float time. It belongs to the
project.
C. Owner shall return comments on the preliminary Progress Schedule to Contractor within
14 days of receipt. Review by Owner of Contractor's schedule does not constitute an
approval or acceptance of Contractor's construction means, methods, or sequencing, or its
ability to complete the Work within the Contract Time. Contractor shall revise and
Bid 042-15SR NCRTS Scale Replacement 48
RR8744
resubmit its schedule, as necessary. Owner may withhold a portion of progress payments
until a Progress Schedule has been submitted that meets the requirements of this section.
D. Contractor shall utilize and comply with the Progress Schedule. On a monthly basis, or as
otherwise directed by Owner, Contractor shall submit an updated Progress Schedule at its
own expense to Owner indicating actual progress. If, in the opinion of Owner, Contractor is
not in conformance with the Progress Schedule for reasons other than acts of Force
Majeure as identified in section
3.05, Contractor shall take such steps as are necessary to bring the actual completion
dates of its work activities into conformance with the Progress Schedule, or revise the
Progress Schedule to reconcile with the actual progress of the Work.
E. Contractor shall promptly notify Owner in writing of any actual or anticipated event that is
delaying or could delay achievement of any milestone or performance of any critical path
activity of the Work. Contractor shall indicate the expected duration of the delay, the
anticipated effect of the delay on the Progress Schedule, and the action being or to be
taken to correct the problem.
Provision of such notice does not relieve Contractor of its obligation to complete the Work
within the Contract Time.
3.03 OWNER'S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE
A. Owner may, at its sole discretion, order Contractor, in writing, to suspend all or any part
of the Work for up to 90 days, or for such longer period as mutually agreed.
B. Upon receipt of a written notice suspending the Work, Contractor shall immediately
comply with its terms and take all reasonable steps to minimize the incurrence of cost of
performance directly attributable to such suspension.
Within a period up to 90 days after the notice is delivered to Contractor, or within any
extension of that period to which the parties shall have agreed Owner shall either:
1. Cancel the written notice suspending the Work; or
2. Terminate the Work covered by the notice as provided in the termination
provisions of part 9.
C. If a written notice suspending the Work is cancelled or the period of the notice or any
extension thereof expires, Contractor shall resume Work.
D. Contractor shall be entitled to an equitable adjustment in the Contract Time, or Contract
Sum, or both, for increases in the time or cost of performance directly attributable to such
suspension, provided Contractor complies with all requirements set forth in part 7.
3.04 OWNER'S RIGHT TO STOP THE WORK FOR CAUSE
A. If Contractor fails or refuses to perform its obligations in accordance with the Contract
Documents, Owner may order Contractor, in writing, to stop the Work, or any portion
thereof, until satisfactory corrective action has been taken.
B. Contractor shall not be entitled to an equitable adjustment in the Contract Time or Contract
Sum for any increased cost or time of performance attributable to Contractor's failure or
refusal to perform or from any reasonable remedial action taken by Owner based upon such
failure.
Bid 042-15SR NCRTS Scale Replacement 49
RR8744
3.05 DELAY
A. Any delay in or failure of performance by Owner or Contractor, other than the payment of
money, shall not constitute a default hereunder if and to the extent
the cause for such delay or failure of performance was unforeseeable and beyond the control
of the party ("Force Majeure"). Acts of Force Majeure include, but are not limited to:
1. Acts of the public enemy;
2. Acts or omissions of any government entity;
3. Fire or other casualty for which Contractor is not responsible;
4. Quarantine or epidemic;
5. Strike or defensive lockout;
6. Acts of God or unusually severe weather, in excess of weather conditions
experienced within the area any time in the preceding ten years:
A. Monthly rainfall in excess of the highest monthly rainfall experienced for the same
month.
B. Annual rainfall in excess of the highest annual rainfall experienced.
C. Monthly snowfall in excess of the highest monthly snowfall experienced for the same
month.
D. Annual snowfall in excess of the highest annual snowfall experienced.
E. Average high temperatures, for the summer months, in excess of the highest
temperatures experienced.
F. Average low temperatures for the winter months, lower than the lowest average
temperatures experienced.
7. Unusual delay in receipt of supplies or products that were ordered and expedited and for
which no substitute reasonably acceptable to Owner was available.
B. Contractor shall be entitled to an equitable adjustment in the Contract Time for changes in
the time of performance directly attributable to an act of Force Majeure, provided it makes a
request for equitable adjustment according to section 7.03. Contractor shall not be entitled
to an adjustment in the Contract Sum resulting from an act of Force Majeure.
C. Contractor shall be entitled to an equitable adjustment in Contract Time, and
may be entitled to an equitable adjustment in Contract Sum, if the cost or time of Contractor's
performance is changed due to the fault or negligence of Owner, provided the Contractor
makes a request according to sections 7.02 and 7.03.
D. Contractor shall not be entitled to an adjustment in Contract Time or in the Contract Sum for
any delay or failure of performance to the extent such delay or failure was caused by
Contractor or anyone for whose acts Contractor is responsible.
E. To the extent any delay or failure of performance was concurrently caused by the Owner
and Contractor, Contractor shall be entitled to an adjustment in the Contract Time for that
portion of the delay or failure of performance that was concurrently caused, provided it
makes a request for equitable adjustment according to section 7.03, but shall not be entitled
to an adjustment in Contract Sum.
F. Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay,
whether occasioned by an act of Force Majeure or otherwise.
Bid 042-15SR NCRTS Scale Replacement 50
RR8744
3.06 NOTICE TO OWNER OF LABOR DISPUTES
A. If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens
to delay timely performance in accordance with the Contract Documents, Contractor shall
immediately give notice, including all relevant information, to Owner.
B. Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub-
subcontracts, that in the event timely performance of any such contract is delayed or
threatened by delay by any actual or potential labor dispute, the Subcontractor or Sub-
subcontractor shall immediately notify the next higher tier Subcontractor or Contractor, as the
case may be, of all relevant information concerning the dispute.
3.07 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION
A. Liquidated Damages
1. Timely performance and completion of the Work is essential to Owner and time limits
stated in the Contract Documents are of the essence. Owner will incur serious and
substantial damages if Substantial Completion of the Work does not occur within the
Contract Time.
2. Liquidated Damages for the Work described in the Contract Documents is hereby
established at $ 1,500.00 per each calendar day in which the Contractor does not
effectively achieve Substantial Completion as defined in Part 6.07.
3. The liquidated damage amounts set forth in the Contract Documents will be assessed not
as a penalty, but as liquidated damages for breach of the Contract Documents. This
amount is fixed and agreed upon by and between the Contractor and Owner because of
the impracticability and extreme difficulty of fixing and ascertaining the actual damages
the Owner would in such event sustain. This amount shall be construed as the actual
amount of damages sustained by the Owner, and may be retained by the Owner and
deducted from periodic payments to the Contractor.
4. Assessment of liquidated damages shall not release Contractor from any further
obligations or liabilities pursuant to the Contract Documents.
B. Actual Damages
Actual damages will be assessed for failure to achieve Final Completion within the time
specified in Part 3.01. Actual damages will be calculated on the basis of direct
architectural, administrative, and other related costs attributable to the
Project from the date when Final Completion should have been achieved, based on the date
Substantial Completion is actually achieved, to the date Final Completion is actually
achieved. Owner may offset these costs against any payment due Contractor.
Bid 042-15SR NCRTS Scale Replacement 51
RR8744
PART 4 - SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.01 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW
A. The intent of the Specifications and Drawings is to describe a complete Project to be
constructed in accordance with the Contract Documents. Contractor shall furnish all labor,
materials, equipment, tools, transportation, permits, and supplies, and perform the Work
required in accordance with the Drawings, Specifications, and other provisions of the
Contract Documents.
B. The Contract Documents are complementary. What is required by one part of the Contract
Documents shall be binding as if required by all. Anything mentioned in the Specifications and
not shown on the Drawings, or shown on the Drawings and not mentioned in the
Specifications, shall be of like effect as if shown or
mentioned in both.
C. Contractor shall not scale drawings to determine dimensions, but shall calculate and measure
required dimensions as shown within recognized tolerances prior to commencing any portion
of the Work, in accordance with Division 1, Section
01050, Part 1.01.A.2.
D. Contractor shall carefully study and compare the Contract Documents with each other and
with information furnished by Owner. If, during the performance of the Work, Contractor finds
a conflict, error, inconsistency, or omission in the
Contract Documents, Contractor shall promptly and before proceeding with the Work
affected thereby, report such conflict, error, inconsistency, or omission to A/E in accordance
with Division 1, Section 01049.
E. Contractor shall do no Work without applicable Drawings, Specifications, or written
modifications, or Shop Drawings where required, unless instructed to do so in writing by
Owner. If Contractor performs any construction activity, and it knows or reasonably should
have known that any of the Contract Documents contain a conflict, error, inconsistency, or
omission, Contractor shall be responsible for the performance and shall bear the cost for its
correction.
F. Contractor shall provide any work or materials the provision of which is clearly implied and is
within the scope of the Contract Documents even if the Contract Documents do not mention
them specifically.
G. Questions regarding interpretation of the requirements of the Contract Documents shall be
referred to the A/E in accordance with Division 1, Section 01049.
4.02 PROJECT RECORD
A. Contractor shall legibly mark in ink on a separate set of the Drawings and Specifications all
actual construction, including depths of foundations, horizontal and vertical locations of
internal and underground utilities and appurtenances referenced to permanent visible and
accessible surface improvements, field changes of dimensions and details, actual suppliers,
manufacturers and trade names, models of installed equipment, and Change Order proposals.
This separate set of Drawings and Specifications shall be the "Project Record."
B. The Project Record shall be maintained on the project site throughout the construction and
shall be clearly labeled "PROJECT RECORD". The Project Record shall be updated at
least weekly noting all changes and shall be available to Owner at all times.
Bid 042-15SR NCRTS Scale Replacement 52
RR8744
C. Contractor shall submit the completed and finalized Project Record to A/E and Owner prior
to Final Acceptance with Contractor’s certification that the information is complete and
accurate.
4.03 SHOP DRAWINGS
A. "Shop Drawings" means documents and other information required to be submitted to A/E by
Contractor pursuant to the Contract Documents, showing in detail: the proposed fabrication
and assembly of structural elements; and the installation (i.e. form, fit, and attachment details)
of materials and equipment. Shop Drawings include, but are not limited to, drawings, diagrams,
layouts, schematics, descriptive literature, illustrations, schedules, performance and test data,
samples, and similar materials furnished by Contractor to explain in detail specific portions of
the Work required by the Contract Documents. For materials and equipment to be
incorporated into the Work, Contractor submittal shall include the name of the manufacturer,
the model number, and other information concerning the performance, capacity, nature, and
rating of the item. When directed, Contractor shall submit all samples at its own expense.
Owner may duplicate, use, and disclose Shop Drawings provided in accordance with the
Contract Documents.
B. Contractor shall coordinate all Shop Drawings, and review them for accuracy, completeness,
and compliance with the Contract Documents and shall indicate its approval thereon as
evidence of such coordination and review. Where required by law, Shop Drawings shall be
stamped by an appropriate professional licensed by the state of Washington. Shop Drawings
submitted to A/E without evidence of Contractor's approval shall be returned for
resubmission. Contractor shall review, approve, and submit Shop Drawings with reasonable
promptness and in such sequence as to cause no delay in the Work or in the activities of
Owner or separate contractors. Contractor's submittal schedule shall allow a reasonable time
for A/E review. A/E will review, approve, or take other appropriate action on the Shop
Drawings. Contractor shall perform no portion of the Work requiring submittal and review of
Shop Drawings until the respective submittal has been reviewed and the A/E has approved or
taken
other appropriate action. Owner and A/E shall respond to Shop Drawing submittals with
reasonable promptness. Any Work by Contractor shall be in accordance with reviewed Shop
Drawings. Submittals made by Contractor that are not required by the Contract Documents,
may be returned without action.
C. Approval of Shop Drawings, or other appropriate action, by Owner or A/E shall not relieve
Contractor of responsibility for any errors or omissions in such Shop Drawings, nor from
responsibility for compliance with the requirements of the Contract Documents. Unless
specified in the Contract Documents, review by Owner or A/E shall not constitute an approval
of the safety precautions employed by Contractor during construction, or constitute an
approval of Contractor's means or methods of construction. If Contractor fails to obtain
approval before installation and the item or work is subsequently rejected, Contractor shall be
responsible for all costs of correction.
D. If Shop Drawings show variations from the requirements of the Contract Documents,
Contractor shall describe such variations in writing, separate from the Shop Drawings, at the
time it submits the Shop Drawings containing such variations. If A/E approves any such
variation, an appropriate Change Order will be issued. If the variation is minor and does not
involve an adjustment in the Contract Sum or Contract Time, a Change Order need not be
issued; however, the modification shall be recorded upon the Project Record.
E. Contractor shall submit to A/E for approval the quantities and format of Shop Drawings and
other support information stipulated in Division 1, Section 1300. The Owner shall receive one
(1) copy of the Submittals and Shop Drawings for review and approval.
Bid 042-15SR NCRTS Scale Replacement 53
RR8744
4.04 ORGANIZATION OF SPECIFICATIONS
Specifications are prepared in sections that conform generally to trade practices. These
sections are for Owner and Contractor convenience and shall not control Contractor in dividing
the Work among the Subcontractors or in establishing the extent of the Work to be performed
by any trade.
4.05 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER
DOCUMENTS
A. The Drawings, Specifications, and other documents prepared by A/E are instruments
of A/E's service through which the Work to be executed by
Contractor is described. Neither Contractor nor any Subcontractor shall own or claim a
copyright in the Drawings, Specifications, and other documents prepared by A/E, and A/E shall
be deemed the author of them and will, along with any rights of Owner, retain all common law,
statutory, and other reserved rights, in addition to the copyright. All copies of these
documents, except Contractor's
set, shall be returned or suitably accounted for to A/E, on request, upon completion of
the Work.
B. The Drawings, Specifications, and other documents prepared by the A/E, and copies thereof
furnished to Contractor, are for use solely with respect to this Project. They are not to be used
by Contractor or any Subcontractor on other projects or for additions to this Project outside the
scope of the Work without the specific written consent of Owner and A/E. Contractor and
Subcontractors are granted a limited license to use and reproduce applicable portions of the
Drawings, Specifications, and other documents prepared by A/E appropriate to and for use in
the execution of their Work.
C. Contractor and all Subcontractors grant a non-exclusive license to Owner, without additional
cost or royalty, to use for its own purposes (including reproduction) all Shop Drawings,
together with the information and diagrams contained therein, prepared by Contractor or any
Subcontractor. In providing Shop Drawings, Contractor and all Subcontractors warrant that
they have authority to grant to Owner a license to use the Shop Drawings, and that such
license is not in violation of any copyright or other intellectual property right. Contractor agrees
to defend and indemnify Owner pursuant to the indemnity provisions in section 5.22 from any
violations of copyright or other intellectual property rights arising out of Owner's use of the
Shop Drawings hereunder, or to secure for Owner, at Contractor's own cost, licenses in
conformity with this section.
D. The Shop Drawings and other submittals prepared by Contractor, Subcontractors of any tier,
or Contractor’s or Subcontractor’s equipment or material suppliers, and copies thereof
furnished to Contractor, are for use solely with respect to this Project. They are not to be used
by Contractor or any Subcontractor of any tier, or material or equipment supplier, on other
projects or for additions to this Project outside the scope of the Work without the specific
written consent of Owner. The Contractor, Subcontractors of any tier, and material or
equipment suppliers are granted a limited license to use and reproduce applicable portions of
the Shop Drawings and other submittals appropriate to and for use in the execution of their
Work under the Contract Documents.
Bid 042-15SR NCRTS Scale Replacement 54
RR8744
PART 5 - PERFORMANCE
5.01 CONTRACTOR CONTROL AND SUPERVISION
A. Contractor shall supervise and direct the Work, using its best skill and attention, and shall
perform the Work in a skillful manner. Contractor shall be solely responsible for and have
control over construction means, methods, techniques, sequences, and procedures and for
coordinating all portions of the Work, unless the Contract Documents give other specific
instructions concerning these matters. Contractor shall disclose its means and methods of
construction when requested by Owner or A/E.
B. COMMUNICATIONS
1. The Contractor must designate, in writing, its Contractor’s Representative who is
responsible for administering the Contract and has the authority to bind and obligate the
Contractor in the performance of the Work. The Contractor’s Representative shall be
identified in the Contract.
2. Communication with the Contractor shall be through the Contractor’s Representative.
3. The Contractor shall notify the County immediately if the Contractor’s Representative is
changed and identify the name of the new Contractor’s Representative and effective date
of the change
C. Performance of the Work shall be directly supervised by a competent superintendent
who is satisfactory to Owner and has authority to act for Contractor. The superintendent
shall not be changed without the prior written consent of Owner.
D. Contractor shall be responsible to Owner for acts and omissions of Contractor,
Subcontractors, and their employees and agents.
E. Contractor shall enforce strict discipline and good order among Contractor's employees and
other persons performing the Work. Contractor shall not permit employment of persons not
skilled in tasks assigned to them. Contractor's employees shall, at all times, conduct
business in a manner that assures fair, equal, and nondiscriminatory treatment of all
persons. Owner may, by written notice, request Contractor to remove from the Work or
Project site any employee Owner reasonably deems incompetent, careless, or otherwise
objectionable.
F. Contractor shall keep on the Project site a copy of the Drawings, Specifications, addenda,
reviewed Shop Drawings, and permits and permit drawings.
G. Contractor shall ensure that its owner(s) and employees, and those of its Subcontractors,
comply with the Ethics in Public Service Act RCW 42.52, which, among other things,
prohibits state employees from having an economic interest in any public works contract
that was made by, or supervised by, that employee. Contractor shall remove, at its sole cost
and expense, any of its or its Subcontractors' employees, if they are in violation of this act.
H. SUBMITTALS
1. Submittals include shop drawings, setting and erection drawings, schedules of materials,
product data, samples, certificates and other information prepared for the Work by the
Contractor or a Subcontractor as set forth in the Technical Specifications (‘Submittals’). The
Contractor shall perform no portion of the Work requiring Submittals until the Submittals have
been reviewed and returned by the County with one of the following annotations: (1) no
exceptions taken; or (2) make corrections noted; or (3) no action; or (4) rejected; or (5) revise
and resubmit.
Bid 042-15SR NCRTS Scale Replacement 55
RR8744
2. Prior to furnishing the Submittals to the County, the Contractor shall: (1) review all Contractor
and Subcontractor Submittals for accuracy, completeness, and compliance with the Contract;
(2) coordinate all Submittals with all Contract Work by other trades and with field
measurements; and (3) indicate approval on the Submittals as a representation that is has
complied with its obligation to review and coordinate Submittals. Where required by law or by
the Contract, Submittals shall be stamped by an appropriate licensed professional. Submittals
lacking required stamps or evidence of Contractor review and approval will be returned
without review by the County for resubmission. Submittals shall be sequentially numbered.
3. When submitting information, the Contractor shall identify and state reasons for any alteration,
variation, addition, deviation, or omission from the Contract. The Contractor shall not perform
work that alters, varies, adds, deviates, or omits Work without prior specific written acceptance
by the County.
4. The Contractor shall provide Submittals with reasonable promptness and in such sequence as
to facilitate the timely completion of the Contract. The Contractor shall prepare and keep
current, for review by the County, a schedule of Submittals which is coordinated with the
Contractor’s Project Schedule and allows the County reasonable time for review.
5. The County shall review the Contractor’s Submittals and respond in writing with reasonable
promptness so as not to unreasonably delay the progress of the Work. Unless otherwise
agreed, no delay to the Contractor’s Work shall be attributable to the failure by the County to
respond to a Submittal until thirty (30) days after the Submittal is received by the County, and
then only if failure by the County to respond is unreasonable and affects the Contract
completion date.
6. If the Contractor is required to resubmit a Submittal, any revisions on resubmittals shall be
specifically identified in writing and the resubmitted Submittal shall be sequentially alpha
denoted and note revisions in numerical order. The cost of the review of the initial Submittal
and the first revised Submittal shall be borne by the County. The costs of all additional revised
Submittals shall be charged to the Contractor. The cost of review shall include, without
limitation, administrative, design, and engineering activities directly related to review of
Submittals. The County may deduct these costs from any amounts due the Contractor.
7. The County shall review the Contractor’s Submittals only for conformance with the design of the
Work and compliance with the Contract. Review of the Submittals are not conducted to verify
the accuracy of dimensions, quantities, or calculations, the performance of materials, systems,
or equipment, or construction means, methods, techniques, sequences, or procedures, all of
which remain the Contractor’s responsibility. Failure by the County to take exception to a
Submittal shall not relieve the Contractor from any duty, including its responsibility for errors or
omissions in Submittals, its duty to make Submittals and duty to perform the Work according
to the requirements of the Contract. The County’s review of a Submittal shall not alter or waive
the requirements of the Contract unless the County has issued prior written approval of such
change or alteration of the Contract requirements.
8. The Contractor’s failure to identify any error, deviation, or omission and subsequent acceptance
of the Submittal by the County shall not relieve the Contractor from complying with the
Contract requirements.
I. REQUESTS FOR INFORMATION
1. If the Contractor determines that some portion of the drawings, specifications or other
Contract Documents require clarification or interpretation by the County because of an
apparent error, inconsistency, omission, or lack of clarity in the Contract, the Contractor
shall promptly submit a Request for Information (‘RFI’) and, unless otherwise directed,
Bid 042-15SR NCRTS Scale Replacement 56
RR8744
shall not proceed with the affected Work until the County has responded to the RFI. The
Contractor shall plan its work in an efficient manner so as to allow for timely responses to
RFIs.
2. RFIs shall only be submitted by the Contractor on an RFI Form provided by the County or in
a form acceptable to the County. The Contractor shall clearly and concisely set forth the
issue for which clarification or interpretation is sought and why a response is needed by
the County. In the RFI the Contractor shall set forth its own interpretation or understanding
of the requirement along with reasons why it reached such an understanding.
3. The County will review RFIs to determine whether they meet the requirements identified
above in paragraph B to qualify as an RFI. If the County determines that the document is
not an RFI it will be returned to the Contractor unreviewed as to content. When appropriate
the Contractor may resubmit the RFI on the proper form, with all required information and
in the proper manner.
4. The County shall respond in writing with reasonable promptness to Contractor’s RFI.
a. At the request of the Owner Representative, the Contractor shall prioritize its RFIs,
identify a date by which the Contractor prefers the RFI be answered, and reasons for
such priority.
b. If the Contractor submits an RFI on an activity less than thirty (30) days prior to the
commencement of that activity, the Contractor shall not be entitled to any time
extension or adjustment in Contract Price due to the time it takes the County to respond
to the RFI provided that the County responds within thirty (30) days. No delay to the
Contractor’s work or damages to the Contractor shall be attributable to the failure by the
County to respond to the RFI until thirty (30) days after the County’s receipt of the RFI,
and then only if the failure by the County to respond is unreasonable and affects the
Contract completion date.
5. The County’s response to an RFI shall not be considered a change to the Contract
requirements. To the extent the Contractor believes that the County’s response to the RFI
constitutes changed work impacting Contract Price or Contract Time, the Contractor shall
submit a Contractor’s Request for Change Order to the County in accordance with Part 7 –
Changes.
J. SUBSTITUTION OF PRODUCTS AND PROCESSES
1. Substitutions requested by the Contractor will be subject to the County’s prior written
acceptance and at the County’s sole discretion.
2. Requests for substitution must specifically identify:
a. Material, equipment, and labor costs included in the Contractor’s bid associated with the
original item to be substituted;
b. All costs for material, equipment, labor associated with the proposed substitution,
including any impact costs;
c. Proposed change to the Contract Price and/or Contract Time; and,
d. Compatibility with or modification to other systems, parts, equipment or components of
the Project and Contract Work.
3. Contractor shall provide all documentation supporting its request as requested by the
County.
Bid 042-15SR NCRTS Scale Replacement 57
RR8744
4. All costs of any redesign or modification to other systems, parts, equipment or components
of the Project or Contract Work, which results from the substitution, shall by borne by the
Contractor.
5. When the County approves a substitution proposed by the Contractor, the Contractor shall
guarantee the substituted article or materials to be equal to, or better than, those originally
specified and shall be compatible with all other systems, parts, equipment or components
of the Project or Contract Work. The County has the right to order an unaccepted,
substituted article removed and replaced without additional cost to the County.
6. The County has a right to a deductive Change Order if the substituted product or process is
less costly than the contractually required product or process.
7. If the County does not accept the substitution proposal the Contractor shall proceed,
without delay or cost to the County, with the Contract Work as originally specified.
K. CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY
AND PERSONS
1. The Contractor shall be responsible for conditions of the Site, including safety of all persons
and property, during performance of the Work. The Contractor shall maintain the Site and
perform the Work in a manner which meets all statutory and common law requirements or
other specific contractual requirements for the provision of a safe place to work and which
adequately protects the safety of all persons and property on or near the Site. This
obligation shall apply continuously and shall not be limited to normal working hours. The
County’s inspection of the Work or presence at the Site does not and shall not be
construed to include review of the adequacy of the Contractor’s safety measures in, on or
near the site of the Work.
2. The Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs, including adequate safety training, in connection with the
Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations
and lawful orders of any public authority bearing on the safety of persons or property or
their protection from damage, injury or loss.
3. Unless otherwise required in the Contract Documents the Contractor shall protect and be
responsible for any damage or loss to the Work or to the materials and equipment
associated with the Work until the date of Substantial Completion. The Contractor remains
responsible for any damage or loss caused directly or indirectly by the acts or omissions of
the Contractor, Subcontractors, Suppliers, or third parties authorized or allowed on the Site
by the Contractor until Final Acceptance.
4. The Contractor shall also be solely and completely responsible for damages arising from
the Work that affect property adjacent to the Site.
5. The Contractor shall repair or replace without cost to the County any damage or loss that
may occur, except damages or loss caused by the acts or omissions of the County.
6. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or
security measures and persons to protect the Work until the Owner Representative
authorizes in writing the removal of signs, fencing, barricades, lights or security measures.
5.02 PERMITS, FEES, AND NOTICES
A. Unless otherwise provided in the Contract Documents, Contractor shall pay for and obtain
all permits, licenses, and inspections necessary for proper execution and completion of the
Bid 042-15SR NCRTS Scale Replacement 58
RR8744
Work. Prior to Final Acceptance, the approved, signed permits shall be delivered to
Owner.
B. Contractor shall comply with and give notices required by all federal, state, and local laws,
ordinances, rules, regulations, and lawful orders of public authorities applicable to
performance of the Work.
5.03 PATENTS AND ROYALTIES
Contractor is responsible for, and shall pay, all royalties and license fees. Contractor shall defend,
indemnify, and hold Owner harmless from any costs, expenses, and liabilities arising out of the
infringement by Contractor of any patent, copyright, or other intellectual property right used in the
Work; however, provided that Contractor gives prompt notice, Contractor shall not be responsible
for such defense or indemnity when a particular design, process, or product of a particular
manufacturer or manufacturers
is required by the Contract Documents. If Contractor has reason to believe that use of the
required design, process, or product constitutes an infringement of a patent or copyright, it shall
promptly notify Owner of such potential infringement.
5.04 PREVAILING WAGES
A. Contractor shall pay the prevailing rate of wages to all workers, laborers, or mechanics
employed in the performance of any part of the Work in accordance with RCW 39.12 and
the rules and regulations of the Department of Labor and Industries. The schedule of
prevailing wage rates for the locality or localities of the Work, is determined by the
Industrial Statistician of the Department of Labor and Industries. It is the Contractor’s
responsibility to verify the applicable prevailing wage rate.
By including the hourly minimum rates for wages and fringe benefits in the contract
provisions, the Owner does not imply that the Contractor will find labor available at those
rates. The Contractor shall be responsible for any amounts above the minimums that will
actually have to be paid. The Contractor shall bear the cost of paying wages above those
shown in the contract provisions.
The Contractor shall ensure that any firm (supplier, manufacturer, or fabricator) that falls
under the provisions of RCW 39.12 because of the definition “Contractor†in WAC 296-
127-010 complies with all the requirements of RCW
39.12.
B. Before commencing the Work, Contractor shall submit to the Owner approved copies of a
“Statement of Intent to Pay Prevailing Wages†for itself and for each firm that will provide
work and materials for the contract. As required by RCW
39.12.040, the Owner will make no payment under this contract for the work performed
by the Contractor or any other firms until their approved forms have been received.
C. Disputes regarding prevailing wage rates shall be referred for arbitration to the Director of
the Department of Labor and Industries. The arbitration decision shall be final and
conclusive and binding on all parties involved in the dispute as provided for by RCW
39.12.060.
D. Each Application for Payment submitted by Contractor shall state that prevailing wages
have been paid in accordance with the pre-filed statement(s) of intent, as approved. Copies
of the approved intent statement(s) shall be posted on the job site with the address and
telephone number of the Industrial Statistician of the Department of Labor and Industries
where a complaint or inquiry concerning prevailing wages may be made.
Bid 042-15SR NCRTS Scale Replacement 59
RR8744
E. In compliance with chapter 296-127 WAC, Contractor shall pay to the Department of Labor
and Industries the currently established fee(s) for each statement of intent and/or affidavit
of wages paid submitted to the Department of Labor and Industries for certification.
F. Any subcontractor awarded a contract by the Contractor after the Work commences shall
submit copies of approved Statement of Intent to Pay Prevailing Wages with the Contractor’s
next application for payment.
G. The Contractor and all subcontractors shall promptly submit to the Owner certified payroll
copies if requested.
5.05 HOURS OF LABOR
A. Contractor shall comply with all applicable provisions of RCW 49.28 and they are incorporated
herein by reference. Pursuant to that statute, no laborer, worker, or mechanic employed by
Contractor, any Subcontractor, or any other person performing or contracting to do the whole
or any part of the Work, shall be permitted or required to work more than eight hours in any
one calendar day, provided, that in cases of extraordinary emergency, such as danger to life
or property, the hours of work may be extended, but in such cases the rate of pay for time
employed in excess of eight hours of each calendar day shall be not
less than one and one-half times the rate allowed for this same amount of time during eight
hours' service.
B. Notwithstanding the preceding paragraph, RCW 49.28 permits a contractor or subcontractor
in any public works contract subject to those provisions, to enter into an agreement with its
employees in which the employees work up to ten hours in a calendar day. No such
agreement may provide that the employees work ten-hour days for more than four calendar
days a week. Any such agreement is subject to approval by the employees. The overtime
provisions of RCW 49.28 shall not apply to the hours worked, up to forty hours per week,
pursuant to any such agreement.
5.06 Not Used
5.07 SAFETY PRECAUTIONS
A. Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the performance of the Work in accordance
with the Washington Industrial Safety Health Act (WISHA) and all applicable provisions of
the following regulations:
1. Chapter 296-155 WAC: Safety Standards for Construction Work.
2. Chapter 19.27 RCW: State Building Code (Uniform Building, Electrical,
Mechanical, Fire and Plumbing)
3. Chapter 212-12 WAC: Fire Marshal Standards
4. Chapter 296-92 WAC: Hazardous Communications
5. Chapter 296-62-071 WAC: Respirator Standards
6. Chapter 296-62 WAC: General Occupation Health Standards
7. Chapter 296-24 WAC: General Safety and Health Standards
8. Chapter 49.70 RCW: Right to Know Act
B. In carrying out its responsibilities according to the Contract Documents, Contractor shall
protect the lives and health of employees performing the Work and other persons who may
be affected by the Work; prevent damage to materials, supplies, and equipment whether on
site or stored off-site; and prevent damage to other property at the site or adjacent thereto.
Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of
any public body having jurisdiction for the safety of persons or property or to
Bid 042-15SR NCRTS Scale Replacement 60
RR8744
protect them from damage, injury, or loss; shall erect and maintain all necessary safeguards
for such safety and protection; and shall notify owners of adjacent property and utilities when
prosecution of the Work may affect them.
C. Contractor shall maintain an accurate record of exposure data on all incidents relating to the
Work resulting in death, traumatic injury, occupational disease, or damage to property,
materials, supplies, or equipment. Contractor shall immediately report any such incident to
Owner. Owner shall, at all times, have a right of access to all records of exposure.
D. Contractor shall provide all persons working on the Project site with information and training
on hazardous chemicals in their work at the time of their initial assignment, and whenever a
new hazard is introduced into their work area.
1. Information. At a minimum, Contractor shall inform persons working on the
Project site of:
a. The requirements of Chapter 296-62 WAC, General Occupational HealthStandards;
b. Any operations in their work area where hazardous chemicals are present;
and
c. The location and availability of written hazard communication programs, including the
required list(s) of hazardous chemicals and material safety data sheets required by
chapter 296-62 WAC.
2. Training. At a minimum, Contractor shall provide training for persons working on
the Project site, which includes:
a. Methods and observations that may be used to detect the presence or release of a
hazardous chemical in the work area (such as monitoring conducted by the
employer, continuous monitoring devices, visual appearance or odor of hazardous
chemicals when being released, etc.);
b. The physical and health hazards of the chemicals in the work area;
c. The measures such persons can take to protect themselves from these hazards,
including specific procedures Contractor, or its subcontractors, or others have
implemented to protect those on the Project site from exposure to hazardous
chemicals, such as appropriate work practices, emergency procedures, and personal
protective equipment to be used; and
d. The details of the hazard communications program developed by Contractor, or its
Subcontractors, including an explanation of the labeling system and the material
safety data sheet, and how employees can obtain and use the appropriate hazard
information.
E. Contractor's responsibility for hazardous, toxic, or harmful substances shall include the
following duties:
1. Contractor shall not keep, use, dispose, transport, generate, or sell on or about the
Project site, any substances now or hereafter designated as, or which are subject to
regulation as, hazardous, toxic, dangerous, or harmful by any federal, state or local law,
regulation, statute or ordinance (hereinafter collectively referred to as "hazardous
substances", in violation of any such
law, regulation, statute, or ordinance, but in no case shall any such hazardous substance
be stored more than 90 days on the Project site.
Bid 042-15SR NCRTS Scale Replacement 61
RR8744
2. Contractor shall promptly notify Owner of all spills or releases of any hazardous substances
that are otherwise required to be reported to any regulatory agency and pay the cost of
cleanup. Contractor shall promptly notify Owner of all failures to comply with any federal,
state, or local law, regulation, or ordinance; all inspections of the Project site by any
regulatory entity concerning the same; all regulatory orders or fines; and all responses or
interim cleanup actions
taken by or proposed to be taken by any government entity or private party on the Project
site.
F. All Work shall be performed with due regard for the safety of the public.
Contractor shall perform the Work so as to cause a minimum of interruption of vehicular
traffic or inconvenience to pedestrians. All arrangements to care for such traffic shall be
Contractor's responsibilities. All expenses involved in the maintenance of traffic by way of
detours shall be borne by Contractor.
G. In an emergency affecting the safety of life or the Work or of adjoining property, Contractor is
permitted to act, at its discretion, to prevent such threatened loss or injury, and Contractor
shall so act if so authorized or instructed.
H. Nothing provided in this section shall be construed as imposing any duty upon Owner or A/E
with regard to, or as constituting any express or implied assumption of control or
responsibility over, Project site safety, or over any other safety conditions relating to
employees or agents of Contractor or any of its Subcontractors, or the public.
I. Prior to receiving a Notice to Proceed, the Contractor shall submit to the Owner a written, site-
specific, accident prevention program pursuant to applicable
code requirements that meets or exceeds the current Chapter 296-155 WAC, which must
be approved by the Owner. At a minimum, the written, site- specific, accident prevention
program shall address the following subjects:
1. Hazard communication
2. Personal protective clothing and equipment
3. Fall prevention
4. Lockout / tagout
5. Respiratory protection
6. Hearing protection
7. Confined spaces
8. Open trenches
9. Heavy lifting and rigging
10. Fire prevention and response
11. Emergency response plan, including notification, evacuation and employee
training
12. Safety guidelines, training, enforcement and incentives
The Contractor shall ensure that all personnel and visitors to the site, including, but not
limited to, subcontractors, vendors, their employees, agents and/or assigns, comply with the
approved accident prevention program. The Contractor shall have and enforce a disciplinary
schedule for the occurrence of safety violations. The Contractor shall provide documentation
of all safety violations to the Owner’s representative and indicate the corrective action taken.
J. The Contractor shall designate, by name, the Safety Supervisor who shall be on the work
site at all times for the duration of the Project. The Safety Supervisor shall be solely
dedicated to safety management on the project and serve as the “Competent Person†as
defined in Chapter 296-155-012 WAC. The Safety Supervisor shall have the authority to
stop or redirect all work activities in the interest of safety.
Bid 042-15SR NCRTS Scale Replacement 62
RR8744
The Safety Supervisor shall provide a safety orientation to all new employees on the Project,
including subcontractor employees. The Safety Supervisor shall hold weekly safety
meetings with on-site personnel and provide to the Owner’s representative a copy of
attendance signatures and meeting minutes.
H. The Owner reserves the right to amend the site safety requirements and procedures of this
contract. Nothing in this part shall be construed as imposing a duty upon the Owner or A/E
to prescribe safety conditions relating to employees, public, or agents of the Contractors.
5.08 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS
A. Contractor shall confine all operations, including storage of materials, to Owner- approved
areas.
B. Contractor shall ensure that Owner operations and public access within or adjacent to the
project site remain unimpeded at all times. Contractor shall submit to the Owner a written
shut-down notice no less that forty-eight (48) hours in advance for any pre-planned
interruptions or temporary shut downs to Owner operations and public access. Approval of
pre-planned operations or public access shut-downs shall be at the discretion of the Owner
and not unreasonably withheld.
C. Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be provided by
Contractor only with the consent of Owner and without expense to Owner. The temporary
buildings and utilities shall remain the property of Contractor and shall be removed by
Contractor at its expense upon completion of the Work.
D. Contractor shall use only established roadways or temporary roadways authorized by Owner.
When materials are transported in prosecuting the Work, vehicles shall not be loaded beyond
the loading capacity recommended by the manufacturer of the vehicle or prescribed by
federal, state, or local law or regulation.
E. Ownership and control of all materials or facility components to be demolished or removed
from the Project site by Contractor shall immediately vest in Contractor upon severance of
the component from the facility or severance of the material from the Project site. Contractor
shall be responsible for compliance with all laws governing the storage and ultimate
disposal. Contractor shall provide Owner with a copy of all manifests and receipts
evidencing proper disposal when required by Owner or applicable law.
F. Contractor shall be responsible for the proper care and protection of its materials and
equipment delivered to the Project site. Materials and equipment may be stored on the
premises subject to approval of Owner. When Contractor uses any portion of the Project site
as a shop, Contractor shall be responsible for any repairs, patching, or cleaning arising from
such use.
G. Contractor shall protect and be responsible for any damage or loss to the Work, or to the
materials or equipment until the date of Substantial Completion, and shall repair or replace
without cost to Owner any damage or loss that may
occur, except damages or loss caused by the acts or omissions of Owner. Contractor shall
also protect and be responsible for any damage or loss to the Work, or to the materials or
equipment, after the date of Substantial
Completion, and shall repair or replace without cost to Owner any such damage or loss that
might occur, to the extent such damages or loss are caused by the acts or omissions of
Contractor or any Subcontractor.
Bid 042-15SR NCRTS Scale Replacement 63
RR8744
5.09 PRIOR NOTICE OF EXCAVATION
A. "Excavation" means an operation in which earth, rock, or other material on or below the
ground is moved or otherwise displaced by any means, except the tilling of soil less than 12
inches in depth for agricultural purposes, or road ditch maintenance that does not change the
original road grade or ditch flow line. Before commencing any excavation, Contractor shall
provide notice of the scheduled commencement of excavation to all owners of underground
facilities or utilities, through locator services.
5.10 UNFORESEEN PHYSICAL CONDITIONS
A. If Contractor encounters conditions at the site that are subsurface or otherwise concealed
physical conditions that differ materially from those indicated in the Contract Documents, or
unknown physical conditions of an unusual nature that differ materially from those ordinarily
found to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then Contractor shall give written notice to Owner
promptly and in no event later than 7 days after the first observance of the conditions.
Conditions shall not be disturbed prior to such notice.
B. If such conditions differ materially and cause a change in Contractor's cost of, or time required
for, performance of any part of the Work, the Contractor may be entitled to an equitable
adjustment in the Contract Time or Contract Sum, or both, provided it makes a request
therefore as provided in Part 7.
5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES,
AND IMPROVEMENTS
A. Contractor shall protect from damage all existing structures, equipment, improvements,
utilities, and vegetation at or near the Project site and on adjacent property of a third party,
the locations of which are made known to or should be known by Contractor. Contractor shall
repair any damage, including that to the property of a third party, resulting from failure to
comply with the requirements of the Contract Documents or failure to exercise reasonable
care in performing the Work. If Contractor fails or refuses to repair the damage promptly,
Owner may have the necessary work performed and charge the cost to Contractor.
B. Contractor shall only remove trees when specifically authorized to do so, and shall protect
vegetation that will remain in place.
5.12 LAYOUT OF WORK
A. Contractor shall plan and lay out the Work in advance of operations so as to coordinate all
work without delay or revision.
B. Contractor shall lay out the Work from Owner-established baselines and bench marks
indicated on the Drawings, and shall be responsible for all field measurements in connection
with the layout. Contractor shall furnish, at its own expense, all stakes, templates, platforms,
equipment, tools, materials, and labor required to lay out any part of the Work. Contractor
shall be responsible for executing the Work to the lines and grades that may be established.
Contractor shall be responsible for maintaining or restoring all stakes and other marks
established.
5.13 MATERIAL AND EQUIPMENT
A. All equipment, material, and articles incorporated into the Work shall be new and of the most
suitable grade for the purpose intended, unless otherwise specifically provided in the Contract
Documents. References in the Specifications to equipment, material, articles, or patented
processes by trade name, make, or catalog number, shall be regarded as establishing a
standard quality and shall not be construed as limiting competition. Contractor may, at its
Bid 042-15SR NCRTS Scale Replacement 64
RR8744
option, use any equipment, material, article, or process that, in the judgment of A/E, is equal to
that named in the specifications, unless otherwise specifically provided in the Contract
Documents.
B. Contractor shall do all cutting, fitting, or patching that may be required to make its several
parts fit together properly, or receive or be received by work of others set forth in, or
reasonably implied by, the Contract Documents. Contractor shall not endanger any work by
cutting, excavating, or otherwise altering the Work and shall not cut or alter the work of any
other contractor unless approved in advance by Owner.
C. Should any of the Work be found defective, or in any way not in accordance with the Contract
Documents, Owner may reject this work in whatever stage of completion at the time.
D. MATERIALS AND EQUIPMENT FURNISHED BY COUNTY
1. Unless otherwise specifically provided in the Contract Documents, if the Contract requires that
the Contractor install materials and equipment provided by the County, in the absence of a
reasonably apparent defect, such materials and equipment shall be considered compliant with
the Contract Documents.
1. If the Contractor discovers defects in the County-furnished material or equipment the
Contractor shall immediately notify the County in writing.
2. After such discovery, the Contractor shall not proceed with Work involving such County
materials and equipment unless otherwise authorized in writing by the County.
3. Contractor’s failure to provide immediate written Notice of any defects in material or
equipment shall constitute acceptance of such materials and equipment as fit for
incorporation into the Work.
4. Contractor shall be responsible for any damages or delays resulting from Contractor’s
failure to provide timely written Notice or Contractor’s improper incorporation of such
defective materials or equipment into the Work.
2. Unless otherwise specifically provided in the Contract Documents, materials and equipment
furnished by the County, which are not of local origin, are considered to be Free On Board
“FOB†to the point of destination which is the railroad, truck or port terminal nearest to the Site.
1. The County shall inspect the equipment at the point of destination and notify the Contractor
that the County-furnished material and equipment is available for immediate receipt,
possession, and inspection at the point of destination.
2. Upon such notice, the Contractor shall, within seven (7) days, inspect such County-
furnished material and equipment at point of destination and provide immediate written
Notice of rejection of said material and equipment if it is defective or does not meet the
requirements of the Contract.
a. The Contractor shall identify the causes for its rejection, including but not limited to the
specific defect or nonconformance with the Contract.
b. Failure to provide such written rejection shall result in a presumption that the Contractor
accepts the County-furnished material and equipment, except as to defects not then
reasonably discovered.
3. After receipt by the Contractor at the point of destination all risk of loss and damage to such
materials and equipment shall be borne by the Contractor. The Contractor shall promptly
unload, transport, store and/or protect such material and equipment from damage.
Bid 042-15SR NCRTS Scale Replacement 65
RR8744
5.14 AVAILABILITY AND USE OF UTILITY SERVICES
A. Owner shall make all reasonable utilities available to Contractor from existing outlets and
supplies, as specified in the Contract Documents. Unless otherwise provided in the Contract
Documents, the utility service consumed shall be charged to or paid for by Contractor at
prevailing rates charged to Owner or, where the utility is produced by Owner, at reasonable
rates determined by Owner. Contractor will carefully conserve any utilities furnished.
B. Contractor shall, at its expense and in a skillful manner satisfactory to Owner, install and
maintain all necessary temporary connections and distribution lines, together with appropriate
protective devices, and all meters required to measure the amount of each utility used for the
purpose of determining charges. Prior to the date of Final Acceptance, Contractor shall
remove all temporary
connections, distribution lines, meters, and associated equipment and materials.
C. Prior to the commencement of construction activities, a formal utility shutdown notice
procedure shall be negotiated between the Owner and the Contractor. The shutdown notice
procedure shall be utilized throughout the project for temporary or permanent disruption to
Owner’s utilities. At a minimum, the Contractor shall submit to the Owner a written shut-
down notice no less that forty-eight (48) hours in advance for any pre-planned interruptions
or temporary shut downs to Owner utilities. Approval of pre-planned utility shut-downs shall
be at the discretion of the Owner and not unreasonably withheld.
5.15 TESTS AND INSPECTION
A. Contractor shall maintain an adequate testing and inspection program and perform such
tests and inspections as are necessary or required to ensure that the Work conforms to the
requirements of the Contract Documents. Contractor shall be responsible for inspection and
quality surveillance of all its Work and all Work performed by any Subcontractor in accordance
with Division 1, Section
01400. Unless otherwise provided, Contractor shall make arrangements for such tests,
inspections, and approvals with an independent testing laboratory or entity acceptable to
Owner, or with the appropriate public authority, and shall bear all related costs of tests,
inspections, and approvals. Contractor shall give Owner timely notice of when and where
tests and inspections are to be made. Contractor shall maintain complete inspection records
and make them available to Owner.
B. Owner will retain the services of an independent testing and inspection company that may, at
any reasonable time, conduct such inspections and tests as it
deems necessary to ensure that the Work is in accordance with the Contract Documents.
Contractor shall coordinate, schedule and provide complete access for the Owner’s separate
testing agency. Owner shall promptly notify Contractor if an inspection or test reveals that the
Work is not in accordance with the Contract Documents. Unless the subject items are
expressly accepted by
Owner, such Owner inspection and tests are for the sole benefit of Owner and do not:
1. Constitute or imply acceptance;
2. Relieve Contractor of responsibility for providing adequate quality control measures;
3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or
equipment;
4. Relieve Contractor of its responsibility to comply with the requirements of the
Contract Documents; or
Bid 042-15SR NCRTS Scale Replacement 66
RR8744
5. Impair Owner's right to reject defective or nonconforming items, or to avail itself of any
other remedy to which it may be entitled.
C. Neither observations by an inspector retained by Owner, the presence or absence of such
inspector on the site, nor inspections, tests, or approvals by others, shall relieve
Contractor from any requirement of the Contract Documents, nor is any such inspector
authorized to change any term or condition of the Contract Documents.
D. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and
equipment reasonably needed for performing such safe and convenient inspections and
tests as may be required by Owner. Owner may charge Contractor any additional cost of
inspection or testing when Work is not ready at the time specified by Contractor for
inspection or testing, or when prior rejection makes re-inspection or retest necessary. Owner
shall perform its inspections and tests in a manner that will cause no undue delay in the
Work.
5.16 CORRECTION OF NONCONFORMING WORK
A. If a portion of the Work is covered contrary to the requirements in the Contract Documents, it
must, if required in writing by Owner, be uncovered for Owner's observation and be replaced
at the Contractor's expense and without change in the Contract Time.
B. If, at any time prior to Final Completion, Owner desires to examine the Work, or any portion of
it, which has been covered, Owner may request to see such Work and it shall be uncovered
by Contractor. If such Work is in accordance with the Contract Documents, the Contractor
shall be entitled to an adjustment in the Contract Sum for the costs of uncovering and
replacement, and, if completion of the Work is thereby delayed, an adjustment in the Contract
Time, provided it makes a request therefore as provided in Part 7. If such Work is not in
accordance with the Contract Documents, the Contractor shall pay the costs of examination
and reconstruction.
C. Contractor shall promptly correct Work found by Owner not to conform to the requirements of
the Contract Documents, whether observed before or after Substantial Completion and
whether or not fabricated, installed, or completed. Contractor shall bear all costs of correcting
such nonconforming Work, including additional testing and inspections.
D. If, within one year after the date of Substantial Completion of the Work or designated portion
thereof, or within one year after the date for commencement of any system warranties
established under section 6.08, or within the terms of any applicable special warranty
required by the Contract Documents, any of the Work is found to be not in accordance with
the requirements of the Contract
Documents, Contractor shall correct it promptly after receipt of written notice from Owner to do
so. Owner shall give such notice promptly after discovery of the condition. This period of one
year shall be extended, with respect to portions of Work first performed after Substantial
Completion, by the period of time between Substantial Completion and the actual performance
of the Work. Contractor's duty to correct with respect to Work repaired or replaced shall run for
one year from the date of repair or replacement. Obligations under this paragraph shall survive
Final Acceptance.
E. Contractor shall remove from the Project site portions of the Work that are not in accordance
with the requirements of the Contract Documents and are neither corrected by Contractor nor
accepted by Owner.
F. If Contractor fails to correct nonconforming Work within a reasonable time after written
notice to do so, Owner may replace, correct, or remove the nonconforming Work and charge
the cost thereof to the Contractor.
Bid 042-15SR NCRTS Scale Replacement 67
RR8744
G. Contractor shall bear the cost of correcting destroyed or damaged Work, whether completed
or partially completed, caused by Contractor's correction or removal of Work that is not in
accordance with the requirements of the Contract Documents.
H. Nothing contained in this section shall be construed to establish a period of limitation with
respect to other obligations that the Contractor might have according to the Contract
Documents. Establishment of the time period of one year as described in paragraph 5.16D
relates only to the specific obligation of Contractor to correct the Work, and has no
relationship to the time within which the Contractor's obligation to comply with the Contract
Documents may be sought to be enforced, including the time within which such proceedings
may be commenced.
I. If Owner prefers to accept Work that is not in accordance with the requirements of the
Contract Documents, Owner may do so instead of requiring its removal
and correction, in which case the Contract Sum may be reduced as appropriate and
equitable.
5.17 CLEAN UP
Contractor shall at all times keep the Project site, including hauling routes, infrastructures,
utilities, and storage areas, free from accumulations of waste materials. Before completing
the Work, Contractor shall remove from the premises its garbage, surplus and waste
materials, tools, scaffolding, equipment, and materials. Upon completing the Work,
Contractor shall leave the Project site in a clean, neat, and orderly condition satisfactory to
Owner. If Contractor fails to clean up as provided herein, and after reasonable notice from
Owner, Owner may do so and the cost thereof shall be charged to Contractor.
5.18 ACCESS TO WORK
Contractor shall provide Owner and A/E access to the Work in progress wherever located.
5.19 OTHER CONTRACTS
Owner may undertake or award other contracts for additional work at or near the Project site.
Contractor shall reasonably cooperate with the other contractors and with Owner's employees
and shall carefully adapt scheduling and perform the Work in accordance with these Contract
Documents to reasonably accommodate the other work.
5.20 SUBCONTRACTORS AND SUPPLIERS
A. Before submitting the first Application for Payment, Contractor shall furnish in writing to Owner
on Owner provided form(s) the names, addresses, telephone numbers, and Tax Identification
Numbers (TIN) of all subcontractors, as well as suppliers providing materials in excess of
$2,500.00. Contractor shall utilize subcontractors and suppliers, which are experienced and
qualified, and meet the requirements of the Contract Documents, if any. Contractor shall not
utilize any subcontractor or supplier to whom the Owner has a reasonable objection, and shall
obtain Owner’s written consent before making any substitutions or additions.
B. All Subcontracts must be in writing. By appropriate written agreement, Contractor shall
require each Subcontractor, so far as applicable to the Work to be performed by the
Subcontractor, to be bound to Contractor by terms of the Contract Documents, and to
assume toward Contractor all the obligations and responsibilities that Contractor assumes
toward Owner in accordance with the Contract Documents. Each Subcontract shall
preserve and protect the rights of Owner in accordance with the Contract Documents with
respect to the Work to be performed by the Subcontractor so that subcontracting thereof
will not prejudice such rights. Where appropriate, Contractor shall require each
Bid 042-15SR NCRTS Scale Replacement 68
RR8744
Subcontractor to enter into similar agreements with Sub-subcontractors. However, nothing
in this paragraph shall be construed to alter the contractual relations between Contractor
and its Subcontractors with respect to insurance or bonds.
C. Contractor shall schedule, supervise, and coordinate the operations of all Subcontractors.
No Subcontracting of any of the Work shall relieve Contractor from its responsibility for the
performance of the Work in accordance with the Contract Documents or any other
obligations of the Contract Documents.
D. Each subcontract agreement for a portion of the Work is hereby assigned by Contractor to
Owner provided that:
1. The assignment is effective only after termination by Owner for cause pursuant to Part 9.01
and only for those Subcontracts that Owner accepts by notifying the Subcontractor in
writing; and
2. After the assignment is effective, Owner will assume all future duties and obligations
toward the Subcontractor, which Contractor assumed in the Subcontract.
3. The assignment is subject to the prior rights of the surety, if any, obligated under any
bond provided in accordance with the Contract Documents.
5.21 WARRANTY OF CONSTRUCTION
A. In addition to any special warranties provided elsewhere in the Contract, Contractor
warrants that all Work conforms to the requirements of the Contract and is free from any
defect in equipment, material, design, or workmanship performed by Contractor or its
Subcontractors and Suppliers.
B. The warranty period shall be for the longer period of: one (1) year from the date of
Substantial Completion of the entire Project or the duration of any special extended
warranty period required by the Contract or the duration of any special extended warranty
offered by a supplier or common to the trade.
C. With respect to all warranties, express or implied, for Work performed or materials
furnished according to the Contract, Contractor shall:
1. Obtain all warranties that would be given in normal commercial practice from the
supplier and/or manufacturer;
2. Prior to Final Acceptance require all warranties be executed, in writing, for the benefit
of the County;
3. Enforce all warranties for the benefit of the County; and
4. Be responsible to enforce any warranty of a Subcontractor, manufacturer, or Supplier,
should they extend beyond the period specified in the Contract.
D. If, within an applicable warranty period, any part of the Work is found not to conform to
the Contract, the Contractor shall correct it promptly after receipt of written Notice from
the County to do so. In the event the County determines that Contractor corrective action
is not satisfactory and/or timely performed, then the County has the right to either correct
the problem itself or procure the necessary services, recommendations, or guidance from
a third party. All damages incurred by the County and all costs for the County’s remedy
shall be reimbursed by the Contractor.
E. The warranty provided in this provision shall be in addition to any other rights or remedies
provided elsewhere in the Contract or by applicable law.
Bid 042-15SR NCRTS Scale Replacement 69
RR8744
PART 6 - PAYMENTS AND COMPLETION
6.01 CONTRACT SUM
Owner shall pay Contractor the Contract Sum for performance of the Work, in accordance with
the Contract Documents. The Contract Sum shall include all taxes imposed by law and properly
chargeable to the Project, including sales tax.
6.02 SCHEDULE OF VALUES
A. Before submitting its first Application for Payment, the Contractor shall submit to the
Owner for approval a breakdown Schedule of Values allocating the total Contract Sum to
each principle category of work, including all subcontract work of each principal category,
in such detail as requested by Owner. The approved Schedule of Values shall include
appropriate amounts for demobilization, record drawings, O&M manuals and any other
requirements for Project closeout, and shall be used by Owner as the basis for progress
payments. Payment for Work shall be made only for and in accordance with those items
included in the Schedule of Values. Change Orders shall be added independently to the
Schedule of Values after they are approved by Owner.
B. The Schedule of Values must be prepared in the format depicted in Section 01 20 00
Payment Procedures and in such detail as requested by Owner.
6.03 APPLICATION FOR PAYMENT
A. At monthly intervals, unless determined otherwise by Owner, Contractor shall submit to
Owner an itemized Application for Payment for Work completed in accordance with the
Contract Documents and the approved Schedule of Values. Each application shall be
supported by such substantiating data as Owner may require. The Contractor shall include a
copy of each Subcontractor’s Application for Payment with its own Application for Payment.
B. By submitting an Application for Payment, Contractor is certifying that all
Subcontractors have been paid, less earned retainage in accordance with RCW
60.28.010, as their interests appeared in the last preceding certificate of payment. By
submitting an Application for Payment, Contractor is re-certifying that the representations set
forth in Part 1.03 are true and correct, to the best of Contractor's knowledge, as of the date of
the Application for Payment.
C. At the time it submits an Application for Payment, Contractor shall analyze and reconcile, to
the satisfaction of Owner, the actual progress of the Work with the Progress Schedule.
D. If authorized by Owner, the Application for Payment may include request for payment for
material delivered to the Project site and suitably stored, or for completed preparatory work.
Payment may similarly be requested for 50% of the value of material stored off the Project
site, provided Contractor complies with or furnishes satisfactory evidence of the following:
1. The material will be placed in a warehouse that is structurally sound, dry, lighted and
suitable for the materials to be stored;
2. The warehouse is located within a 10-mile radius of the Project. Other locations may
be utilized, if approved in writing, by Owner;
3. Only materials for the Project are stored within the warehouse (or a secure portion of a
warehouse set aside for the Project);
Bid 042-15SR NCRTS Scale Replacement 70
RR8744
4. Contractor furnishes Owner a certificate of insurance extending Contractor's insurance
coverage for damage, fire, and theft to cover the full value of all materials stored, or in
transit;
5. The warehouse (or secure portion thereof) is continuously under lock and key, and only
Contractor's authorized personnel shall have access;
6. Owner shall at all times have the right of access in presence of Contractor;
7. The Contractor or Subcontractor, as appropriate, and its surety assume total responsibility
for the stored materials without any recourse against the County and its insurers; and
8. Contractor furnishes to Owner certified lists of materials stored, bills of lading, invoices,
and other information as may be required, and shall also furnish notice to Owner when
materials are moved from storage to the Project site.
E. Payment by Owner to the Contractor for materials and equipment intended for the Work shall
not diminish or alter the Contractor’s responsibility for proper care and security, in accordance
with Section 5.08.G.
6.04 PROGRESS PAYMENTS
A. The Contractor shall utilize AIA Document G702 to submit its application for payment. Owner
shall make progress payments, in such amounts as Owner determines are properly due, within
30 days after receipt of a properly executed Application for Payment. Owner shall notify
Contractor in accordance with RCW
39.76 if the Application for Payment does not comply with the requirements of the Contract
Documents.
B. Owner shall retain 5% of the amount of each progress payment until 60 days after Final
Acceptance and receipt of all documents required by law or the Contract Documents,
including, at Owner's request, consent of surety to release of the retainage. In accordance
with RCW 60.28, Contractor may request that monies reserved be retained in a fund by
Owner, deposited by Owner in a bank or savings and loan, or placed in escrow with a bank or
trust company to be converted into bonds and securities to be held in escrow with interest to
be paid to Contractor. Owner may permit Contractor to provide an appropriate bond in lieu of
the retained funds.
C. Title to all Work and materials covered by a progress payment shall pass to Owner at the time
of such payment free and clear of all liens, claims, security interests, and encumbrances.
Passage of title shall not, however, relieve Contractor from any of its duties and responsibilities
for the Work or materials, or waive any rights of Owner to insist on full compliance by
Contractor with the Contract Documents.
D. Payments due and unpaid in accordance with the Contract Documents shall bear interest
as specified in RCW 39.76.
6.05 PAYMENTS WITHHELD
A. Owner may withhold or, on account of subsequently discovered evidence, nullify the whole
or part of any payment to such extent as may be necessary to protect Owner for loss or
damage from reasons including but not limited to:
1. Work not in accordance with the Contract Documents;
2. Reasonable evidence that the Work required by the Contract Documents cannot be
completed for the unpaid balance of the Contract Sum;
Bid 042-15SR NCRTS Scale Replacement 71
RR8744
3. Work by Owner to correct defective Work or complete the Work in accordance
with Section 5.16;
4. Failure to perform in accordance with the Contract Documents; or
5. Cost or liability that may occur to Owner as the result of Contractor's fault or negligent acts
or omissions.
B. In any case where part or all of a payment is going to be withheld for unsatisfactory
performance, Owner shall notify Contractor in accordance with RCW 39.76.
6.06 RETAINAGE AND BOND CLAIM RIGHTS
RCW chapters 39.08 and 60.28, concerning the rights and responsibilities of Contractor and
Owner with regard to the performance and payment bonds and retainage, are made a part of the
Contract Documents by reference as though fully set forth herein.
6.07 SUBSTANTIAL COMPLETION
A. When the Contractor considers that all Work or Work associated with Contract milestones is
substantially complete, the Contractor shall give written Notice to the County.
1. The County shall promptly inspect the Work and, if the County does not agree that the
Work is substantially complete, the County will prepare a Punch List (list of items to be
completed or corrected).
i. The County reserves the right to add to, modify, or change the Substantial
Completion Punch List as circumstances dictate.
ii. Failure by the County to include any items on such list does not alter the
responsibility of the Contractor to complete or correct the Work in accordance with
the Contract.
B. At the Contractor’s request, the County may identify those Punch List items that must be
completed or corrected in order for the Contractor to achieve Substantial Completion.
1. When the County determines that those Punch List items have been completed or
corrected by the Contractor, the County shall make a determination that the Work is
Substantially Complete.
2. A Certificate of Substantial Completion will be issued by the County, which shall
establish the date of Substantial Completion.
3. This Certificate of Substantial Completion shall state the responsibilities of the County
and the Contractor for security, maintenance, heat, utilities, damage to the Work,
insurance, and the time to complete remaining Punch List work before liquidated
damages begin to accrue for the Contractor’s failure to achieve Completion/Final
Acceptance in a timely manner.
4. The County shall assess liquidated damages for the Contractor’s failure to complete or
correct the required Punch List items for Substantial Completion within the Contract
Time.
C. As provided in the Contract, the County may grant Substantial Completion to specific
subsystems or portions of the Work. The dates of Substantial Completion shall be
determined, in writing, by the County.
6.08 PRIOR OCCUPANCY
A. Owner may, upon written notice thereof to Contractor, take possession of or use any
completed or partially completed portion of the Work ("Prior Occupancy") at any time prior to
Bid 042-15SR NCRTS Scale Replacement 72
RR8744
Substantial Completion. Unless otherwise agreed in writing, Prior Occupancy shall not: be
deemed an acceptance of any portion of the
Work; accelerate the time for any payment to Contractor; prejudice any rights of Owner
provided by any insurance, bond, guaranty, or the Contract Documents; relieve Contractor of
the risk of loss or any of the obligations established by the Contract Documents; establish a
date for termination or partial termination of the assessment of liquidated damages; or
constitute a waiver of claims.
B. Notwithstanding anything in the preceding paragraph, Owner shall be responsible for loss of
or damage to the Work resulting from Prior Occupancy. Contractor's one year duty to repair
and any system warranties shall begin on building systems activated and used by Owner as
agreed in writing by Owner and Contractor.
6.09 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT
A. FINAL INSPECTION AND FINAL PUNCH LIST
1. All remaining Punch List items that were not corrected prior to Substantial Completion shall be
successfully completed by the Contractor prior to the Contractor’s request for Final
Acceptance. When the Contractor considers that all Contract Work is ready for final inspection
and Final Acceptance, the Contractor shall give written Notice to the County.
2. County shall promptly perform a final inspection of the Work and, if necessary, prepare a Final
Punch List (a list of items to be completed or corrected by the Contractor prior to the County
granting Final Acceptance).
3. Punch List items may include but are not limited to: Copies of the warranties and guarantees
required by the Contract; Permit approvals and Certificate of Occupancy; Operation and
Maintenance Manuals; Record Set of Drawings and Specifications; and Stamped permit set of
documents; Right of Way, Easements and Property Releases, and any other documents
called for elsewhere in the Contract.
4. The Contractor shall complete or correct the items identified in the Final Punch List within the
time period as required in the Certificate of Substantial Completion. Should the Contractor fail
to complete or correct all remaining Final Punch List items within the required time, the County
may assess liquidated damages against the Contractor for failure to achieve Final Acceptance
in a timely manner.
5. After the Contractor completes all items identified in the Final Punch List(s), the
Contractor shall notify the County in writing that the Final Punch List items have been
successfully completed. After verification by the County that such completion was
satisfactory, the Contractor shall submit a Final Application for Payment..
B. REQUIREMENTS FOR FINAL APPLICATION FOR PAYMENT
1. In addition to any other requirement identified in the Contract Documents, the Final
Application for Payment shall include the following documents:
a. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law;
b. Contractor’s release of claims against the County, except for Claims specifically described
in the release document and submitted in accordance with Part 8 – Claims and Dispute
Resolution;
c. Contractor certification that all Subcontractors and Suppliers have been paid and there are
no outstanding liens;
Bid 042-15SR NCRTS Scale Replacement 73
RR8744
d. Right of Way, Easements and Property Releases; and
e. All reports identified in the Affidavit and Certificate of Compliance including but not
limited to, Subcontractor Monthly Utilization reports, as appropriate.
C. COMPLETION/FINAL ACCEPTANCE
1. Completion/Final Acceptance shall be achieved when all the obligations of the Contract have
been successfully performed by the Contractor in accordance with the Contract and accepted
by the County.
2. Neither Final Acceptance, nor Final Payment, shall release Contractor or its sureties from any
obligations under this Contract or the Performance and Payment Bonds, or constitute a waiver
of any claims by the County arising from or related to Contractor’s performance or failure to
perform the Work and to meet all Contractual obligations in accordance with the Contract,
including but not limited to:
a. Unsettled liens, security interests or encumbrances;
b. Damaged, non-conforming, or defective Work discovered by the County;
c. Terms of any warranties or guarantees required by the Contract; and
d. Payments made in error.
3. Except for any Claims properly submitted in accordance with Part 8 – Claims and Dispute
Resolution, acceptance of Payment on the Final Application for Payment by the Contractor
shall, on behalf of itself and its Subcontractors or Sureties, forever and unconditionally release
and discharge the County, its officers, agents, employees, from:
a. Any and all disputes or claims, including but not limited to claims for damages, fines,
interest, taxes, attorney fees, or costs, demands, rights, actions or causes of actions,
known or unknown, arising out of or in any way related to the parties’ performance under
the Contract and/or Project; and
b. Any and all known and/or unknown liabilities, obligations, demands, actions, suits, debts,
charges, causes of action, requests for money and/or payment under the Contract,
outstanding invoices, or claims directly or indirectly arising out of or related to the Contract
and/or Project.
Bid 042-15SR NCRTS Scale Replacement 74
RR8744
PART 7 - CHANGES
7.01.01 CHANGE IN THE WORK (BY OWNER)
A. Owner may, at any time and without notice to Contractor's surety, order additions, deletions,
revisions, or other changes in the Work. Any change in the Work shall be incorporated into
the Contract Documents through the execution of a Change Order (CO). If any change in
the Work ordered by Owner causes an increase or decrease in the Contract Sum or the
Contract Time, an equitable adjustment shall be made as provided in section 7.02 or 7.03,
respectively, and such adjustment(s) shall be incorporated into a Change Order.
B. If Owner desires to order a change in the Work, it may request a written Change Order
Proposal from Contractor. Contractor shall submit a Change Order Proposal within 14 days of
the request from Owner, or within such other period as mutually agreed. Contractor's Change
Order proposal shall be full compensation for implementing the proposed change in the Work,
including any adjustment in the Contract Sum or Contract Time, and including compensation
for all delays in connection with such change in the Work and for any expense or
inconvenience, disruption of schedule, or loss of efficiency or productivity occasioned by the
change in the Work.
C. Upon receipt of the Change Order Proposal, or a request for equitable adjustment in the
Contract Sum or Contract Time, or both, as provided in sections 7.02 and 7.03, Owner may
accept or reject the proposal, request further documentation, or negotiate acceptable terms
with Contractor. Pending agreement on the terms of the Change Order, Owner may direct
Contractor to proceed immediately with the Change Order Work. Contractor shall not
proceed with any change in the Work until it has obtained Owner's approval. All Work done
pursuant to any Owner-directed change in the Work shall be executed in accordance with
the Contract Documents.
D. If Owner and Contractor reach agreement on the terms of any change in the Work,
including any adjustment in the Contract Sum or Contract Time, such agreement shall be
incorporated in a Change Order. The Change Order shall constitute full payment and final
settlement of all claims for time and for direct, indirect, and consequential costs, including
costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity,
related to any Work either covered or affected by the Change Order, or related to the
events giving rise to the request for equitable adjustment.
E. If Owner and Contractor are unable to reach agreement on the terms of any change in the
Work, including any adjustment in the Contract Sum or Contract Time, Contractor may at
any time in writing, request a final offer from Owner. Owner shall provide Contractor with its
written response within 30 days of Contractor's request. Owner may also provide
Contractor with a final offer at any time. If Contractor rejects Owner's final offer, or the
parties are otherwise unable to reach agreement, the Owner may elect to issue a
Construction Change Directive (CCD) for the work; in which case, the Contractor's only
remedy shall be to file a Claim as provided in Part 8.
F. A Field Authorization (FA) may be issued by the Owner as a directive to proceed with work
when the processing time for an approved Change Order would impact the project.
Bid 042-15SR NCRTS Scale Replacement 75
RR8744
A scope of work must be defined, a maximum not-to-exceed cost indicated, and any
estimated modification to the contract completion time determined. The method of final cost
verification must be noted and supporting cost data must be submitted in accordance with the
requirements of Part 7.02.A.3. Upon satisfactory
submittal and approval of supporting cost data, the completed FA will be processed into a
Change Order. No payment will be made to the Contractor for FA work until that FA is
reconciled by Change Order and the associated work, or equitable
portion thereof, is completed.
7.01.02 CONTRACTOR’S REQUEST FOR A CHANGE ORDER
A. Notice of Intent to Submit a Request for Change Order:
1. The Contractor shall provide the Owner Representative with the written Notice that the
Contractor intends to submit a Request for Change Order no later than seven (7) days, except
as specified below for Differing Site Conditions, after any direction, instruction, interpretation,
determination by the Owner and/or the onset of any event or impact to the Project.
2. The Contractor shall include the following information in the Notice of intent to Request a
Change Order.
a. The date, circumstances, and source of the direction, instruction, interpretation,
determination by the Owner and/or the event or impact to the Project.
b. Reasonable order of magnitude estimate of the change to the Contract Price;
c. Reasonable order of magnitude estimate of the time impact to the Contract Time; and
d. Contractual provisions and substantive basis to support the Request.
B. Request for Change Order:
1. Within twenty-one (21) days after the Direction and/or the onset of the event or impact to the
Project, the Contractor may request an extension of time for filing its Request for Change
Order. The Contractor shall state the reasons for the request and identify a date certain when
the Contractor shall provide all documentation required in its Request for Change Order.
2. Unless the Owner Representative issues written Notice authorizing the Contractor additional
time to submit the Request for Change Order, the Contractor shall provide, in writing, a
detailed Request for Change Order to the Owner Representative no later than thirty-five (35)
days after the Direction and/or onset of the event or impact to the Project.
3. The Request for a Change Order shall include:
a. Specific dollar amount covering all costs associated in accordance with Part 7 – Changes;
b. Specific request for time extension (number of days);
c. A copy of the written Notice of Intent, including all attachments; and
d. All documentation supporting the Request for a Change Order, including but not limited to
all cost records, schedule analysis, and the documents identified in General Conditions,
which are in any way relevant to the Contractor’s Request for Change Order.
Bid 042-15SR NCRTS Scale Replacement 76
RR8744
C. Owner’s Response to Contractor’s Request for Change Order:
1. The Owner will make a written determination with respect to the Contractor’s Request for
Change Order within thirty (30) days of receipt of said Request, unless one of the following
activities occurs:
a. The Owner may request additional information and specify a time period for receipt of the
information. The Contractor shall comply with the Owner’s request for additional
information.
b. The Owner may inform the Contractor that additional time is needed to review the
Contractor’s Request for Change Order and identify a date certain when a decision will be
rendered.
2. If the Owner requests additional information, the Owner will make a written determination
within thirty (30) days receipt of Contractor’s additional information.
3. If the Owner does not make a determination within the applicable time period, the Request for
Change Order is deemed denied.
D. Approval of Request for Change Order and Execution of Change Order:
1. If the Owner determines that a Change Order is necessary, the parties may negotiate
acceptable terms and conditions and execute a Change Order.
E. Contractor Procedure upon Denial or Deemed Denial of a Request for a Change Order:
1. If the Contractor disagrees with the denial, the Contractor’s sole remedy shall be to file a fully
documented Claim within thirty (30) days of deemed denial or the Contractor’s receipt of the
denial in accordance with Part 8 – Claims and Dispute Resolution.
F. Contractor’s Obligation to Continue to Work:
1. Pending resolution of the Contractor’s Request for a Change Order, the Contractor shall
continue to perform all Work including, at the written request of the Owner that work
associated with the pending Request for Change Order. The Contractor shall maintain its
progress with the Work.
G. Waiver:
1. Failure to follow the provisions set forth herein shall constitute a waiver of the Contractor’s
right to receive any additional time or money as a result of any alleged direction, instruction,
interpretation, determination by the Owner and/or the event or impact to the Project.
7.02 CHANGE IN THE CONTRACT SUM
A. General Application
1. The Contract Sum shall only be revised by a Change Order. The Contractor shall
include any request for a change in the Contract Sum in its Change Order Proposal.
2. If the cost of Contractor's performance is changed due to the fault or negligence of
Owner, or anyone for whose acts Owner is responsible, Contractor shall be entitled to
make a request for an equitable adjustment in the Contract Sum in accordance with the
following procedure. No change in the Contract Sum shall be allowed to the extent:
Contractor's changed cost of performance is due to the fault or negligence of
Contractor, or anyone for whose acts Contractor is responsible; the change is
concurrently caused by Contractor and Owner; or the change is caused by an act of
Force Majeure as defined in Section 3.05.
Bid 042-15SR NCRTS Scale Replacement 77
RR8744
a. A request for an equitable adjustment in the Contract Sum shall be based on
written notice delivered to Owner within 7 days of the occurrence of the event
giving rise to the request. For purposes of this part, "occurrence" means when
Contractor knew, or in its diligent prosecution of the Work should have known, of
the event giving rise to the request. If Contractor believes it is entitled to an
adjustment in the Contract Sum, Contractor shall immediately notify Owner and
begin to keep and maintain complete, accurate, and specific daily records.
Contractor shall give Owner access to any such records and, if requested, shall
promptly furnish copies of such records to Owner.
b. Contractor shall not be entitled to any adjustment in the Contract Sum for any
occurrence of events or costs that occurred more than 7 days before Contractor's
written notice to Owner. The written notice shall set forth, at a minimum, a
description of: the event giving rise to the request for an equitable adjustment in
the Contract Sum; the nature of the impacts to Contractor and its Subcontractors of
any tier, if any; and to
the extent possible the amount of the adjustment in Contract Sum requested.
Failure to properly give such written notice shall, to the extent Owner’s interests are
prejudiced, constitute a waiver of Contractor's right to an equitable adjustment.
c. Within 30 days of the occurrence of the event giving rise to the request, unless Owner
agrees in writing to allow an additional period of time to ascertain more accurate data,
Contractor shall supplement the written notice provided in accordance with
subparagraph a. above with additional supporting data. Such additional data shall
include, at a minimum: the amount of compensation requested, itemized in accordance
with the procedure set forth herein; specific facts, circumstances, and analysis that
confirms not only that Contractor suffered the damages claimed, but that the damages
claimed were actually a result of the act, event, or condition complained of and that the
Contract Documents provide entitlement to an equitable adjustment to Contractor for
such act, event, or condition; and documentation sufficiently detailed to permit an
informed analysis of the request by Owner. When the request for compensation
relates to a delay, or other change in Contract Time, Contractor shall demonstrate the
impact on the critical path, in accordance with section 7.03C. Failure to provide such
additional information and documentation within the time allowed or within the format
required shall, to the extent Owner's interests are prejudiced, constitute a waiver of
Contractor's right to an equitable adjustment.
d. Pending final resolution of any request made in accordance with this paragraph,
unless otherwise agreed in writing, Contractor shall proceed diligently with
performance of the Work.
e. Any requests by Contractor for an equitable adjustment in the Contract Sum and in
the Contract Time that arise out of the same event(s) shall be submitted together.
3. The value of any Work covered by a Change Order, or of any request for an equitable
adjustment in the Contract Sum, shall be determined by one of the following methods:
a. On the basis of a fixed price as determined in paragraph 7.02B.
b. By application of unit prices to the quantities of the items involved as determined
in paragraph 7.02C.
c. On the basis of time and material as determined in paragraph 7.02D.
4. When Owner has requested Contractor to submit a Change Order proposal, Owner may
direct Contractor as to which method in subparagraph 3 above to use when submitting its
Bid 042-15SR NCRTS Scale Replacement 78
RR8744
proposal. Otherwise, Contractor shall determine the value of the Work, or of a request for
an equitable adjustment, on the basis of the fixed price method.
B. Change Order Pricing - Fixed Price
When the fixed price method is used to determine the value of any Work covered by a
Change Order, or of a request for an equitable adjustment in the Contract Sum, the
following procedures shall apply:
1. Contractor's Change Order proposal, or request for adjustment in the Contract Sum, shall
be accompanied by a complete itemization of the costs, including labor, material,
subcontractor costs, and overhead and profit. The costs shall be itemized in the manner
set forth below, and shall be submitted on breakdown sheets in a form approved by
Owner.
2. All costs shall be calculated based upon appropriate industry standard methods of
calculating labor, material quantities, and equipment costs.
3. If any of Contractor's pricing assumptions are contingent upon anticipated actions of
Owner, Contractor shall clearly state them in the proposal or request for an equitable
adjustment.
4. The cost of any additive or deductive changes in the Work shall be calculated as set forth
below, except that overhead and profit shall not be included on deductive changes in the
Work. Where a change in the Work involves additive and deductive work by the same
Contractor or Subcontractor, small tools, overhead, profit, bond and insurance markups will
apply to the net difference.
5. If the total cost of the change in the Work or request for equitable adjustment does not
exceed $1,000, Contractor shall not be required to submit a breakdown if the description of
the change in the Work or request for equitable adjustment is sufficiently definitive for
Owner to determine fair value.
6. If the total cost of the change in the Work or request for equitable adjustment is between
$1,000 and $2,500, Contractor may submit a breakdown in the following level of detail if
the description of the change in the Work or if the request for equitable adjustment is
sufficiently definitive to permit the Owner to determine fair value:
a. Lump sum labor;
b. Lump sum material;
c. Lump sum equipment usage;
d. Overhead and profit as set forth below; and
e. Insurance and bond costs as set forth below.
7. Any request for adjustment of Contract Sum based upon the fixed price method shall
include only the following items:
a. Craft labor costs: These are the labor costs determined by multiplying the estimated
or actual additional number of craft hours needed to perform the change in the Work
by the hourly labor costs. Craft hours should cover direct labor, as well as indirect
labor due to trade inefficiencies. The hourly costs shall be based on the following:
Bid 042-15SR NCRTS Scale Replacement 79
RR8744
(1) Basic wages and benefits: Hourly rates and benefits as stated on the
Department of Labor and Industries approved "statement of intent to pay
prevailing wages." Direct supervision shall be a reasonable percentage not to
exceed 15% of the cost of direct labor. No supervision markup shall be allowed
for a working supervisor's hours.
(2) Worker's insurance: Direct contributions to the state of Washington for industrial
insurance; medical aid; and supplemental pension, by the class and rates
established by the Department of Labor and Industries.
(3) Federal insurance: Direct contributions required by the Federal Insurance
Compensation Act; Federal Unemployment Tax Act; and the State
Unemployment Compensation Act.
(4) Travel allowance: Travel allowance and/or subsistence, if applicable, not
exceeding those allowances established by regional labor union agreements,
which are itemized and identified separately.
(5) Safety: Cost incurred due to the Washington Industrial Safety and Health Act,
which shall be a reasonable percentage not to exceed 2% of the sum of the
amounts calculated in (1), (2), and (3) above.
b. Material costs: This is an itemization of the quantity and cost of materials needed to
perform the change in the Work. Material costs shall be developed first from actual
known costs, second from supplier quotations or if these are not available, from
standard industry pricing guides. Material costs shall consider all available discounts.
Freight costs, express charges, or special delivery charges, shall be itemized.
c. Equipment costs: This is an itemization of the type of equipment and the estimated or
actual length of time the construction equipment appropriate for the Work is or will be
used on the change in the Work. Costs will be allowed for construction equipment only
if used solely for the changed Work, or for additional rental costs actually incurred by
the Contractor. Equipment charges shall be computed on the basis of actual invoice
costs or if owned, from the current edition of one of the following sources:
(1) Associated General Contractors - Washington State Department of
Transportation (AGC WSDOT) Equipment Rental Agreement;
1987 edition.
(2) The state of Washington Utilities and Transportation Commission for trucks
used on highways.
(3) The National Electrical Contractors Association for equipment used on
electrical work.
(4) The Mechanical Contractors Association of America for equipment used on
mechanical work. The Data Quest Rental Rate (Blue Book) shall be used as a
basis for establishing rental rates of equipment not listed in the above sources.
The maximum rate for standby equipment shall not exceed that shown in the
AGC WSDOT Equipment Rental Agreement, 1987 edition.
d. Allowance for small tools, expendables & consumable supplies: Small tools consist of
tools that cost $250 or less and are normally furnished by the performing contractor.
The maximum rate for small tools shall not exceed the following:
(1) For Contractor, 3% of direct labor costs.
Bid 042-15SR NCRTS Scale Replacement 80
RR8744
(2) For Subcontractors, 5% of direct labor costs.
Expendables and consumable supplies directly associated with the change in
Work must be itemized.
e. Subcontractor costs: This is defined as payments Contractor makes to Subcontractors
for changed Work performed by Subcontractors of any tier. The Subcontractors' cost
of Work shall be calculated and itemized in the same manner as prescribed herein for
Contractor.
f. Allowance for overhead: This is defined as costs of any kind attributable to direct and
indirect delay, acceleration, or impact, added to the total cost to Owner of any change in
the Contract Sum but not to the cost of any
change in the Contract Time for which Contractor has been compensated pursuant to
the conditions set forth in Section 7.03. This allowance shall compensate Contractor
for all non-craft labor, temporary construction facilities, field engineering, schedule
updating, as-built drawings, home office cost, B&O taxes, office engineering, estimating
costs, additional overhead because of extended time, and any other cost incidental to
the change in the Work. It shall be strictly limited in all cases to a reasonable amount,
mutually acceptable, or if none can be agreed upon to an amount not to exceed the
rates below:
The following mark-ups for overhead shall apply:
(1) For Contractor, for any Work actually performed by the
Contractor's own forces, 10% of the first $50,000 of the cost, and
4% of the remaining cost, if any.
(2) For each Subcontractor (including lower tier subcontractors), for any Work
actually performed by its own forces, 10% of the first $50,000 of the cost, and 4%
of the remaining cost, if any.
(3) For Contractor, for any Work performed by its Subcontractor(s),
4% of the first $50,000 of the amount due each Subcontractor, and
2% of the remaining amount if any.
(4) For each Subcontractor, for any Work performed by its Subcontractor(s) of
any lower tier, 4% of the first $50,000 of the amount due the sub-
Subcontractor, and 2% of the remaining amount if any.
(5) The cost to which overhead is to be applied shall be determined in accordance
with subparagraphs a - e above.
g. Allowance for profit: This is an amount to be added to the cost of any change in
Contract Sum, but not to the cost of change in Contract Time for which contractor has
been compensated pursuant to the conditions set forth in section 7.03. It shall be
limited to a reasonable amount, mutually acceptable, or if none can be agreed upon,
to an amount not to exceed the rates below:
Bid 042-15SR NCRTS Scale Replacement 81
RR8744
(1) For Contractor or Subcontractor of any tier for work performed by their forces,
5% of the cost developed in accordance with
7.02.B.7.a - e above.
(2) For Contractor or Subcontractor of any tier for work performed by a
subcontractor of a lower tier, 3% of the Subcontractor cost developed in
accordance with 7.02.B.7a - h.
h. Cost of change in insurance or bond premium: This is defined as:
(1) Contractor's liability insurance: The cost of any changes in
Contractor's liability insurance arising directly from execution of the
Change Order not to exceed 1%; and
(2) Public works bond: The cost of the additional premium for Contractor's bond
arising directly from the changed Work not to exceed 1.5%.
The costs of any change in insurance or bond premium shall be added after overhead and
allowance for profit are calculated in accordance with subparagraph f. and g. above.
C. Change Order Pricing -- Unit Prices
1. Whenever Owner authorizes Contractor to perform Work on a unit-price basis, Owner's
authorization shall clearly state:
a. Scope of work to be performed;
b. Type of reimbursement including pre-agreed rates for material quantities;
and
c. Cost limit of reimbursement.
2. Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed.
As requested by Owner, Contractor shall identify workers assigned to the
Change Order Work and areas in which they are working;
b. Leave access as appropriate for quantity measurement; and
c. Not exceed any cost limit(s) without Owner's prior written approval.
3. Contractor shall submit costs in accordance with paragraph 7.02B. and satisfy the
following requirements:
a. Unit prices shall include reimbursement for all direct and indirect costs of the Work,
including overhead and profit, and bond and insurance costs; and
b. Quantities must be supported by field measurement statements signed by Owner.
Bid 042-15SR NCRTS Scale Replacement 82
RR8744
D. Change Order Pricing -- Time-and-Material Prices
1. Whenever Owner authorizes Contractor to perform Work on a time-and- material
basis, Owner's authorization shall clearly state:
a. Scope of Work to be performed;
b. Type of reimbursement including pre-agreed rates, if any, for material quantities or
labor; and
c. Cost limit of reimbursement.
2. Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed.
As requested by Owner, identify workers assigned to the Change Order
Work and areas in which they are working;
b. Identify on daily time sheets all labor performed in accordance with this authorization.
Submit copies of daily time sheets within 2 working days for Owner's review;
c. Leave access as appropriate for quantity measurement;
d. Perform all Work in accordance with this section as efficiently as possible;
and
e. Not exceed any cost limit(s) without Owner's prior written approval.
3. Contractor shall submit costs in accordance with paragraph 7.02B and additional
verification supported by:
a. Labor detailed on daily time sheets; and
b. Invoices for material identifying quantities, measurements, unit prices and date of
delivery.
7.03 CHANGE IN THE CONTRACT TIME
A. The Contract Time shall only be changed by a Change Order. Contractor shall include any
request for a change in the Contract Time in its Change Order proposal.
B. If the time of Contractor's performance is changed due to an act of Force Majeure, or due
to the fault or negligence of Owner or anyone for whose acts Owner is responsible,
Contractor shall be entitled to make a request for an equitable adjustment in the Contract
Time in accordance with the following procedure. No adjustment in the Contract Time shall
be allowed to the extent Contractor's changed time of performance is due to the fault or
negligence of Contractor, or anyone for whose acts Contractor is responsible.
1. A request for an equitable adjustment in the Contract Time shall be based on written notice
delivered within 7 days of the occurrence of the event giving rise to the request. If
Contractor believes it is entitled to adjustment of
Bid 042-15SR NCRTS Scale Replacement 83
RR8744
Contract Time, Contractor shall immediately notify Owner and begin to keep and maintain
complete, accurate, and specific daily records. Contractor shall give Owner access to any
such record and if requested, shall promptly
furnish copies of such record to Owner.
2. Contractor shall not be entitled to an adjustment in the Contract Time for any events that
occurred more than 7 days before Contractor's written notice to Owner. The written notice
shall set forth, at a minimum, a description of: the event giving rise to the request for an
equitable adjustment in the Contract Time; the nature of the impacts to Contractor and its
Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment
in Contract Time requested. Failure to properly give such written notice shall,
to the extent Owner's interests are prejudiced, constitute a waiver of
Contractor's right to an equitable adjustment.
3. Within 30 days of the occurrence of the event giving rise to the request, unless Owner
agrees in writing to allow an additional period of time to ascertain more accurate data,
Contractor shall supplement the written notice provided in accordance with subparagraph
7.03B.2 with additional supporting data. Such additional data shall include, at a minimum:
the amount of delay claimed, itemized in accordance with the procedure set forth herein;
specific facts, circumstances, and analysis that confirms not only that Contractor suffered
the delay claimed, but that the delay claimed was actually a result of the act, event, or
condition complained of, and that the Contract Documents provide entitlement to an
equitable adjustment in Contract Time for such act, event, or condition; and supporting
documentation sufficiently detailed to permit an informed analysis of the request by Owner.
Failure to provide
such additional information and documentation within the time allowed or within the
format required shall, to the extent Owner's interests are prejudiced, constitute a
waiver of Contractor's right to an equitable adjustment.
4. Pending final resolution of any request in accordance with this paragraph, unless
otherwise agreed in writing, Contractor shall proceed diligently with performance of the
Work.
C. Any change in the Contract Time covered by a Change Order, or based on a request for an
equitable adjustment in the Contract Time, shall be limited to the change in the critical path of
Contractor's schedule attributable to the change of Work or event(s) giving rise to the request
for equitable adjustment. Any Change Order proposal or request for an adjustment in the
Contract Time shall demonstrate the impact on the critical path of the schedule. Contractor
shall be responsible for showing clearly on the Progress Schedule that the change or event:
had a specific impact on the critical path, and except in case of concurrent delay, was the sole
cause of such impact; and could not have been avoided by re-sequencing of the Work or
other reasonable alternatives.
D. Contractor may request compensation for the cost of a change in Contract Time in
accordance with this paragraph, 7.03D, subject to the following conditions:
1. The change in Contract Time shall solely be caused by the fault or negligence of
Owner or A/E;
2. Compensation under this paragraph is limited to changes in Contract Time for which
Contractor is not entitled to be compensated under section 7.02;
3. Contractor shall follow the procedure set forth in paragraph 7.03B;
Bid 042-15SR NCRTS Scale Replacement 84
RR8744
4. Contractor shall establish the extent of the change in Contract Time in accordance
with paragraph 7.03C; and
5. The daily cost of any change in Contract Time shall be limited to the items below, less
funds that may have been paid pursuant to a change in the Contract Sum that
contributed to this change in Contract Time:
a. Cost of nonproductive field supervision or labor extended because of the delay;
b. Cost of weekly meetings or similar indirect activities extended because of the delay;
c. Cost of temporary facilities or equipment rental extended because of the delay;
d. Cost of insurance extended because of the delay;
e. General and administrative overhead in an amount to be agreed upon, but not to
exceed 3% of Contract Sum divided by the Contract Time for each day of the delay
Bid 042-15SR NCRTS Scale Replacement 85
RR8744
PART 8 - CLAIMS AND DISPUTE RESOLUTION
8.01 CLAIMS PROCEDURE
A. If the parties fail to reach agreement on the terms of any Change Order for Owner-directed
Work as provided in Section 7.01, or on the resolution of any request for an equitable
adjustment in the Contract Sum as provided in Section
7.02 or the Contract Time as provided in Section 7.03, Contractor's only remedy shall be to file
a Claim with Owner as provided in this section.
B. Contractor shall file its Claim within the earlier of: 120 days from Owner's final offer in
accordance with either Paragraph 7.01E or the date of Final Acceptance.
C. The Claim shall be deemed to cover all changes in cost and time (including direct, indirect,
impact, and consequential) to which Contractor may be entitled. It shall be fully substantiated
and documented. At a minimum, the Claim shall contain the following information:
1. A detailed factual statement of the Claim for additional compensation and time, if any,
providing all necessary dates, locations, and items of Work affected by the Claim;
2. The date on which facts arose which gave rise to the Claim
3. The name of each employee of Owner or A/E knowledgeable about the
Claim;
4. The specific provisions of the Contract Documents that support the Claim;
5. The identification of any documents and the substance of any oral
communications that support the Claim;
6. Copies of any identified documents, other than the Contract Documents, that support the
Claim;
7. If an adjustment in the Contract Time is sought; the specific days and dates for which it is
sought; the specific reasons Contractor believes an extension in the Contract Time should
be granted; and Contractor's analysis of its Progress Schedule to demonstrate the reason
for the extension in Contract Time;
8. If an adjustment in the Contract Sum is sought, the exact amount sought and a breakdown
of that amount into the categories set forth in, and in the detail required by, Section 7.02;
and
9. A statement certifying, under penalty of perjury, that the Claim is made in good faith, that
the supporting cost and pricing data are true and accurate to the best of Contractor's
knowledge and belief, that the Claim is fully supported by the accompanying data, and that
the amount requested accurately reflects the adjustment in the Contract Sum or Contract
Time for which Contractor believes Owner is liable.
D. After Contractor has submitted a fully documented Claim that complies with all applicable
provisions of Parts 7 and 8, Owner shall respond, in writing, to Contractor as follows:
1. If the Claim amount is less than $50,000, with a decision within 60 days from the date the
Claim is received; or
Bid 042-15SR NCRTS Scale Replacement 86
RR8744
2. If the Claim amount is $50,000 or more, with a decision within 60 days from the date the
Claim is received, or with notice to Contractor of the date by which it will render its
decision. Owner will then respond with a written decision in such additional time.
E. To assist in the review of Contractor's Claim, Owner may visit the Project site, or request
additional information, in order to fully evaluate the issues raised by the Claim. Contractor
shall proceed with performance of the Work pending final resolution of any Claim. Owner's
written decision as set forth above shall be
final and conclusive as to all matters set forth in the Claim, unless Contractor follows the
procedure set forth in Section 8.02.
F. Any Claim of the Contractor against the Owner for damages, additional compensation, or
additional time, shall be conclusively deemed to have been waived by the Contractor
unless timely made in accordance with the requirements of this section.
8.02 DISPUTE RESOLUTION
A. If Contractor disagrees with Owner’s decision rendered in accordance with paragraph
8.01.D, Contractor may appeal such decision under the procedures described in this Section
8.02.
B. In order to appeal such a decision, Contractor shall be required to provide the Owner, with a
copy to the Architect, a complete written appeal within 14 days after the date of the Owner’s
decision. In order to be considered complete, an appeal must contain all of the elements
stated in paragraph 8.02.C. If the Contractor does not timely file a complete written appeal,
the Owner’s decision shall be final and binding without right of appeal or litigation in any
court.
C. An appeal shall state the portion(s) of the Owner’s decision that are in dispute, the
compensation and any other remedy sought, and the documents that support the
Contractor’s contention that the Owner’s decision is incorrect. The statement shall be
accompanied by a list of five (5) or more dates and times proposed for a negotiation meeting.
The proposed dates shall be non-holiday weekdays, and the proposed times shall be within
normal working hours. The proposed dates shall be not less than three (3) weeks and not
more than eight (8) weeks after the date on which the statement is delivered to the
responding party.
D. Negotiation
As a prerequisite to any other dispute resolution procedures, the parties shall conduct at
least one (1) negotiation meeting in accordance with the following:
1. Within seven (7) days of receiving the appeal, the Owner shall deliver to the Contractor a
notice confirming one (1) of the dates and times proposed by Contractor. In cases
involving disputes that must be resolved on an expedited basis, the parties may, by
mutual consent, schedule dates for negotiation on less than three weeks notice. The
negotiation meeting shall be held at the Owner’s office on the date and time thus chosen.
2. Within fourteen (14) days of receiving the appeal, the Owner shall submit to the
Contractor, with a copy to the Architect, a statement explaining its position on the dispute.
3. Both the statement by the Contractor and the statement submitted by the
Owner shall be deemed to be settlement communications.
4. An individual representing each party who has full authority to settle the dispute shall
attend the negotiation meeting; provided however, that any agreement reached may have
to be put before the Owner’s Legislative Body (County Council) for final action. Each party
shall also be represented by such individuals whose presence is necessary to discuss the
details of the dispute.
Bid 042-15SR NCRTS Scale Replacement 87
RR8744
5. The parties shall negotiate in good faith. If a resolution of the dispute is
accomplished, such resolution shall be reduced to writing and signed by each party.
E. Mediation
If, and only if, a negotiation meeting that complies with the preceding provision has been
held and does not result in a resolution, either party may, within fourteen days (14) days of
the adjournment of the negotiation meeting, request voluntary, non-binding mediation upon
mutual consent in accordance with the following:
1. If either party does not consent to mediation, then the appeal shall be forwarded to a
Dispute Review Board (DRB or Board) in accordance with Part 8.02.F below.
2. Unless the parties mutually agree otherwise in a signed document, non- binding
mediation shall be conducted under the auspices of the American Arbitration
Association acting under its Construction Industry Mediation
Rules and shall be administered by a neutral person as selected and agreed upon by both
parties.
3. The mediation proceedings shall be conducted at the place designated by the mediator.
4. Each party shall pay one-half of the mediator’s compensation and the administration
fees.
5. Each party shall bear its own expense associated with the mediation, including but
not limited to its own attorney and expert consultant fees.
6. An individual representing each party who has full authority to settle the dispute shall
attend the mediation proceeding accompanied by such other person(s) as may be
reasonably necessary to participate knowledgeably in a mediation proceeding, provided
however, that any agreement reached may have to be put before the Owner’s Legislative
Body (County Council) for final action.
7. If, after having agreed to mediation, either party determines that continued mediation
efforts will not be fruitful, the party may terminate mediation delivering written notice to
the other party. The appeal shall then be forwarded to the DRB in accordance with
paragraph 8.02.F below.
F. Dispute Review Board
If, and only if, a negotiation meeting that complies with paragraph 8.02.D has been held and
does not result in a resolution, and after any agreed mediation, the appeal shall be delivered
to the DRB in accordance with the procedures outlined below.
1. The Board shall review the merits of each party’s position based on the information
presented in each party’s written statements, pertinent documents relating to the claim, as
well as interviews with representatives of each party.
2. At the conclusion of the Board’s deliberation, the Board shall render a consensus decision
with regard to rights, responsibilities and compensation that shall be binding on both
parties without right of appeal or litigation in any court.
3. Within thirty (30) days of the Board’s decision, the parties shall implement the Board’s
decision regarding the matter, either in the form of a Change Order from the Owner or a
letter of claim dismissal from the Contractor. Any dispute regarding the form of the
implementation may be taken directly to the Board for resolution.
Bid 042-15SR NCRTS Scale Replacement 88
RR8744
7. Pending the results of any such appeal to the Board, the Contractor shall proceed with
the Work of the project in accordance with the approved schedule, including the portion
in dispute, unless directed otherwise by the Owner.
G. Nothing stated in this section shall be deemed a waiver of any notice or requirements
imposed elsewhere in this agreement.
H. Immediately upon issuance of a Notice to Proceed and prior to Commencement of the Work
on this project, the Owner and the Contractor shall select two members of a DRB who shall be
mutually acceptable. The two Board members will then select a third member of the Board,
who shall act as the presiding Board member. In the event that the parties cannot agree on
Board members within 20 business days, the Presiding Judge of the Snohomish County Court
shall, upon application by either party, appoint the Board members. No member of the Board
shall have a financial interest in the work, except for compensation as a member of the Board.
The procedures of the Board shall be established by the Board promptly after the Board is
created.
The Owner and the Contractor shall set up specific requirements for the administration of the
Board by executing a contract with the Board members in substantially the form of the
agreement attached as Exhibit A.. The Contractor and Owner shall each be responsible for
half the cost of the Board’s fees for administering claims involving the Owner and the
Contractor. Such cost is not reimbursable. Although the Owner may allow the Board to
resolve subcontractor disputes, such cost for resolving subcontractor claims shall be borne
exclusively by the Contractor.
8.03 CLAIMS AUDITS
A. All Claims filed against Owner shall be subject to audit at any time following the filing of the
Claim. Failure of Contractor, or Subcontractors of any tier, to maintain and retain sufficient
records to allow Owner to verify all or a portion of the Claim or to permit Owner access to the
books and records of Contractor, or Subcontractors of any tier, shall constitute a waiver of the
Claim and shall bar any recovery.
B. In support of Owner audit of any Claim, Contractor shall, upon request, promptly make
available to Owner the following documents:
1. Daily time sheets and supervisor's daily reports;
2. Collective bargaining agreements;
3. Insurance, welfare, and benefits records;
4. Payroll registers;
5. Earnings records;
6. Payroll tax forms;
7. Material invoices, requisitions, and delivery confirmations;
8. Material cost distribution worksheet;
9. Equipment records (list of company equipment, rates, etc.);
Bid 042-15SR NCRTS Scale Replacement 89
RR8744
10. Vendors', rental agencies', Subcontractors', and agents' invoices;
11. Contracts between Contractor and each of its Subcontractors, and all lower-tier
Subcontractor contracts and supplier contracts;
12. Subcontractors' and agents' payment certificates;
13. Cancelled checks (payroll and vendors);
14. Job cost report, including monthly totals;
15. Job payroll ledger;
16. Planned resource loading schedules and summaries;
17. General ledger;
18. Cash disbursements journal;
19. Financial statements for all years reflecting the operations on the Work. In addition, the
Owner may require, if it deems it appropriate, additional financial statements for 3 years
preceding execution of the Work;
20. Depreciation records on all company equipment whether these records are
maintained by the company involved, its accountant, or others;
21. If a source other than depreciation records is used to develop costs for Contractor's
internal purposes in establishing the actual cost of owning and operating equipment, all
such other source documents;
22. All non-privileged documents that relate to each and every Claim
together with all documents that support the amount of any adjustment in
Contract Sum or Contract Time sought by each Claim;
23. Work sheets or software used to prepare the Claim establishing the cost components
for items of the Claim including but not limited to labor, benefits and insurance,
materials, equipment, Subcontractors, all documents that establish the time periods,
individuals involved, the hours for the individuals, and the rates for the individuals; and
24. Work sheets, software, and all other documents used by Contractor to prepare its
bid.
C. The audit may be performed by employees of Owner or a representative of Owner.
Contractor, and its Subcontractors, shall provide adequate facilities acceptable to Owner, for
the audit during normal business hours. Contractor, and all Subcontractors, shall make a
good faith effort to cooperate with Owner's auditors.
Bid 042-15SR NCRTS Scale Replacement 90
RR8744
PART 9 - TERMINATION OF THE WORK
9.01 TERMINATION BY OWNER FOR CAUSE
A. Owner may, upon 7 days written notice to Contractor and to its surety, terminate
(without prejudice to any right or remedy of Owner) the Work, or any part of it, for cause
upon the occurrence of any one or more of the following events:
1. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to
ensure Substantial Completion of the Work within the Contract Time;
2. Contractor fails in a material way to replace or correct Work not in conformance
with the Contract Documents;
3. Contractor repeatedly fails to supply skilled workers or proper materials or equipment;
4. Contractor repeatedly fails to make prompt payment due to Subcontractors or for labor;
5. Contractor materially disregards or fails to comply with laws, ordinances, rules,
regulations, or orders of any public authority having jurisdiction; or
6. Contractor is otherwise in material breach of any provision of the Contract
Documents.
B. Upon termination, Owner may at its option:
1. Take possession of the entire Project, or portions thereof, and take possession of or
use all materials, equipment, tools, and construction equipment and machinery
thereon owned by Contractor to maintain the orderly progress of, and to finish, the
Work;
2. Accept assignment of subcontracts pursuant to section 5.21; and
3. Finish the Work by whatever other reasonable method it deems expedient. C. Owner's
rights and duties upon termination are subject to the prior rights and
duties of the surety, if any, obligated under any bond provided in accordance
with the Contract Documents.
D. When Owner terminates the Work in accordance with this section, Contractor shall take the
actions set forth in paragraph 9.02B, and shall not be entitled to receive further payment
until the Work is accepted.
E. If the unpaid balance of the Contract Sum exceeds the cost of finishing the
Work, including compensation for A/E's services and expenses made necessary thereby
and any other extra costs or damages incurred by Owner in completing the Work, or as a
result of Contractor's actions, such excess shall be paid to Contractor. If such costs
exceed the unpaid balance, Contractor shall pay the difference to Owner. These
obligations for payment shall survive termination.
F. Termination of the Work in accordance with this section shall not relieve
Contractor or its surety of any responsibilities for Work performed.
Bid 042-15SR NCRTS Scale Replacement 91
RR8744
G. If Owner terminates Contractor for cause, and it is later determined that none of the
circumstances set forth in paragraph 9.01A exist, then such termination shall be deemed a
termination for convenience pursuant to section 9.02.
9.02 TERMINATION BY OWNER FOR CONVENIENCE
A. Owner may, upon written notice, terminate (without prejudice to any right or remedy of
Owner) the Work, or any part of it, for the convenience of Owner.
B. Unless Owner directs otherwise, after receipt of a written notice of termination for either
cause or convenience, Contractor shall promptly:
1. Stop performing Work on the date and as specified in the notice of
termination;
2. Place no further orders or subcontracts for materials, equipment, services or facilities,
except as may be necessary for completion of such portion of the Work as is not
terminated;
3. Cancel all orders and subcontracts, upon terms acceptable to Owner, to the extent
that they relate to the performance of Work terminated;
4. Assign to the Owner all of the right, title and interest of the Contractor in all orders
and subcontractor’s order affected.
5. Take such action as may be necessary or as directed by Owner to preserve and
protect the Work, Project site, and any other property related to this Project in the
possession of Contractor in which Owner has an interest; and
6. Continue performance only to the extent not terminated.
C. If Owner terminates the Work or any portion thereof for convenience, Contractor shall be
entitled to make a request for an equitable adjustment for its reasonable direct costs incurred
prior to the effective date of the termination, plus a reasonable allowance for overhead and
profit on Work performed prior to termination, plus the reasonable administrative costs of the
termination, but shall not be entitled to any other costs or damages, whatsoever, provided
however, the total sum payable upon termination shall not exceed the Contract Sum reduced
by prior payments. Contractor shall be required to make its request in accordance with the
provisions of Part 7.
D. If Owner terminates the Work or any portion thereof for convenience, the
Contract Time shall be adjusted as determined by Owner.
Bid 042-15SR NCRTS Scale Replacement 92
RR8744
PART 10 - MISCELLANEOUS PROVISIONS
10.01 GOVERNING LAW
The Contract Documents and the rights of the parties herein shall be governed by the laws of the
state of Washington. Venue shall be in the county in which Owner's principal place of business is
located, unless otherwise specified.
10.02 SUCCESSORS AND ASSIGNS
Owner and Contractor respectively bind themselves, their partners, successors, assigns, and legal
representatives to the other party hereto and to partners, successors, assigns, and legal
representatives of such other party in respect to covenants, agreements, and obligations contained
in the Contract Documents. Neither party shall assign the Work without written consent of the
other, except that Contractor
may assign the Work for security purposes, to a bank or lending institution authorized to do
business in the state of Washington. If either party attempts to make such an assignment without
such consent, that party shall nevertheless remain legally responsible for all obligations set forth in
the Contract Documents.
10.03 MEANING OF WORDS
Unless otherwise stated in the Contract Documents, words that have well-known technical or
construction industry meanings are used in the Contract Documents in accordance with such
recognized meanings. Reference to standard specifications, manuals, or codes of any technical
society, organization, or association, or to the code of any governmental authority, whether such
reference be specific or by implication, shall be to the latest standard specification, manual, or
code in effect on the date for submission of bids, except as may be otherwise specifically stated.
Wherever in these Drawings and Specifications an article, device, or piece of equipment is referred
to in the singular manner, such reference shall apply to as many such articles as are shown on the
drawings, or required to complete the installation.
10.04 RIGHTS AND REMEDIES
No action or failure to act by Owner or A/E shall constitute a waiver of a right or duty afforded
them under the Contract Documents, nor shall such action or failure to act constitute approval of
an acquiescence in a breach therein, except as may be specifically agreed in writing.
10.05 CONTRACTOR REGISTRATION
Pursuant to RCW 39.06, Contractor shall be registered or licensed as required by the laws of the
State of Washington, including but not limited to RCW 18.27.
10.06 TIME COMPUTATIONS
When computing any period of time, the day of the event from which the period of time begins shall
not be counted. The last day is counted unless it falls on a weekend or legal holiday, in which
event the period runs until the end of the next day that is not a weekend or holiday. When the
period of time allowed is less than 7 days, intermediate Saturdays, Sundays, and legal holidays are
excluded from the computation.
Bid 042-15SR NCRTS Scale Replacement 93
RR8744
10.07 RECORDS RETENTION
The wage, payroll, and cost records of Contractor, and its Subcontractors, and all records subject
to audit in accordance with Section 8.03, shall be retained for a period of not less than 6 years
after the date of Final Acceptance.
10.08 THIRD-PARTY AGREEMENTS
The Contract Documents shall not be construed to create a contractual relationship of any kind
between: A/E and Contractor; Owner and any Subcontractor; or any persons other than Owner
and Contractor.
10.09 ANTITRUST ASSIGNMENT
Owner and Contractor recognize that in actual economic practice, overcharges
resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, Contractor
hereby assigns to Owner any and all claims for such overcharges as to goods, materials, and
equipment purchased in connection with the Work performed in accordance with the Contract
Documents, except as to overcharges that result from antitrust violations commencing after the
Contract Sum is established and which are not passed on to Owner under a Change Order.
Contractor shall put a similar clause in its Subcontracts, and require a similar clause in its sub-
Subcontracts, such that all claims for such overcharges on the Work are passed to Owner by
Contractor.
10.10 APPRENTICE REQUIREMENTS
A. In accordance with Chapter 3.05 Snohomish County Code (SCC), the apprenticeship utilization
participation for this project is fifteen percent (15%) of total project labor hours. With
submission of a signed bid, the Bidder acknowledges that it shall comply with the project’s
established apprentice utilization participation.
B. An apprentice is a person enrolled in an apprentice training program approved by the Washington
State Apprenticeship and Training Council. No worker shall be employed as an apprentice in
any work classification in which the employee has successfully completed a training course
leading to journeyman status or in which the employee has been employed as a journeyman.
C. Apprentice Participation – the total number of labor hours performed by prime and subcontractor
apprentices divided by the total number of labor hours performed by all hourly labor
(apprentice and journey) at the job site, expressed as a percentage. The denominator shall not
include hours spent by contractor/subcontractor personnel not directly involved in the work at
the job site and shall not include hours spent by personnel at the site that are not paid
prevailing wages, such as owners and superintendents.
D. Per RCW 49.04.130 the Contractor and all Subcontractors shall make every effort to enlist
women and racial minority representation in their apprenticeship programs. However, this
provision is not intended and shall not be used to discriminate against any applicant to an
apprenticeship program, whether that person is a minority, women, or otherwise.
E. Compliance and Good Faith Efforts
1. It is acknowledged that there may be circumstances in which apprenticeship
requirements may not be met. At the pre-construction meeting, the Contractor shall
submit the County’s Apprentice Utilization Plan to the Project Manager demonstrating
intended compliance with this contract requirement. An electronic copy of the
Bid 042-15SR NCRTS Scale Replacement 94
RR8744
Apprentice Utilization Plan is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
2. If the plan does not reasonably demonstrate compliance with the established apprentice
utilization, a Request for Modification of Apprentice Utilization form and justification with
supporting documentation must accompany the plan which clearly shows that the
request for waiver or the reduction criteria are met (See item G – Qualifying Criteria for
a Waiver or Reduction below). An electronic copy of the Request for Modification of
Apprentice Utilization form is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
3. The County’s Project Manager will evaluate each Request for Modification of Apprentice
Utilization and make a recommendation to the Purchasing Manager. The Purchasing
Manager will consider the request for a waiver or reduction. If the waiver or reduction
request does not meet the SCC code requirements, it will be denied. The Purchasing
Manager will submit his or her recommendation of the request to the Executive.
F. Qualifying Criteria for a Waver or Reduction
SCC 3.05.040, reproduced below in part, sets out the qualifying criteria for a waiver or
reduction and allows for the apprentice utilization participation to be reduced or waived if:
1) the contractor has demonstrated that it has utilized its "best efforts" to meet the
established percentage requirement but remains unable to fulfill the goal,
2) in order to meet the requirement, the contractor will be forced to displace members of its
workforce; or
3) the reasonable and necessary requirements of the contract render apprentice utilization
infeasible at the required levels.â€
G. Reporting:
1. The Contractor shall submit the Monthly Apprentice Utilization Report electronically on a
monthly basis throughout the term of the contract. This report shall include all labor and
apprentice hours for the Contractor and all Subcontractors. The Monthly Apprentice
Utilization Report Form has been included in these General Conditions as Exhibit A. An
electronic version of the form is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
2. The Contractor’s Monthly Apprentice Utilization Report for the prior month shall be due
within ten (10 business days following the first of the month or shall accompany each
progress payment request. (For example, Contractor’s Monthly Apprentice Utilization
Report for January is due 10 business days into February). The Contractor’s Monthly
Apprentice Utilization Report shall reflect all work of the same time period
corresponding to any progress payment requests.
3. The Contractor’s Monthly Apprentice Utilization Report for the prior month shall be due
within ten (10) business days following the first of the month or shall accompany each
progress payment request. (For example, Contractor’s Monthly Apprentice Utilization
Report for February is due 10 business days into March.) The Contractor’s Monthly
Apprentice Utilization Report shall reflect all work of the same time period
corresponding to any progress payment requests.
Bid 042-15SR NCRTS Scale Replacement 95
RR8744
4. A Monthly Apprentice Utilization Report shall be submitted with the final pay request
documenting the final apprentice utilization for the completed project.
5. Failure to submit required reports as stated above may delay approval and processing of
the payment request or result in the withholding of payments as provided in RCW
39.76.011.
6. Regardless of the number of days allowed for completion of the project, the Contractor
shall monitor the apprenticeship labor hours and shall monitor compliance with the
project’s established apprentice utilization participation.
7. The Contractor shall retain all records regarding apprenticeship requirements for a period
of three (3) years following acceptance of the contract work, and the Contractor shall
make the records available at reasonable time and places for inspection by authorized
representatives of either Snohomish County or the Washington State Apprenticeship
and Training Council.
H. Additional Information
Contractors may find more information of the County apprenticeship program, good faith
efforts, and State approved apprenticeship programs on the County’s Purchasing Division
website at: http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
Bid 042-15SR NCRTS Scale Replacement 96
RR8744
EXHIBIT A
Monthly Apprentice Utilization Report Form
Bid 042-15SR NCRTS Scale Replacement 97
RR8744
SUPPLEMENTAL CONDITIONS
1. GENERAL
A. The Owner has a separate agreement with the Architect/Engineer (A/E) to design the
facility and to provide the limited construction observation services necessary to ensure
that the construction conforms to the drawings and specifications.
Both the Contractor and the A/E shall be given direction by the Owner's Project
Manager or his/her designated representative. The relationship between the
Contractor and the A/E is intended to be cooperative and proactive.
B. The provisions of this contract shall apply to all subcontracts. The Contractor’s subcontract
form and other conditions specific to the project are allowed to the extent that the
Contractor’s documents do not conflict with the County documents.
2. PAYMENT AND PERFORMANCE BONDS
A. A payment and performance bond for 100% of the Contract Sum shall be furnished by
the Contractor in accordance with RCW 39.08 and the Instructions to Bidders.
B. Additional performance bonds, if any, shall be issued by the Contractor to local utility
agencies having jurisdiction in the amount and time duration as required to assure the
completion and reliability of all workmanship, materials and equipment incorporated in the
utility Work of the Contract. Such additional performance bonds for utility systems shall be
provided on a cost reimbursable basis without Contractor mark-up.
3. COST OF THE WORK
The cost of any and all work provided in the execution and completion of the Work defined by
the Contract Documents shall include, but not limited to:.
A. Labor, materials and equipment incorporated in the construction, testing and close-
out of the Work. Labor rates shall be in accordance with the prevailing wages
determined by the Department of Labor and Industries that are in effect at the time of
the sub-contract bid.
B. Transportation of materials and equipment incorporated in the completed construction.
C. The cost of unused, excess materials shall be borne by the Contractor.
Amounts realized from reduction in materials purchased, but not consumed, shall be
credited to the Owner as a deduction from the Cost of the Work or sold by the
Contractor at the Owner’s option.
D. Temporary heat and electrical power for construction; weather protection for
construction; hoisting; lifting; tool trailers and office space for Contractor and
subcontractors; material and equipment storage; communications; specialty permits
and fees; temporary roads; surface water management; and, erosion control.
E. Provisions to ensure total site safety in accordance with Part 5.07.
Bid 042-15SR NCRTS Scale Replacement 98
RR8744
4. BID SPECIFIED GENERAL CONDITIONS WORK
The Contractor must provide Specified General Conditions Work from the Notice to Proceed
through Final Acceptance and subsequent warranty work. If the Contractor completes the
Work ahead of schedule, any savings in Specified General Conditions Work shall accrue to
the Contractor. The Specified General Conditions Work shall include, but not be limited to:
A. Administration
Staff and consultant costs and benefits to include costs by the Contractor for taxes, B & O
taxes, contributions, assessments, and benefits required by law or collective bargaining
agreements. For personnel not covered by such agreements, customary benefits such as
sick leave, medical and health benefits, holidays, vacations, and pensions, are considered to
be provided within wages and salaries paid.
B. Supervision
1. The Contractor shall provide, for the duration of the project, the full complement of field
staff necessary to maintain a communication structure that assures thoroughness and
continuity in the management of Contractor services for the scope of Work.
2. Unless otherwise agreed in writing by the Owner, the Contractor guarantees that the
Contractor Project Manager will attend and participate in construction meetings on at
least a weekly basis for the duration of the project.
3. The Contractor shall provide site supervision for: ongoing coordination between
subcontractors; trade crafts; job-site safety and security; quality control; settling
disputes between subcontractors; negotiating Change Orders with the Owner;
producing, revising and forwarding submittals and requests for information (RFIs) to
the Architect and Owner for action; project record and close-out documentation; and,
all warranty work.
4. The Contractor shall provide a site Safety Supervisor in accordance with
Part 5.07.
C. Field Office
1. Provide and maintain in accordance with Section 01 50 00 TEMPORARY FACILITIES
AND CONTROLS
D. Survey and Building Lines
1. A site survey and topographical map will be provided by the Owner, as confirmed by
the A/E. The Owner will establish the physical site bench mark in the field for
Contractor’s reference. The A/E will provide on the plan drawings the locations of the
site bench mark, site corners, on-site improvements, site access and utilities. The
Contractor shall establish survey markers, site controls, and building lines on the site,
based on the general survey provided by Owner, as part of the General Conditions
work that is bid.
Bid 042-15SR NCRTS Scale Replacement 99
RR8744
E. Contractor Documentation
The Contractor shall provide full documentation to the Owner of all work, including, but not
limited to: minutes of all weekly construction progress meetings; inspection reports; a
comprehensive monthly project report; progress photos; and punch-list reports as needed;
updates to schedule; budgets; as-built record documents; and, all related items.
1. Monthly Reports shall include:
a. Executive summary
b. Progress photographs
c. Critical issues
d. Critical path schedule with analysis
e. Cost control report
f. Apprenticeship
g. Status of construction
F. Manage and document Apprenticeship requirements including recruitment and reporting,
to assure maximum apprentice participation levels are achieved.
5. WASHINGTON STATE SALES TAX (WSST)
Washington State Sales Tax (WSST) is applied to the amount of work in place. The Owner
will add WSST to each payment to the Contractor. WSST is to be paid to the Washington
State Department of Revenue by the Contractor.
Bid 042-15SR NCRTS Scale Replacement 100
RR8744
PROJECT NCRTS Scale Replacement Project BID NO. 042-15SR
COMPANY BID AMOUNT
ADDRESS TELEPHONE NO.
Snohomish County is committed to fostering a diverse contractor
program. Minority (MBE) and Women (WBE) Owned Businesses are
encouraged to participate in the county competitive solicitation process.
Please indicate if your company is a MWBE:
MBE: Yes _____ No _____ or WBE: Yes _____ No _____
BID PROPOSAL
For bidder's convenience, this insert is provided as a bid submittal
package that may be completed and return to the County on or before
the time, stipulated.
Federal Suspension and Debarment Certification
Federal Executive Order 12549 prohibits federal, state and local public agencies receiving grant funding from contracting
with individuals, organizations, or companies who have been excluded from participating in federal contracts or grants.
The purpose of this certification is for the contractor/vendor to advise Snohomish County, in writing, of any current Federal
Suspension and Debarment.
Debarment Certification. By signing and submitting a response to this competitive solicitation, I certify that this firm and
its principals are not currently suspended or debarred by any Federal Department or Agency from participating in Federal
Funded Contracts.
Bid 042-15SR NCRTS Scale Replacement 101
RR8744
BIDDER'S CHECKLIST
THE FOLLOWING FORMS, ITEMS 1 – 3 AND 5, MUST BE COMPLETED IN FULL AS REQUIRED, AND
SUBMITTED COLLECTIVELY AS THE BID PROPOSAL PACKAGE PRIOR TO THE BID SUBMITTAL
DEADLINE. ITEM NO. 4 MUST BE SUBMITTED WITH THE BID PROPOSAL OR WITHIN ONE (1) HOUR
AFTER THE PUBLISHED BID SUBMITTAL TIME.
____ (1) BID PROPOSAL FORM
The unit prices bid must be shown in the space provided. Show unit prices in both
words and figures. Bids must be submitted on the bid proposal form provided.
____ (2) BID DEPOSIT
The attached bid bond form, or equivalent standard industry bid bond form, must be
completed by the surety company and bidder, and submitted with the bid unless bid
is accompanied by a certified check, postal money order, cash, or cashier's check.
The bid deposit amount shall be not less than five percent (5%) of the total bid
amount, excluding sales tax.
____ (3) STATEMENT OF BIDDER'S QUALIFICATIONS
____ (4) IDENTIFICATION LIST FOR SUBCONTRACTORS OR CONTRACTOR ITSELF
TO PERFORM HVAC, PLUMBING AND ELECTRICAL WORK
____ (5) CERTIFICATION OF FEDERAL-AID CONTRACTS AND DISCLOSURE OF
LOBBYING ACTIVITIES
Bid 042-15SR NCRTS Scale Replacement 102
RR8744
SNOHOMISH COUNTY BID PROPOSAL FORM
Snohomish County Purchasing Division
6th Floor Robert J. Drewel Building
3000 Rockefeller Ave, MS 507
Everett, Washington 98201
The bidder, in compliance with your Invitation For Bids for the North County RTS Scale Replacement
Project, having examined the specifications, drawings, related documents, and the site of the
proposed work, and being familiar with all of the conditions surrounding the work of the proposed
project including the availability of material and labor, hereby proposes to furnish all labor, materials
and incidentals, and to perform the work in accordance with the contract documents at the prices
stated below. These prices are to cover all expenses incurred in performing the Work required under
the Contract Documents, of which this bid proposal is a part.
Bidder hereby agrees to commence work, as required by contract, upon receipt of written Notice to
Proceed and to fully complete work as described.
1. BASE BID: For base bid as defined in the technical specifications.
Bid Description Unit Price
Item #
1. NCRTS Scale Replacement Project LS $
Sub-Total: $
Sales Tax (8.8%) $
TOTAL BASE BID: $
2. OVERHEAD AND PROFIT: The undersigned agrees that all of the above named base bid, and
alternate bids if applicable, includes all contractor's overhead and profit or fee.
3. SALES TAX: All applicable sales tax shall be shown as a separate line item on this bid proposal
form.
4. PERMITS: The undersigned agrees that all of the above named base bid, and alternate bids if
applicable, includes permit costs.
5. RIGHT OF REJECTION: Bidder agrees that the Owner reserves the right to reject any or all bids,
or the bid on any alternate, and to waive any informalities in the bidding.
6. CONTRACT AND BONDS: If the undersigned be notified of the acceptance of this bid within
sixty (60) days of the date set for opening bids, or any time thereafter before this bid is withdrawn,
the undersigned agrees to execute a contract for the above work in the standard form of
agreement noted in the specifications for a compensation computed from the sums stipulated in
the Form of Bid and to furnish insurance and performance and payment bonds as stipulated.
Bid 042-15SR NCRTS Scale Replacement 103
RR8744
BID PROPOSAL FORM (Cont’d)
7. BID DEPOSIT: The bid deposit is attached in the sum of ______________________________
dollars ($____________). The undersigned agrees that the check or bid bond accompanying
this bid is left in escrow with the Owner, that the amount of the check, or sum of the bond, is the
measure of damages which the Owner will sustain by the failure of the undersigned to deliver
said documents within ten (10) days after written Notice of Award. The check shall become the
property of the Owner or the bid bond shall remain in full effect. But if this bid is not accepted
within sixty (60) days after the time set for that period, or if the undersigned delivers said
contract, bonds and insurance as instructed, then the check shall be returned to the bidder or
the bond shall become void.
8. ADDENDA: Receipt of addenda numbered ____ throughout ____ is hereby acknowledged.
9. LIQUIDATED DAMAGES: See General Conditions, Paragraph 3.07__________________.
10. NON-COLLUSION DECLARATION: By signing the bid proposal herein, I hereby declare, under
penalty of perjury under the laws of Washington State, the following:
That the bid submitted is genuine and is not a sham or collusive bid, and is not made in the
interest or on behalf of any person or company not named therein.
This bidder has not directly or indirectly induced or solicited any other bidder on subject work or
materials to submit a sham bid, or to refrain from bidding, and has not in any manner sought by
collusion to secure an advantage over other bidders.
11. CONTRACTOR'S SIGNATURE: _____________________________________
COMPANY NAME
____________________________________ ____________________________________
Street Address Signature of Company Officer
____________________________________ ____________________________________
City/State/Zip Printed Name and Title
____________________________________ ____________________________________
Telephone License Number
_____________________________________
U.B.I. # (Unified Business Identifier Account Number)
If bidder is a corporation, write State of Incorporation under signature. If partnership, give full names
of all partners.
Bid 042-15SR NCRTS Scale Replacement 104
RR8744
BID DEPOSIT
Herewith find deposit in the form of a ________________________ (state whether cashier's
check, certified check, cash, postal money order, or surety bond) in the amount of $____________
which is not less than five percent (5%) of the total amount of the bid excluding sales tax.
------------------------------------------------------------------------------------------------------------------------------------
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS, THAT ______________________________
a corporation duly organized under the laws of the State of ______________________, as principal,
and __________________________________________, a corporation duly organized under the
laws of the State of ____________________________ and authorized to do business in the State of
Washington, as surety, are held and firmly bound unto the County of Snohomish in the full and penal
sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter
described for the payment of which, well and truly to be made, we bind our heirs, executors,
administrators and assigns, and successors and assigns, firmly by these presents.
The condition of this bond is such, that whereas the principal herein is herewith submitting their
sealed proposal for the following construction project, to wit:_________________________________
________________________________________________________________________________
said bid and proposal, by reference hereto, being made a part hereof:
NOW, THEREFORE, if the said proposal bid by said principal be accepted, and the contract
be awarded to said principal, and if said principal shall duly make and enter into and execute said
contract and shall furnish a performance, payment and warranty bond as required by the County of
Snohomish within a period of ten (10) days from and after said award, exclusive of the day of such
award, then this obligation shall be null and void, otherwise it shall remain and be in full force and
effect.
IN TESTIMONY WHEREOF, the principal and surety have caused these presents to be signed
and sealed this _____ day of ___________________, _____.
_____________________________________________________________________________
Surety, Name of CompanyPrincipal, Name of Company
_____________________________________________________________________________
Signature of Surety Agent Principal Signature
_____________________________________________________________________________
Printed Name of Surety Agent Printed Name of Principal/Title
*This bond must be accompanied by a fully executed Power of Attorney appointing the Attorney-in-
Fact.
Bid 042-15SR NCRTS Scale Replacement 105
RR8744
STATEMENT OF BIDDER'S QUALIFICATIONS
Each bidder submitting a bid proposal on work included in these specifications shall prepare and
submit, as part of this bid, the data requested in the following schedule:
1. Name of Bidder: ______________________________________________________________
2. Business Address: ____________________________________________________________
E-mail Address: ____________________________________________________________
3. Telephone Number: ________________________ Fax Number: _______________________
4. How many years has said bidder been engaged in the contracting business under the present
firm name?___________________________________________________________________
5. Contracts now in hand (gross amount): $_______________________________
6. General character of work performed by said company: ________________________________
____________________________________________________________________________
____________________________________________________________________________
7. List of more important projects constructed by said company, including approximate cost and
dates. (Submit additional sheet if necessary.) ______________________________________
8. List three recent customer references where similar work has been completed. Include
organization name, address, telephone number, and name of contact person:
Organization: Address:
Contact: Telephone:
Organization: Address:
Contact: Telephone:
Organization: Address:
Contact: Telephone:
9. Bank references: _____________________________________________________________
10. Contractor's License No.: ______________________UBI No.: __________________________
Federal ID No.
If Applicable:
Workers Comp Acct No.:
Employment Sec Dept No.:
Excise Tax Registration No.:
___________________________________ _______________________________________
Company Name By
___________________________________________________________________________________
Date Printed Name and Title
Bid 042-15SR NCRTS Scale Replacement 106
RR8744
IDENTIFICATION LIST FOR SUBCONTRACTORS OR CONTRACTOR ITSELF
TO PERFORM HVAC, PLUMBING AND ELECTRICAL WORK
RCW 39.30.060 requires a bidder on certain public work as part of its bid, or within one hour after the
published bid submittal time, (1) to submit the names of the subcontractors with which the bidder, if awarded
the contract, will subcontract for the performance of heating, ventilation, and air conditioning (“HVACâ€),
plumbing (as described in Chapter 18.106 RCW), and electrical (as described in Chapter 19.28 RCW) work, or
(2) to name itself for the work.
Bidders are notified that PVC or metal conduit, junction boxes, etc., are considered electrical equipment and
must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or
electric current is connected during the project. A licensed electrical contractor must be listed to perform the
work.
Bidders must indicate on the table below the category of work (HVAC, plumbing or electrical), must identify the
subcontractor or name itself to perform that category of work, and must submit this form as part of its bid or
within one hour after the published bid submittal time.
The bidder shall not list more than one subcontractor for each category of work identified, unless
subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be
used for which alternate.
Failure of the bidder to submit as part of its bid, or within one hour after the published bid submittal
time, the names of such subcontractors or to name itself to perform such work, or the naming of two
or more subcontractors to perform the same work, shall render the bidder’s bid nonresponsive and
therefore void.
Work Category
(HVAC, Plumbing or Subcontractor or Contractor Name
Electrical)
ATTACH ADDITIONAL PAGES IF NECESSARY: _____ PAGES ATTACHED
Bid 042-15SR NCRTS Scale Replacement 107
RR8744
Local Agency Certification for Federal-Aid Contracts
The prospective participant certifies by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form-LLL, “Disclosure
Form
to Report Lobbying,†in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each failure.
The prospective participant also agrees by submitting his or her bid or
proposal that he or she shall require that the language of this certification be
included in all lower tier subcontracts, which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
DOT Form 272-040A
Bid 042-15SR NCRTS Scale Replacement 108
RR8744
Bid 042-15SR NCRTS Scale Replacement 109
RR8744
Bid 042-15SR NCRTS Scale Replacement 110
RR8744
S A M P L E
CONTRACT DOCUMENTS
These documents will be submitted by the successful bidder
within ten (10) days following the Notice of Award.
Bid 042-15SR NCRTS Scale Replacement 111
RR8744
CONTRACT DOCUMENTS CHECKLIST
THE FOLLOWING FORMS ARE TO BE EXECUTED BY THE SUCCESSFUL BIDDER AND SUBMITTED TO
THE COUNTY WITHIN TEN (10) CALENDAR DAYS AFTER THE NOTICE OF AWARD.
____ (1) AGREEMENT, INSURANCE REQUIREMENTS.
This agreement is to be executed by the successful bidder in triplicate.
____ (2) PERFORMANCE, PAYMENT & WARRANTY BOND.
To be executed by the successful bidder and his surety company.
In an effort to standardize usage of forms, to insure compliance with performance
bond requirements and to help expedite processing of contract documents, the
successful bidder is requested to utilize the enclosed Performance, Payment &
Warranty Bond form rather than their surety's standard form.
____ (3) CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF
STATUTORY RETAINED PERCENTAGE.
"Contractor's Declaration of Option for Management of Statutory Retained
Percentage" - to be executed by the successful bidder.
Bid 042-15SR NCRTS Scale Replacement 112
RR8744
AGREEMENT
This agreement (the “AGREEMENTâ€) is made this _____ of __________________, _____, by and
between SNOHOMISH COUNTY (the "OWNER" or the “COUNTYâ€) and
______________________________________________________, doing business as a
(Firm Name)
________________________________ duly licensed to conduct business in the State of
(Corporation, Individual, or Partnership)
Washington (the "CONTRACTOR").
WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned:
1. The term "CONTRACT DOCUMENTS" means and includes the following, which are incorporated
herein by reference as if fully set forth herein:
(A) Notice of Call for Bids (I) Special Conditions
(B) Instructions to Bidders (J) Performance & Payment Bond
(C) Project/Bid Proposal (K) Insurance Requirements
(D) Bid Bond (L) Plans & Specifications and/or
Technical Specifications
(E) AGREEMENT (M) Bid Award Letter
(F) General Conditions (N) Drawings
(G) Supplemental General Conditions (O) Change Order
(P) Contract Provisions Required for FEMA Public
(H) Addenda: Assistance Disaster Grants Contract per 44 CFR 13.36
No. , Dated , .
No. , Dated , .
No. , Dated , .
and all modifications or changes issued pursuant to the CONTRACT DOCUMENTS.
In the event of an inconsistency between the terms of this AGREEMENT and any of the other
CONTRACT DOCUMENTS, the terms of this AGREEMENT shall control. In the event of an
inconsistency among other CONTRACT DOCUMENTS, there shall be no order of precedence.
2. The CONTRACTOR will perform the __________________________________, Bid #
__________ (the “WORKâ€), in accordance with the CONTRACT DOCUMENTS.
3. The CONTRACTOR will commence the WORK required by the CONTRACT DOCUMENTS within ten
(10) calendar days after the date of the written notice to proceed (the “NOTICE TO PROCEEDâ€)
and will complete the WORK within _____ (__) calendar days from receipt of the NOTICE TO
PROCEED, unless the period for completion is otherwise extended in accordance with the
CONTRACT DOCUMENTS.
4. The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor and other
services necessary for the construction and completion of the WORK described herein, in
accordance with the CONTRACT DOCUMENTS.
5. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS
for the sum of _____________________________________________ ($______________), plus
applicable Washington state sales tax.
Bid on Public Work Over $40,000
Bid 042-15SR NCRTS Scale Replacement 113
RR8744
6. The OWNER will pay to the CONTRACTOR, in the manner and at such times as set forth, such
amounts as required by the CONTRACT DOCUMENTS.
7. The CONTRACTOR must verify mandatory responsibility criteria for each first tier subcontractor,
and its subcontractors of any tier that hire other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW
39.04.350(1) and SCC 3.04.131(2) and possesses an electrical contractor license, if required by
Chapter 19.28 RCW, or an elevator contractor license, if required by Chapter 70.87 RCW.
8. This AGREEMENT shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
9. The CONTRACTOR shall defend, indemnify and hold the COUNTY, its officers, officials,
employees and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this AGREEMENT,
except for injuries and damages caused by the sole negligence of the COUNTY.
Should a court of competent jurisdiction determine that this AGREEMENT is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the CONTRACTOR
and the COUNTY, its officers, officials, employees and volunteers, the CONTRACTOR’s liability
hereunder shall be only to the extent of the CONTRACTOR’s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
CONTRACTOR’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this AGREEMENT.
10. The CONTRACTOR shall procure and maintain for the duration of the AGREEMENT, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the WORK hereunder by the CONTRACTOR, its agents,
representatives, employees or subcontractors, as set forth in Exhibit A, attached hereto and
incorporated herein by this reference.
11. Non-discrimination. It is the policy of the County to reject discrimination which denies equal
treatment to any individual because of his or her race, creed, color, national origin, families with
children, sex, marital status, sexual orientation, age, honorably discharged veteran or military
status, or the presence of any sensory, mental, or physical disability or the use of a trained dog
guide or service animal by a person with a disability as provided in Washington’s Law against
Discrimination, Chapter 49.60 RCW, and the Snohomish County Human Rights Ordinance,
Chapter 2.460 SCC. These laws protect against specific forms of discrimination in employment,
credit transactions, public accommodation, housing, county facilities and services, and county
contracts.
The Contractor shall comply with the substantive requirements of Chapter 2.460 SCC, which are
incorporated herein by this reference. Execution of this Agreement constitutes a certification by
the Contractor of the Contractor's compliance with the requirements of Chapter 2.460 SCC. If the
Contractor is found to have violated this provision, or to have furnished false or misleading
information in an investigation or proceeding conducted pursuant to this Agreement or Chapter
2.460 SCC, this Agreement may be subject to a declaration of default and termination at the
County's discretion. This provision shall not affect the Contractor's obligations under other
federal, state, or local laws against discrimination.
Bid 042-15SR NCRTS Scale Replacement 114
RR8744
12. Title VI (Federal) Non-discrimination
Snohomish County assures that no person shall on the grounds of race, color, national origin, or
sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of,
or be otherwise subjected to discrimination under any County sponsored program or activity.
Snohomish County further assures every effort will be made to ensure nondiscrimination in all of
its programs and activities, whether those programs and activities are federally funded or not.
IN WITNESS WHEREOF, the CONTRACTOR has executed this instrument on the day and year first
written above, and the OWNER has caused this instrument to be executed by, and in the name of
Snohomish County, the day and year first written below.
SNOHOMISH COUNTY CONTRACTOR
By _________________________________ By __________________________________
Bramby Tollen Date Signature of Company Officer Date
Purchasing Manager
__________________________________
Approved as to form: Printed Name and Title
___________________________________ __________________________________
Deputy Prosecuting Attorney Date Contractor Name
Bid on Public Work Over $40,000
Bid 042-15SR NCRTS Scale Replacement 115
RR8744
Exhibit A
INSURANCE REQUIREMENTS
No Limitation. CONTRACTOR’s maintenance of insurance as required by the AGREEMENT shall not be
construed to limit the liability of the CONTRACTOR to the coverage provided by such insurance, or otherwise
limit the insurance to the additional insured, or the COUNTY’s recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance and Limits
CONTRACTOR shall obtain insurance of the types described below:
1. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 aggregate. Insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from Premises Operations, Products-Completed Operations, Personal Injury/Advertising
Injury, and Liability assumed under an insured contract. There shall be no endorsement or modification
of the Commercial General Liability insurance for liability arising from explosion, collapse or
underground property damage.
2. Automobile Liability insurance covering Any Auto (Symbol 1) with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01, or a substitute form, providing equivalent liability coverage.3.
3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
4. Builders Risk ( Applicable X Not Applicable) insurance covering interests of the COUNTY, the
CONTRACTOR, subcontractors, and sub-subcontractors in the WORK in the amount of the completed
value of the WORK with no coinsurance provisions. Builders Risk insurance shall be on an all-risk
policy form and shall insure against the perils of fire and extended coverage for physical loss or
damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. Deductibles for flood and earthquake perils may be accepted by the
COUNTY upon written request by the CONTRACTOR and written acceptance by the COUNTY. Any
increased deductibles accepted by the COUNTY will remain the responsibility of the CONTRACTOR.
The Builders Risk insurance shall be maintained until final acceptance of the WORK by the COUNTY.
B. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability, Commercial General Liability and Builders Risk (if applicable) insurance:
1. ‘Snohomish County, its officers, elected officials, agents and employees’ shall be named as additional
insured including Products-Completed Operations. An Additional Insured Endorsement must be
attached to the Certificate of Liability Insurance. The following Additional Insured Endorsements are
acceptable: an ISO standard CG 20 10 Owners, Lessees, Contractors – Scheduled Person or
Organization AND CG 20 37 Owners, Lessees, Contractors – Completed Operations, or their
equivalent.
2. Insurance placed with insurers with a current A.M. Best rating of not less than A:VII.
3. The CONTRACTOR’s insurance coverage shall be primary insurance with respect to the COUNTY.
Any insurance or self-insurance coverage maintained by the COUNTY shall be excess of the
CONTRACTOR’s insurance and shall not contribute with it. The COUNTY reserves the right to
approve all deductibles and to receive a certified copy of insurance policies.
RM Bid Pkg Form Rev (2015/04)
Bid 042-15SR NCRTS Scale Replacement 116
RR8744
C. Contractor’s Insurance for Other Losses
The CONTRACTOR shall assume full responsibility for all loss or damage from any cause whatsoever to any
tools, CONTRACTOR’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by
the CONTRACTOR, or the CONTRACTOR’s agents, suppliers or contractors as well as to any temporary
structures, scaffolding and protective fences.
D. Waiver of Subrogation
The CONTRACTOR and the COUNTY 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
extend covered by Builders Risk insurance (if applicable) or other property insurance obtained pursuant to the
Insurance Requirements provisions of this CONTRACT or other property insurance applicable to the WORK.
The policies shall provide such waivers by endorsement or otherwise.
E. Verification of Coverage
CONTRACTOR shall furnish the COUNTY with a Certificate of Insurance and a copy of the amendatory
endorsements, including but not necessarily limited to the Additional Insured Endorsements, evidencing the
compliance with the required insurance by the CONTRACTOR before commencement of the WORK.
Before any exposure to loss may occur, the CONTRACTOR shall file with the COUNTY a copy of the
Builders Risk insurance policy (if applicable) that includes all applicable conditions, exclusions,
definitions, terms and endorsements related to the WORK.
The COUNTY reserves the right to require complete, certified copies of all required insurance policies at any
time.
F. Subcontractors
CONTRACTOR shall ensure that each subcontractor of every tier obtain at a minimum the same insurance
coverage and limits as stated herein for the CONTRACTOR (with the exception of Builders Risk insurance, if
applicable). At the request of the COUNTY, the CONTRACTOR shall provide evidence of such insurance.
Bid 042-15SR NCRTS Scale Replacement 117
RR8744
Page 1 of 2 BID NO.________ BOND NO._________
PERFORMANCE, PAYMENT & WARRANTY BOND
RCW 39.08
KNOW ALL PERSONS BY THESE PRESENTS, that, ____________________________________ doing
(Name of Contractor)
business as an __________________________________ and licensed to do business in the State of
(Individual, Partnership, or Corporation organized under the laws of the State of )
Washington as a contractor, as PRINCIPAL, and ______________________________________ as a
(Name of Surety)
corporation organized under the laws of the State of __________ and authorized to transact business
(if not corp. explain ________________________________________)
in the State of Washington as a surety, as SURETY, their heirs, executors, administrators, successors
and assigns, are jointly and severally held and bound unto the COUNTY of Snohomish, Washington,
hereinafter called COUNTY, for payment in the sum of _______________________________ Dollars
($____________). Surety agrees that in all matters relating to this obligation, that surety is bound by
the laws of the State of Washington and that surety is subject to the jurisdiction of the State of
Washington.
THE CONDITION OF THIS OBLIGATION IS THAT: WHEREAS, on the ____ day of __________, 20__,
the PRINCIPAL executed a contract with the COUNTY for
Project Name: _______________________________________________________________
Project Number: ______________________________________ Bid Number:_____________
WHEREAS, the PRINCIPAL, in the terms, conditions and provisions of the contract, agreed to furnish
all material and do certain work, to-wit: that the PRINCIPAL will undertake and complete the project
identified above according to the maps, plans, specifications and other documents made a part of
said contract, which contract as so executed, is attached hereto, and by this reference is incorporated
herein and made a part hereof as fully for all purposes as if set forth at length.
NOW, THEREFORE, if the PRINCIPAL shall faithfully and truly observe and comply with the terms,
conditions, and provisions of said contract in all respects and shall well and truly and fully do and
perform all matters and things undertaken to be performed under said contract, upon the terms
proposed therein, and within the time prescribed therein, and until the same is accepted by the
COUNTY, and shall pay all laborers, mechanics, subcontractors and material persons, and all persons
who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of
such work, and shall in all respects faithfully perform said contract according to law, then this
obligation is to be void, otherwise to remain in full force and effect.
WITNESS our hands this ____ day of _____________, ____.
PRINCIPAL
Name:______________________________________ By:______________________________________
(Signature of Authorized Rep.)
Address:____________________________________ _________________________________________
(Typed Name of Authorized Rep.)
___________________________________________ Title:_____________________________________
Bid 042-15SR NCRTS Scale Replacement 118
RR8744
Page 2 of 2 BID NO.________ BOND NO.__________
SURETY
Name: ___________________________________ By: __________________________________
(Attorney-in-fact for SURETY*)
_________________________________________ _____________________________________
Name/Address of Local Office or Agent (Typed name of Attorney-in-Fact)
ACCEPTED: SNOHOMISH COUNTY
By: ______________________________________ Date: ________________________________
Bramby Tollen, Purchasing Manager
Approved as to form:
By: ______________________________________ Date: ________________________________
Deputy Prosecuting Attorney
*This bond must be accompanied by a fully executed Power of Attorney appointing the
Attorney-in-Fact.
Bid 042-15SR NCRTS Scale Replacement 119
RR8744
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT
OF STATUTORY RETAINED PERCENTAGE
(REFERENCE - CHAPTERS 60.28 AND 39.12 RCW)
Project Name:______________________________________________________ #_____________
I hereby elect to have the retained percentage of this contract: (Choose One)
A. FUNDS TO BE HELD BY AGENCY:
Retained in a fund by the County for a period of thirty (30) days after date of final acceptance, or
until receipt of all necessary releases from the department of revenue and the department of
Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is
latter, and in accordance with Chapters 60.28 and 39.08 RCW.
Date:______________________ Signed: _________________________________________
B. FUNDS TO BE PLACED IN SAVINGS ACCOUNT:
Deposited by the County in an interest bearing account in a bank, mutual savings bank, or
savings and loan association, not subject to withdrawal until thirty (30) days after date of final
acceptance, or until receipt of all necessary releases from the department of revenue and the
department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,
whichever is latter, and in accordance with Chapters 60.28 and 39.08 RCW. Interest on such
account shall be paid to the Contractor.
If this option is selected, complete an "Assignment of Savings†or the attached “Time Deposit
Escrow Retained Percentage Holding Account" form.
Date:_______________________ Signed: ________________________________________
C. FUNDS TO BE PLACED IN AN ESCROW ACCOUNT CHOSEN BY CONTRACTOR:
Placed in escrow with ___________________________________________________________
(designate a bank or trust company) by the County until thirty (30) days after date of final
acceptance, or until receipt of all necessary releases from the department of revenue and the
department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,
whichever is latter, and in accordance with Chapters 60.28 and 39.08 RCW.
Submit 3 signed escrow agreements from your bank and attach to this option form.
When the monies reserved are to be placed in escrow, the County shall issue a check
representing the sum of the monies reserved payable to the bank or trust company and the
Contractor jointly. This check shall be converted into bonds and securities chosen by the
Contractor and approved by the County and such bonds and securities shall be held in escrow.
Interest on such bonds and securities shall be paid to the Contractor as the said interest accrues.
I further agree to be fully responsible for payment of all costs or fees incurred as a result of
placing said retained percentage in escrow and investing it as authorized by statute. The County
shall not be liable in any way for any costs or fees in connection therewith.
Date:______________________ Signed: _________________________________________
Bid 042-15SR NCRTS Scale Replacement 120
RR8744
ASSIGNMENT OF SAVINGS OR TIME DEPOSIT ESCROW
RETAINED PERCENTAGE HOLDING ACCOUNT
The undersigned ___________________________________________________ hereby referenced
to as "Contractor" has directed SNOHOMISH COUNTY herein referred to as "Agency" to deliver its
warrants or checks payable to _______________________________, hereinafter the “Bank†and the
Contractor jointly. Such warrants or checks shall be deposited to Account # ____________________
as an Escrow Retained Percentage Holding Account.
All deposits to the account shall not be subject to withdrawal until the Bank is notified by the Agency,
in writing, authorizing the release of such funds. All interest earned on this account shall be paid to
the Contractor. Any costs or fees incurred as a result of placing the said retained percentage funds in
this account shall be paid by the Contractor.
______________________________________ SNOHOMISH COUNTY
Contractor Agency
Signature:_________________________________Signature:__________________________________
Name:____________________________________Name:_____________________________________
Title: _____________________________________Title: ______________________________________
Address:__________________________________Address: __________________________________
___________________________________________________________________________________
Date:_____________________________________Date:______________________________________
_________________________________________
Bank
Signature:_________________________________
Name:____________________________________
Title: _____________________________________
Address:__________________________________
_________________________________________
Phone: ___________________________________
Date:_____________________________________
Bid 042-15SR NCRTS Scale Replacement 121
RR8744
Snohomish County
SNOHOMISH COUNTY
ESCROW AGREEMENT INSTRUCTIONS
Attached are three escrow agreements to be completed by your company and forwarded to your
escrow agent for completion and retention as follows:
1) Have the escrow agent retain one completed signed agreement
2) Retain one completed agreement for your files
3) Return the third completed agreement to:
Contact Name: ______________________________________________________
Dept/Division: ______________________________________________________
Address: ______________________________________________________
______________________________________________________
If you have any questions, contact _________________________ at (425) ___-____, ext. ____.
*County Departments: Please send copy of completed agreement to Finance c/o Accounting Analyst.
Bid 042-15SR NCRTS Scale Replacement 122
RR8744
Snohomish County
Contract No.: ____________________________________________ Public Body: Snohomish County
Project Name: ___________________________________________ Completion Date: _______________
_______________________________________________________ Escrow No.: ___________________
ESCROW AGREEMENT
TO: ____________________________________________________________________ ESCROW AGENT
(ESCROW AGENCY AND BRANCH)
________________________________ _____________________________________ __________________
ESCROW AGENCY ADDRESS CITY
WASHINGTON ____________
ZIP CODE
This Escrow Agreement is for the investment of the retained percentages of the above contract in accordance with
Chapter 38, Laws of 1970, amending RCW 60.28.011, 60.28.030 and 60.28.050.
The Undersigned, _________________________________________________, hereinafter referred to as the Contractor,
has directed Snohomish County, hereinafter referred to as the Public Body, to deliver to you its warrants, checks or drafts
which shall be payable to you and the Contractor jointly. Such warrants, checks or drafts are to be held and disposed of
by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth.
INSTRUCTIONS
1. Upon delivery to you, warrants, checks or drafts made payable to you and the Contractor jointly shall be endorsed by
you and forwarded for collection. The moneys from all such warrants, checks or drafts received hereunder shall be
used by you to purchase bonds or other securities selected by the Contractor and approved by the Public Body. For
the purpose of each such purchase, you may follow the last written direction received by you from the Contractor,
provided said direction otherwise conforms with the restrictions on investments recited herein. The Contractor,
subject to express written approval of the Public Body, may select other bonds or securities, except stocks.
2. The investments selected by the Contractor, approved by the Public Body and purchased by you must mature on or
before the date set for the completion of the contract, including extensions thereof. After the completion date of the
contract, you shall not be required to invest the money held by you and derived from the sale or redemption of
matured investments until authorized to do so by the Contractor and the Public Body, which authorization shall
include the completion date of the extension.
3. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect
such interest and forward it to the Contractor at its address designated below unless otherwise directed by the
Contractor.
4. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this
agreement (or any moneys derived from the sale of such securities, or the negotiation of the Public Body's warrants)
except in accordance with the written instructions from the Public Body. Compliance with such instructions shall
relieve you of any further liability related thereto.
5. In the event the Public Body orders you to do so in writing, you shall, within thirty-five (35) days of receipt of such
order, reconvert into money the securities held by you pursuant to this agreement and return such money together
with any other moneys held by you, hereunder, to the Public Body.
Bid 042-15SR NCRTS Scale Replacement 123
RR8744
Snohomish County
6. The Contractor agrees to pay you for your services and hereunder compensation in accordance with your published
schedule of Escrow Fees - Public Works Contracts. Payment of all fees shall be the sole responsibility of the
Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless
the Public Body directs the release to the Contractor of the securities and moneys held hereunder whereupon you
shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such
property for the entire amount of your fees as with respect to the property held by you hereunder, or in the event that
the conditions of this escrow are not promptly fulfilled or that you are required to render any service not provided for
in these instructions, or that there is any assignment of the interests of this escrow or any modification hereof, you
shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement
from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay,
controversy or litigation.
7. This agreement shall not be binding until executed by the Contractor and the Public Body and accepted by you.
8. This instrument contains the entire agreement between you, the Contractor, and the Public Body with respect to this
escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be
required to give notice or demand, nor required to take any action whatever except as herein expressly provided; you
shall not be liable for any loss or damage not caused by your own negligence or willful misconduct.
9. The foregoing provisions shall be binding upon the assigns, successors, personal representatives and heirs of the
parties hereto.
The undersigned have read and hereby approve the instructions as given above governing the administration of this
escrow and do hereby execute this agreement on this _________day of______________________, 20____.
_______________________________________________ Snohomish County
(Contractor) (Public Body)
By __________________________________________________________________________________________
(Title)
_______________________________________________ ______________________________________________
(Address) (Date)
_______________________________________________
(City, State, Zip code)
_______________________________________________
(Tax Identification No.)
The above escrow instructions received and accepted this _______ day of ________________________, 20____.
____________________________________________ ESCROW AGENT
By _________________________________________ AUTHORIZED OFFICER
Bid 042-15SR NCRTS Scale Replacement 124
RR8744
CONTRACT PROVISIONS REQUIRED FOR
FEMA PUBLIC ASSISTANCE DISASTER GRANTS CONTRACT
PER 44 CFR 13.36
Bid 042-15SR NCRTS Scale Replacement 125
RR8744
(July 30, 2012)
(SC May 21, 2014)
Required FEMA/State Funding Provisions
The Required provisions for State and Federal Laws to be Observed (FEMA/State
Funding included within this Contract), and the amendments thereto supersede any
conflicting provisions of the Standard Specifications and are made a part of this Contract;
provided, however, that if any of the provisions of the State and Federal Laws to be
Observed, as amended, are less restrictive than Washington State Law, then the
Washington State Law shall prevail.
The provisions of the State and Federal Laws to be Observed, as amended, included
in this Contract require that the Contractor insert the State and Federal Laws to be
Observed and amendments thereto in each subcontract, together with the Washington
State prevailing wage rates. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the State and Federal Laws to be Observed, and
amendments thereto in any lower tier subcontracts, together with the Washington State
prevailing wage rates. The Contractor shall also ensure that this section, REQUIRED
FEMA/STATE FUNDING PROVISIONS, is inserted in each subcontract for
subcontractors and lower tier subcontractors. For this purpose, upon request to the
Project Engineer, the Contractor will be provided with extra copies of the State and
Federal Laws to be Observed, the amendments thereto, the applicable wage rates, and
this Special Provision.
Contractor shall comply with 44 CFR Section 13.36.
§ 215.48 Contract provisions.
The recipient shall include, in addition to provisions to define a sound and complete
agreement, the following provisions in all contracts. The following provisions shall also be
applied to subcontracts.
(a) Contracts in excess of the small purchase threshold shall contain contractual
provisions or conditions that allow for administrative, contractual, or legal remedies in
instances in which a contractor violates or breaches the contract terms, and provide
for such remedial actions as may be appropriate.
(b) All contracts in excess of the small purchase threshold shall contain suitable
provisions for termination by the recipient, including the manner by which termination
shall be effected and the basis for settlement. In addition, such contracts shall
describe conditions under which the contract may be terminated for default as well as
conditions where the contract may be terminated because of circumstances beyond
the control of the contractor.
(c) Except as otherwise required by statute, an award that requires the contracting (or
subcontracting) for construction or facility improvements shall provide for the recipient
to follow its own requirements relating to bid guarantees, performance bonds, and
payment bonds unless the construction contract or subcontract exceeds $100,000.
For those contracts or subcontracts exceeding $100,000, the Federal awarding
agency may accept the bonding policy and requirements of the recipient, provided the
Federal awarding agency has made a determination that the Federal Government’s
interest is adequately protected. If such a determination has not been made, the
minimum requirements shall be as follows.
(1) A bid guarantee from each bidder equivalent to five percent of the
bid price. The ‘‘bid guarantee’’ hall consist of a firm commitment such
Bid 042-15SR NCRTS Scale Replacement 126
RR8744
as a bid bond, certified check, or other negotiable instrument
accompanying a bid as assurance that the bidder shall, upon
acceptance of his bid, execute such contractual documents as may be
required within the time specified.
(2) A performance bond on the part of the contractor for 100 percent of
the contract price. A ‘‘performance bond’’ is one executed in connection
with a contract to secure fulfillment of all the contractor’s obligations
under such contract.
(3) A payment bond on the part of the contractor for 100 percent of the
contract price. A ‘‘payment bond’’ is one executed in connection with a
contract to assure payment as required by statute of all persons
supplying labor and material in the execution of the work provided for in
the contract.
(4) Where bonds are required in the situations described herein, the
bonds shall be obtained from companies holding certificates of authority
as acceptable sureties pursuant to 31 CFR part 223, ‘‘Surety
Companies Doing Business with the United States.’’
(d) All negotiated contracts (except those for less than the small purchase threshold)
awarded by recipients shall include a provision to the effect that the recipient, the
Federal awarding agency, the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books, documents, papers
and records of the contractor which are directly pertinent to a specific program for the
purpose of making audits, examinations, excerpts and transcriptions.
(e) All contracts, including small purchases, awarded by recipients and their
contractors shall contain the procurement provisions of appendix A to this part, as
applicable.
APPENDIX A TO PART 215—CONTRACT PROVISIONS
All contracts, awarded by a recipient including small purchases, shall contain the
following provisions as applicable:
1. Equal Employment Opportunity—All contracts shall contain a provision requiring
compliance with E.O. 11246, ‘‘Equal Employment Opportunity’’ (30 FR 12319, 12935, 3
CFR, 1964–1965 Comp., p. 339), as amended by E.O. 11375, ‘‘Amending Executive
Order 11246 Relating to Equal Employment Opportunity,’’ and as supplemented by
regulations at 41 CFR part 60, ‘‘Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.’’
2. Copeland ‘‘Anti-Kickback’’ Act (18 U.S.C. 874 and 40 U.S.C. 276c)—All contracts
and subgrants in excess of $2000 for construction or repair awarded by recipients and
subrecipients shall include a provision for compliance with the Copeland ‘‘Anti-Kickback’’
Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part
3, ‘‘Contractors and Subcontractors on Public Building or Public Work Financed in Whole
or in Part by Loans or Grants from the United States’’). The Act provides that each
contractor or subrecipient shall be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of
the compensation to which he is otherwise entitled. The recipient shall report all
suspected or reported violations to the Federal awarding agency.
3. Davis-Bacon Act, as amended (40 U.S.C. 276a to a–7)—When required by Federal
program legislation, all construction contracts awarded by the recipients and
Bid 042-15SR NCRTS Scale Replacement 127
RR8744
subrecipients of more than $2000 shall include a provision for compliance with the Davis-
Bacon Act (40 U.S.C. 276a to a–7) and as supplemented by Department of Labor
regulations (29 CFR part 5, ‘‘Labor Standards Provisions Applicable to Contracts
Governing Federally Financed and Assisted Construction’’). Under this Act, contractors
shall be required to pay wages to laborers and mechanics at a rate not less than the
minimum wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors shall be required to pay wages not less than once a week. The
recipient shall place a copy of the current prevailing wage determination issued by the
Department of Labor in each solicitation and the award of a contract shall be conditioned
upon the acceptance of the wage determination. The recipient shall report all suspected
or reported violations to the Federal awarding agency.
4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333)—Where
applicable, all contracts awarded by recipients in excess of $2000 for construction
contracts and in excess of $2500 for other contracts that involve the employment of
mechanics or laborers shall include a provision for compliance with sections 102 and 107
of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333), as
supplemented by Department of Labor regulations (29 CFR part 5). Under section 102 of
the Act, each contractor shall be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard
work week is permissible provided that the worker is compensated at a rate of not less
than 11â„2 times the basic rate of pay for all hours worked in excess of 40 hours in the
work week. Section 107 of the Act is applicable to construction work and provides that no
laborer or mechanic shall be required to work in surroundings or under working
conditions which are unsanitary, hazardous or dangerous. These requirements do not
apply to the purchases of supplies or materials or articles ordinarily available on the open
market, or contracts for transportation or transmission of intelligence.
5. Rights to Inventions Made Under a Contract or Agreement—Contracts or
agreements for the performance of experimental, developmental, or research work shall
provide for the rights of the Federal Government and the recipient in any resulting
invention in accordance with 37 CFR part 401, ‘‘Rights to Inventions Made by nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and
Cooperative Agreements,’’ and any implementing regulations
issued by the awarding agency.
6. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33
U.S.C. 1251 et seq.), as amended—Contracts and subgrants of amounts in excess of
$100,000 shall contain a provision that requires the recipient to agree to comply with all
applicable standards, orders or regulations issued pursuant to the Clean Air Act (42
U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C.
1251 et seq.). Violations shall be reported to the Federal awarding agency and the
Regional Office of the Environmental Protection Agency (EPA).
7. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors who apply or bid for
an award of $100,000 or more shall file the required certification. Each tier certifies to the
tier above that it will not and has not used Federal appropriated funds to pay any person
or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant or any
other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with
non-Federal funds that takes place in connection with obtaining any Federal award .
Such disclosures are forwarded from tier to tier up to the recipient.
8. Debarment and Suspension (E.O.s 12549 and 12689)—No contract shall be made
to parties listed on the General Services Administration’s List of Parties Excluded from
Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and
Bid 042-15SR NCRTS Scale Replacement 128
RR8744
12689, ‘‘Debarment and Suspension.’’ This list contains the names of parties debarred,
suspended, or otherwise excluded by agencies, and contractors declared ineligible under
statutory or regulatory authority other than E.O. 12549. Contractors with awards that
exceed the small purchase threshold shall provide the required certification regarding its
exclusion status and that of its principal employees.
§ 215.44 Procurement procedures.
(a) All recipients shall establish written procurement procedures. These procedures
shall provide for, at a minimum, that paragraphs (a)(1), (2) and (3) of this section
apply.
(1) Recipients avoid purchasing unnecessary items.
(2) Where appropriate, an analysis is made of lease and purchase
alternatives to determine which would be the most economical and
practical procurement for the Federal Government.
(3) Solicitations for goods and services provide for all of the following.
(i) A clear and accurate description of the technical requirements
for the material, product or service to be procured. In competitive
procurements, such a description shall not contain features which
unduly restrict competition.
(ii) Requirements which the bidder/offeror must fulfill and all other
factors to be used in evaluating bids or proposals.
(iii) A description, whenever practicable, of technical
requirements in terms of functions to be performed or
performance required, including the range of acceptable
characteristics or minimum acceptable standards.
(iv) The specific features of ‘‘brand name or equal’’ descriptions
that bidders are required to meet when such items are included in
the solicitation.
(v) The acceptance, to the extent practicable and economically
feasible, of products and services dimensioned in the metric
system of measurement.
(vi) Preference, to the extent practicable and economically
feasible, for products and services that conserve natural
resources and protect the environment and are energy efficient.
(b) Positive efforts shall be made by recipients to utilize small businesses,
minority-owned firms, and women’s business enterprises, whenever possible.
Recipients of Federal awards shall take all of the following steps to further this
goal.
(1) Ensure that small businesses, minority- owned firms, and women’s
business enterprises are used to the fullest extent practicable.
(2) Make information on forthcoming opportunities available and arrange
time frames for purchases and contracts to encourage and facilitate
participation by small businesses, minority- owned firms, and women’s
business enterprises.
(3) Consider in the contract process whether firms competing for larger
contracts intend to subcontract with small businesses, minority-owned
firms, and women’s business enterprises.
Bid 042-15SR NCRTS Scale Replacement 129
RR8744
(4) Encourage contracting with consortiums of small businesses,
minority-owned firms and women’s business enterprises when a
contract is too large for one of these firms to handle individually.
(5) Use the services and assistance, as appropriate, of such
organizations as the Small Business Administration and the Department
of Commerce’s Minority Business Development Agency in the
solicitation and utilization of small businesses, minority-owned firms and
women’s business enterprises.
(c) The type of procuring instruments used (e.g., fixed price contracts, cost
reimbursable contracts, purchase orders, and incentive contracts) shall be
determined by the recipient but shall be appropriate for the particular
procurement and for promoting the best interest of the program or project
involved. The ‘‘cost-plus-a-percentage-of-cost’’ or ‘‘percentage of construction
cost’’ methods of contracting shall not be used.
(d) Contracts shall be made only with responsible contractors who possess the
potential ability to perform successfully under the terms and conditions of the
proposed procurement. Consideration shall be given to such matters as
contractor integrity, record of past performance, financial and technical
resources or accessibility to other necessary resources. In certain
circumstances, contracts with certain parties are restricted by agencies’
implementation of E.O.s 12549 and 12689, ‘‘Debarment and Suspension.’’
(e) Recipients shall, on request, make available for the Federal awarding
agency, pre-award review and procurement documents, such as request for
proposals or invitations for bids, independent cost estimates, etc., when any of
the following conditions apply.
(1) A recipient’s procurement procedures or operation fails to comply
with the procurement standards in the Federal awarding agency’s
implementation of this part.
(2) The procurement is expected to exceed the small purchase
threshold fixed at 41 U.S.C. 403 (11) (currently $25,000) and is to be
awarded without competition or only one bid or offer is received in
response to a solicitation.
(3) The procurement, which is expected to exceed the small purchase
threshold, specifies a ‘‘brand name’’ product.
(4) The proposed award over the small purchase threshold is to be
awarded to other than the apparent low bidder under a sealed bid
procurement.
(5) A proposed contract modification changes the scope of a contract or
increases the contract amount by more than the amount of the small
purchase threshold.
§ 13.37 Subgrants.
(a) States. States shall follow state law and procedures when awarding and
administering subgrants (whether on a cost reimbursement or fixed amount basis) of
financial assistance to local and Indian tribal governments. States shall:
Bid 042-15SR NCRTS Scale Replacement 130
RR8744
(1) Ensure that every subgrant includes any clauses required by Federal
statute and executive orders and their implementing regulations;
(2) Ensure that subgrantees are aware of requirements imposed upon
them by Federal statute and regulation;
(3) Ensure that a provision for compliance with § 13.42 is placed in
every cost reimbursement subgrant; and
(4) Conform any advances of grant funds to subgrantees substantially to
the same standards of timing and amount that apply to cash advances
by
Federal agencies.
(b) All other grantees. All other grantees shall follow the provisions of this part which
are applicable to awarding agencies when awarding and administering subgrants
(whether on a cost reimbursement or fixed amount basis) of financial assistance to
local and Indian tribal governments. Grantees shall:
(1) Ensure that every subgrant includes a provision for compliance with
this part;
(2) Ensure that every subgrant includes any clauses required by Federal
statute and executive orders and their implementing regulations; and
(3) Ensure that subgrantees are aware of requirements imposed upon
them by Federal statutes and regulations.
(c) Exceptions. By their own terms, certain provisions of this part do not apply to the
award and administration of subgrants:
(1) Section 13.10;
(2) Section 13.11;
(3) The letter-of-credit procedures specified in Treasury Regulations at
31 CFR part 205, cited in § 13.21; and
(4) Section 13.50.
§ 13.40 Monitoring and reporting program performance.
(a) Monitoring by grantees. Grantees are responsible for managing the day-to- day
operations of grant and subgrant supported activities. Grantees
must monitor grant and subgrant supported activities to assure compliance with
applicable Federal requirements and that performance goals are being achieved.
Grantee monitoring must cover each program, function or activity.
(b) Nonconstruction performance reports. The Federal agency may, if it decides that
performance information available from subsequent applications contains sufficient
information to meet its programmatic needs, require the grantee to submit a
performance report only upon expiration or termination of grant support. Unless
waived by the Federal agency this report will be due on the same date as the final
Financial
Status Report.
(1) Grantees shall submit annual performance reports unless the
awarding agency requires quarterly or semi-annual reports. However,
performance reports will not be required more frequently than quarterly.
Annual reports shall be due 90 days after the grant year, quarterly or
semi-annual reports shall be due 30 days after the reporting period. The
final performance report will be due 90 days after the expiration
Bid 042-15SR NCRTS Scale Replacement 131
RR8744
or termination of grant support. If a justified request is submitted by a
grantee, the Federal agency may extend the due date for any
performance
report. Additionally, requirements for unnecessary performance reports
may be waived by the Federal agency.
(2) Performance reports will contain, for each grant, brief information on
the following:
(i) A comparison of actual accomplishments to the objectives
established for the period. Where the output of the project can be
quantified, a computation of the cost per unit of output may be
required if that information will be useful.
(ii) The reasons for slippage if established
objectives were not met.
(iii) Additional pertinent information including, when appropriate,
analysis and explanation of cost overruns or high unit costs.
(3) Grantees will not be required to submit more than the original and
two copies of performance reports.
Bid 042-15SR NCRTS Scale Replacement 132
RR8744
North County RTS Scale Replacement
Project
Technical Specifications
Project# RR8744
Volume 1
Division 01
May 2015
Bid Set
North County RTS Scale Replacement
May 29, 2015
Specifications Table of Contents
DIVISION 1 DIVISION 1 –DIVISION 1 ––– GENERAL REQUIREMENTSGENERAL REQUIREMENTSGENERAL REQUIREMENTS GENERAL REQUIREMENTS
01 11 00 SUMMARY OF WORK
01 12 16 WORK SEQUENCE
01 14 00 WORK RESTRICTIONS
01 20 00 PAYMENT PROCEDURES
01 26 00 CONTRACT MODIFICATION PROCEDURES
01 30 00 ADMINISTRATIVE REQUIREMENTS
01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION
01 33 00 SUBMITTAL PROCEDURES
01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES
01 41 20 REGULATORY REQUIREMENTS
01 42 00 REFERENCES
01 43 00 QUALITY ASSURANCE AND CONTROL
01 43 20 SURVEYING
01 50 00 TEMPORARY FACILITIES AND CONTROLS
01 60 00 PRODUCT REQUIREMENTS
01 63 00 SUBSTITUTION PROCEDURES
01 73 00 EXECUTION AND CLOSEOUT
01 73 23 STRUCTURAL DESIGN AND ANCHORAGE REQUIREMENTS FOR NON-STRUCTURAL
COMPONENTS AND NON-BUILDING STRUCTURES
01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
01 77 00 CLOSEOUT PROCEDURES
01 78 23 OPERATION AND MAINTENANCE DATA
01 91 00 LEAD AND ASBESTOS
01 91 10 PCB CONTAINING MATERIALS
DIVISION 2 DIVISION 2 –DIVISION 2 ––– EXISTING CONDITIONSEXISTING CONDITIONSEXISTING CONDITIONS EXISTING CONDITIONS
02 41 00 DEMOLITION
DIVISION 3 DIVISION 3 –DIVISION 3 ––– CONCRETECONCRETECONCRETE CONCRETE
03 11 00 FORMWORK
03 20 00 CONCRETE REINFORCEMENT
03 30 00 CAST-IN-PLACE CONCRETE
03 60 00 GROUT
DIVISION 5 DIVISION 5 –DIVISION 5 ––– METALSMETALSMETALS METALS
05 05 14 HOT-DIP ZINC COATING
05 05 23 ANCHOR BOLTS
05 10 00 STRUCTURAL METALS
05 50 00 MISCELLANEOUS METAL FABRICATIONS
DIVISION 6DIVISION 6 DIVISION 6 –––– WOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITES WOOD, PLASTICS AND COMPOSITES
06 41 00 ARCHITECTURAL WOOD CASEWORK
DIVISION 7DIVISION 7 DIVISION 7 –––– THERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTION THERMAL AND MOISTURE PROTECTION
07 21 00 EXTERIOR THERMAL INSULATION
North County RTS Scale Replacement
May 29, 2015
DIVISION 9DIVISION 9 DIVISION 9 –––– FINISHES FINISHES FINISHES FINISHES
09 96 00 PERFORMANCE COATINGS
DIVISION 10 DIVISION 10 –DIVISION 10 ––– SPECIALTIESSPECIALTIESSPECIALTIES SPECIALTIES
10 14 50 SITE SIGNAGE
10 88 15 SCALEHOUSE EQUIPMENT RELOCATION AND INSTALLATION
10 88 20 TRUCK SCALE INSTALLATION
DIVISION 13 DIVISION 13 –DIVISION 13 ––– SPECIAL STRUCTURESSPECIAL STRUCTURESSPECIAL STRUCTURES SPECIAL STRUCTURES
13 34 23 FABRICATED BUILDINGS
DIVISION DIVISION 22 DIVISION 22 22 –22 ––– PLUMBING PLUMBING PLUMBING PLUMBING
22 07 19 PLUMBING PIPING INSULATION
22 08 00 COMMISSIONING OF PLUMBING
22 11 16 WATER PIPING
22 13 16 SOIL, WASTE AND VENT PIPING
DIVISION 23 DIVISION 23 –DIVISION 23 ––– HVACHVACHVAC HVAC
23 05 93 TESTING, ADJUSTING AND BALANCING
23 08 00 COMMISSIONING OF HVAC
23 09 00 MECHANICAL CONTROLS
23 31 13 DUCTWORK
DIVISION 26 DIVISION 26 –DIVISION 26 ––– ELECTRICALELECTRICALELECTRICAL ELECTRICAL
26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
26 05 19 LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES
26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
26 05 74 ARC FLASH ANALYSIS, SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE
COORDINATION REPORT
26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS
26 21 16 LOW-VOLTAGE UNDERGROUND ELECTRICAL SERVICE ENTRANCE
26 24 16 PANELBOARDS
26 27 26 WIRING DEVICES
26 36 13 MANUAL TRANSFER SWITCHES
26 50 00 LIGHTING
DIVISION 2DIVISION 27DIVISION 2777 –––– COMMUNICATIONSCOMMUNICATIONSCOMMUNICATIONS COMMUNICATIONS
27 00 00 GENERAL COMMUNICATIONS REQUIREMENTS
27 08 00 COMMUNICATIONS SYSTEM TESTING
27 11 16 COMMUNICATIONS CABINETS, RACKS, FRAMES AND ENCLOSURES
27 11 19 COMMUNICATIONS TERMINATION BLOCKS, PATCH PANELS AND PATCH CORDS
27 15 43 COMMUNICATIONS FACEPLATES AND CONNECTORS
DIVISION 28 DIVISION 28 –DIVISION 28 ––– ELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITY ELECTRONIC SAFETY AND SECURITY
28 23 00 VIDEO SURVEILLANCE
North County RTS Scale Replacement
May 29, 2015
DDDIVISION 31 DIVISION 31 IVISION 31 –IVISION 31 ––– EARTHWORKEARTHWORKEARTHWORK EARTHWORK
31 10 00 SITE CLEARING
31 22 00 GRADING
31 23 00 EXCAVATION AND FILL
31 23 33 TRENCH SAFETY SYSTEMS
31 25 00 EROSION AND SEDIMENT CONTROL
DIVISION 32 DIVISION 32 –DIVISION 32 ––– EXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTS EXTERIOR IMPROVEMENTS
32 12 00 FLEXIBLE PAVING AND OVERLAY
32 16 00 CONCRETE CURBS AND SIDEWALKS
32 17 23 PAVEMENT MARKING
32 92 13 SEEDING
DIVISION 33 DIVISION 33 –DIVISION 33 ––– UTILITIESUTILITIESUTILITIES UTILITIES
33 10 00 WATER UTILITIES
33 30 00 WASTEWATER UTILITIES
DIVISION 3DIVISION 34DIVISION 3444 –––– TRANSPORTATIONTRANSPORTATIONTRANSPORTATION TRANSPORTATION
34 41 16 TRAFFIC CONTROL EQUIPMENT
34 71 13 VEHICLE BARRIERS
SECTION 01 11 00
SUMMARY OF WORK
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Work covered by Contract Documents.
2. Work by Owner and others.
B. Related Sections:
1. Section 01 12 16 – Work Sequence.
2. Section 10 88 20 – Truck Scale Installation.
1.02 CONCURRENT FACILITY OPERATION
A. This Project involves selective demolition and construction at the municipal solid
waste transfer station known as:
North County Recycling & Transfer Station
19600 63rd Ave NE
Arlington, WA 98223
B. The facility provides a critical public health service function and its satisfactory
operation shall not be materially impacted by the Contractor.
1. Necessary interruptions of service for water, electricity, and other utilities are
to be scheduled, coordinated, restored promptly, and performed in close
cooperation with the Owner Representative.
2. The Contractor is not authorized nor entitled to disconnect, sever, or
otherwise interrupt any safety system, control system, water or electric
service utility during facility operation hours.
3. The Contractor is not entitled to conduct its operations in a manner
inconsistent with the requirements of the Contract, nor to impede or prevent
persons including the Owner Representative, inspectors, consultants, A/E
Representative, transfer station operations personnel and managers from
accessing the entire facility at any time, night or day.
C. The facility shares property boundaries with a residential neighborhood to the north
and east.
1. The Contractor is required to be responsive, vigilant and protective of the
rights of the residential neighborhood for the enjoyment of their property.
2. Excessive noise, repeated disruptions, or willful neglect of the Contractor’s
responsibilities will result in comprehensive enforcement of work restrictions.
3. The Contractor shall not be entitled to additional compensation on the basis
of compliance with the full requirements.
D. The Contractor shall schedule and perform the Work in accordance with the
restrictions placed on work hours identified in Section 01 14 00 – Work Restrictions.
E. The Owner has provided the Contractor with appropriate work area limits as indicated
on the Drawings, and those areas are exclusively available to the Contractor through
NCRTS Scale Replacement 01 11 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
the construction period provided the Contractor complies with the requirements of
the Contract.
F. The Contractor shall be responsible to schedule, coordinate, and perform all its
activities in a manner which mitigates and limits effects to neighbors, facility
operations, operations procedures, vehicle traffic, roads, scales, queues, and the
transfer building.
G. The Contractor shall be responsible to manage and mitigate its production of noise,
dust, debris, excavated materials, and other detrimental and dangerous effects to
persons and property, including neighboring property, vegetated areas, landscaping,
permanent improvements, and equipment.
H. The Contractor shall be responsible to appropriately stage its activities inside the
allotted areas which are the same as the work area limits indicated on the Drawings.
1. Comply with the requirements of Section 01 14 00 – Work Restrictions.
I. The Contractor shall be responsible to consult with and keep apprised with the
requirements of the Owner Representative on a continual and daily basis throughout
the performance of the Work.
1.03 PROJECT DESCRIPTION
A. General:
1. The following identifies in broad terms the general nature of the Work that is
part of the contract.
2. These descriptions in this Section are not intended to provide or be construed
as a complete summary of the Contract Documents.
a. This Section is not suitable for use in determining measurement and
payment.
3. This Section should be read as if ‘Provide and Install’ were included at the front
of each sentence.
a. Responsibility for the providing and installing of every element is borne
by the Contractor.
4. Refer to Section 01 12 16 – Work Sequence for sequencing of Work.
B. Testing and Inspection Services:
1. Contractor Responsibilities for Testing and Inspections:
a. The Contractor shall provide and pay for testing of Work that is subject
to corrective action or that was otherwise untested, not observed or
other the result of some other problem attributable to the Contractors
performance of the Work, and without additional compensation from
the Project.
C. Site:
1. Temporary facilities including office trailers, sani-cans, power feeders, site
lighting, telephones, data and communication signals and all other similar
requirements.
2. Fencing, signage, and other means of protecting the public from hazards of the
construction site, and to maintain a constant physical barrier around the facility
perimeter, and to separate users of the facility from construction operations.
Project No. RR8744 01 11 00-2 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
3. Field survey, construction layout, staking and verification of heights, utilities,
datum verification, and construction placement.
4. Partial removal and selective demolition of existing permanent and
impermanent structures and improvements.
5. Temporary erosion and sedimentation control.
6. Excavation.
a. Excavation and export of soil, and other materials.
b. Handling and disposal of those materials.
c. Protection of existing surfaces.
d. Cleaning, removal, and maintenance of roadways, surfaces, pavement
markings, and permanent improvements.
7. Earthwork including structural excavation, backfill, final grading and topsoil
placement.
a. Excavation and Hauling of Materials: Any and all material, including but
not limited to general excavated material, concrete materials, rock,
cobble, oversize materials, and similar difficult to handle materials,
within the volumes of the excavation are the responsibility of the
Contractor and no additional costs will be assessed against the Owner
for such work.
b. The Contractor shall be entitled to additional compensation on the basis
of over-excavation required by the Owner Representative.
8. Protection of moisture sensitive soil substrates during excavation operations.
9. Soil stabilization, dust control, sweeping, vacuuming, and immediate removal of
excavation materials.
10. Concrete construction for modifications to existing site retaining walls indicated
on the Drawings; curbs; pedestals; and equipment pads.
11. Site utility modifications and improvements to the following systems:
a. Water.
b. Non-potable water.
c. Storm drainage.
d. Building drains.
e. Site electrical.
f. Site communications systems.
g. Site lighting.
12. Importation and placement of selected soil, aggregate and planting materials.
13. Repairs to road, pavement and sidewalk construction including curbs.
14. Modification and improvements to site elements including:
a. Roadway lighting, including lamp head, pole and bases.
b. Remote building electrical service equipment.
c. Curb stops.
d. Bollards.
e. Fencing.
f. Road channelization and pavement markings.
g. Signage.
15. Landscaping.
16. Irrigation modifications to accommodate the new construction, and to limit plant
mortality.
D. Building:
1. Installation and commissioning of a pre-manufactured concrete scale
building.
NCRTS Scale Replacement 01 11 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
2. Recovery, salvage, refurbishment, and reinstallation of items indicated to be
reused as indicted on the Drawings.
3. Drainage around and associated with site retaining walls.
4. Subgrade improvements including aggregate and compaction.
5. Reinforced concrete construction including all necessary formwork, reinforcing,
embedded materials, anchors, drilled anchors and related Work.
6. Un-reinforced concrete construction in the limited locations indicated on the
Drawings.
7. Construction including erection of structural steel; installation of cold-formed
metal framing including girts, sag rods, metal roof and wall panels, plastic
glazing, flashing and closure metals.
8. Metal fabrications including but not limited to pedestrian guardrails; vehicle
guardrails; miscellaneous metal fabrications; and bollards.
9. Equipment including pumps and other items of equipment.
10. Exterior door openings, doors, hardware, finishes, trim, security items,
weatherstripping, and related Work.
11. Plumbing systems including:
a. Modifications, improvements, and selective replacement to the non-
potable water distribution system, including hose bibs, hose reels,
outlets, and below-grade work.
12. Building electrical systems including:
a. Commissioning of electrical equipment and systems.
b. Service entrance equipment, utility and generator.
c. Electrical panels and manual transfer switch.
d. Conduit.
e. Raceways.
f. Conductors and cables.
g. Lighting and lighting distribution.
h. Motor Starters.
i. Disconnects.
j. Overload protection.
k. Bonding and grounding.
l. Convenience outlets.
m. Switching.
13. Building communication and low voltage systems including:
a. Commissioning of the equipment and systems.
b. Telecommunications.
c. Data systems.
d. Cameras and recording systems.
14. Building HVAC systems including:
a. Commissioning of equipment and systems.
b. Baseboard heaters.
c. Radiant heaters.
d. Duct heater and fan.
e. Air conditioning equipment.
f. Ductwork inside and outside the building envelope.
15. Other items including:
a. Signage.
E. Vehicle Scales:
Project No. RR8744 01 11 00-4 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
1. Temporary installation and commissioning of two above-grade vehicle scales as
indicated in the Drawings.
2. Relocation of the vehicle scales and reinstallation and commissioning of the
scales in permanent locations as indicated on the drawings.
3. The vehicle scales will be furnished by the Owner.
4. Installation of the truck scales shall be in accordance with Section 10 88 20 –
Truck Scale Installation.
1.04 WORK BY OTHERS AND RELATED WORK BY CONTRACTOR
A. Contractor responsibilities for Work items performed in whole or in part by others are
identified in this Section.
1. This information is provided for the convenience of the Contractor and is not to
be considered complete.
2. The Contractor is advised to develop a clear and complete understanding of the
Work items performed by others.
3. Work not identified clearly ‘by others’ is the responsibility of the Contractor.
B. Permits:
1. The Owner provides the permits identified accordingly in Section 01 41 20 –
Regulatory Requirements.
2. The Contractor is responsible to obtain and pay for the permits identified
accordingly in Section 01 41 20 – Regulatory Requirements.
C. Installation and commissioning of vehicle scales provided by Owner:
1. The Contractor is required to coordinate the temporary and permanent
installation and commissioning of the vehicle scales with the Owner’s
vendor.
1.05 PROGRESS OF THE WORK
A. The Contractor is required to perform the Work in conformance with the narrowly
prescribed sequence identified in Section 01 12 16 – Work Sequence.
1. The Contractor shall prepare his Bid Price in accordance with this narrowly
prescribed sequence of Work, and shall Bid no other sequence of Work.
2. The Contractor’s Work Progress is expected to meet the progress indicated
on the Contractor’s latest Progress Schedule, and in accordance with the
Baseline Schedule.
B. The Contractor is required to increase its workforce, equipment, work hours and
efforts as required to bring the Project to the level of progress indicated in the
Baseline Schedule, together with any subsequent modifications, at no additional cost
to the Owner, and keeping within the allowable days and time for construction
activity.
1.06 NOTICE TO PROCEED
A. The Owner will provide a written ‘Notice to Proceed’ before upon execution of the
Contract.
NCRTS Scale Replacement 01 11 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
B. The Owner may choose to delay or withhold authorization of ‘Notice to Proceed’ if it
deems the Work has not appropriately progressed in the intervening period to the
extent such progress is defined in General Conditions.
C. The Contractor is to prosecute the Work in accordance with the Contract
requirements and is not relieved of any obligation or responsibility of these
requirements as a result or consequence of the Owners issuance or non-issuance of
Notices to Proceed.
1.07 SUBSTANTIAL COMPLETION AND BASIC WARRANTY PERIOD
A. The ‘Basic Warranty Period’ begins at the Owners acknowledgement of Substantial
Completion of the Work.
1. The Owner will issue a Certificate of Substantial Completion to the Contractor.
B. Substantial Completion requires:
1. Issuance of Certificates for Occupancy of the facility by the jurisdiction.
2. The Owner’s beneficial occupancy of the facility.
3. Opening the entire facility, including the limited work areas indicated on the
Drawings, to the public for full resumption of the Owners business.
C. Basic Warranty Period:
1. The requirements for the basic warranty are included in General Conditions.
2. The Contract Documents include requirements for extended terms of
warranty, and service agreements greater than one (1) year duration.
a. Comply with requirements of the individual Sections.
b. Comply with requirements for warranties that are indicated to begin
at Final Acceptance.
D. The Owners issuance of the Certificate of Substantial Completion generally
authorizes the Contractor to:
1. Begin closeout activities.
2. Proceed in earnest with completing the remaining work activities.
3. Remove itself from the area of the Project Site in an appropriate manner
consistent with the needs of the Owner.
4. Perform the remaining required corrective Work including remaining punchlist
corrective items, and related activities.
E. Liquidated damages apply in the event the Contractor does not achieve Substantial
Completion within the Contract Time.
1.08 FINAL ACCEPTANCE
A. The Owner will issue a Certificate of Final Acceptance to the Contractor.
B. Final Acceptance is the Owners acknowledgement of Final Acceptance in accordance
with the requirements of General Conditions.
C. Final Acceptance requires the following, but is not limited to:
1. Completion of the remaining punchlist corrective items.
2. Completion of Owner and Maintenance manuals.
3. Transference of warranties from the Contractor to the Owner.
Project No. RR8744 01 11 00-6 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
4. Complete statutory retainage obligations.
5. Completion of As-Built Drawings.
D. Liquidated damages apply in the event the Contractor does not achieve Final
Acceptance within twenty (20) working days from Substantial Completion.
1.09 CONTRACT DOCUMENTS
A. Refer to General Conditions for documents comprising the Contract Documents.
B. Documents contained in the volumes marked ‘Available Information’ provided by the
Owner are not part of the Contract Documents.
1. Volumes marked ‘Available Information’ are provided by the Owner for the
benefit of the Contractors information gathering and assessment activities.
a. ‘Available Information’ is not warranted by any party.
b. Verify any information using the Contractors own procedures,
processes, and means.
c. At the Contractors risk, do not rely on the ‘Available Information’ for
decision-making associated with the Project.
2. Geotechnical Report: ‘Geotechnical Engineering Report for North County
Recycling & Transfer Station’ is available from the Owner.
3. North County Transfer Station Scale House ‘Hazardous Building Materials
Survey’.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 11 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
SECTION 01 12 16
WORK SEQUENCE
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Narrowly prescribed sequence of Work activities.
2. Option for Contractor-proposed alternative sequence.
1.02 PERFORMANCE
A. The Contractor shall perform the Work in accordance with the narrowly prescribed
sequence of activities included in this Section.
1. The Contractor shall prepare his Bid Price in accordance with this sequence
of Work, and shall Bid no other sequence of Work.
2. The Contractor can propose, after the Bid, to perform the Work in an
alternative sequence.
a. The Owner is not obligated to accept any Contractor proposal to
perform the Work in an alternative sequence.
b. The Contractor is required to completely define any proposal to
perform the Work in an alternative sequence in accordance with the
requirements of this Section, AND to the ultimate satisfaction of the
Owner Representative.
c. The Contractor is not entitled to proceed with implementation of an
alternative sequence until such time the Owner Representative’s
review is complete, and written acceptance has been provided to the
Contractor.
d. The Contractor is required to conduct the Work in the intervening
period prior to receipt of written acceptance or rejection of a
proposed alternative sequence, in concert with the prescribed
sequence, and no other.
B. Date-certain milestones in this Section shall be subject to modification by the Owner
via the change provisions in the Contract General Conditions.
C. The Contractor shall sequence the Work in accordance with the following phases:
1. Phase 1
a. Construction mobilization.
b. Install temporary foundations for Owner-furnished vehicle scales.
c. Install scale decks.
d. Install temporary scale booths.
e. Commission vehicle scales and scale booths in their temporary
locations.
f. Accommodate Owner’s move from existing scalehouse to temporary
scale booths.
2. Phase 2
a. Construction mobilization to Work Area identified on Drawings.
NCRTS Scale Replacement 01 12 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Remove Owner’s signage from existing scales, scalehouse, and
recycling area and store for reinstallation in Phase 4.
c. Decommission existing scalehouse and allow Owner to salvage
equipment.
d. Demolish existing scalehouse and vehicle scales.
e. Perform required site work.
f. Install new scalehouse foundation, scalehouse building, signals, and
associated utilities.
g. Install new vehicle scale foundations and prepare for relocating
temporary vehicle scales.
h. Prepare punchlist.
i. Complete punchlist.
j. Notify Owner that Phase 2 is complete and Transfer Station
operations shall be halted to start Phase 3.
3. Phase 3
a. Accommodate Owner’s move from temporary scale booths to new
scalehouse.
b. Relocate vehicles scales from temporary location to permanent
location.
c. Commission vehicles scales and scalehouse.
d. Acceptance of vehicle scales.
4. Phase 4
a. Complete site restoration activities.
b. Reinstall signage which was removed and stored in Phase 2.
c. Prepare punchlist.
d. Complete punchlist.
5. The Contractor shall notify the Owner no less than three (3) days prior to
initiating the Work of any Project Phase.
D. Time is of the essence for certain areas of the Work as follows:
1. Deadline for submittals associated with Contractor proposal of alternative
sequence shall be provided within 5 working days from Notice to Proceed.
2. Submittal of required shop drawings for the below items of Work shall be
provided to the Owner Representative for A/E Representative’s review within
20 working days from Notice to Proceed:
a. Section 13 34 23 – Fabricated Buildings.
3. The submittals identified shall be corrected in accordance with the marks
provided by the Owner and A/E Representative; AND made acceptable such
that all submittals are returned to the Contractor either “No Exception
Takenâ€, “Make Corrections Noted†OR “No Exceptions Takenâ€, AND orders for
the materials placed within 40 working days from Notice to Proceed.
4. Duration of Phase 3 shall NOT exceed 3 working days. Liquidated damages
shall apply in the event Phase 3 exceeds the allowed number of working
days.
a. Refer to General Conditions for liquidated damages.
1.03 CONTRACTOR PROPOSAL FOR ALTERNATIVE SEQUENCE
A. The Contractor is required to prepare and submit the Project Schedule in accordance
with the narrowly prescribed sequence of activities regardless of the Contractor’s
Project No. RR8744 01 12 16-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
intent to propose an alternative sequence; this sequence will become the basis for
comparison of merit for the Contractor-proposed alternative sequence.
1. The Contractor is required to perform the Work in accordance with the
narrowly prescribed sequence of work activities until such time the Owner
Representative accepts a Contractor proposal for alternative sequence.
2. Acceptance of Contractor proposal for alternative sequence will be
incorporated via Change Order.
B. Contractor proposal for alternative sequence shall be in the timeframe indicated in
this Section, and shall include the following submittal items:
1. A Baseline Schedule in accordance with requirements of Section 01 32 00 –
Construction Progress Documentation.
2. A narrative closely following Article 1.03(C) of this Section, and beginning
“The Contract Time is narrowly prescribed as followsâ€.
C. The Contractor is allowed to make corrections to a rejected proposal, one (1) time
only. Refer to Section 01 33 00 – Submittal Procedures.
D. In the event the Contractor fails to achieve acceptance by the Owner Representative,
the Work shall be performed in accordance with the narrowly-prescribed sequence of
work activities included in this Section.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 12 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 14 00
WORK RESTRICTIONS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Use of site.
2. Work restrictions.
3. Access to Site.
1.02 REFERENCES
A. RCW – Chapter 70.107 – Noise Control Act of 1974.
B. Snohomish County Code – Title 10, Chapter 10.01 – Noise Control.
C. WAC 173-60 – Maximum Environmental Noise Levels.
D. WAC 296-24-960.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 30 00 - Administrative Requirements and Section 01 33 00 – Submittal
Procedures:
1. Traffic Management Plan.
1.04 PERFORMANCE
A. Use of Site:
1. The Contractor shall stage its work activities from the areas delineated as
‘Laydown Areas’ and ‘Construction Limits’ indicated on the Drawings.
a. The designated laydown areas are situated to provide the Contractor
with discrete work areas that can be effectively separated from the
transfer station operations.
b. Refer to Section 01 50 00 – Temporary Facilities and Controls for
permissible Contractor functions and prohibitions with respect to the
Contractor’s rights to the designated laydown areas.
2. The Contractor’s use of the site is limited to hours in which the facility is in
operation, EXCEPT Saturdays and Sundays, which are prohibited work days.
The facility hours of operation are:
a. Monday thru Friday: 7AM-5PM.
b. Saturday and Sunday: 8AM-4PM.
3. The Contractor is NOT permitted to work during the following days and times:
a. Weekend days.
b. New Year’s Day.
c. Easter.
d. Thanksgiving Day.
NCRTS Scale Replacement 01 14 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
e. Christmas Day.
f. After 8 PM.
4. The facility will remain open with its normal service hours during the entire
construction period, EXCEPT during Phase 3.
5. Under no circumstances apart from an emergency threatening life or property
shall the Contractor’s activities require shutdown of the facility.
6. Noise production shall be mitigated and curtailed by the Contractor in a
manner such as to not exceed the applicable requirements of the authority
having jurisdiction, and specifically the City of Arlington.
7. The Contractor shall contact and work with the authority having jurisdiction in
accordance with the requirements of Section 01 41 20 – Regulatory
Requirements, and to coordinate such communications in advance with the
Owner Representative for detailed instructions on facilitating compliance with
the requirements.
8. The Contractor’s use of the North County transfer building and recycling area
is restricted as follows:
a. The Contractor may dispose of waste and recyclables in accordance
with regulations and restrictions currently in force.
b. The Contractor shall pay for disposal of waste and recyclables at
current rates pertaining to private-haul customers.
B. Work Prohibitions:
1. The Contractor is prohibited from entering the site from any location other
than permanent roadways.
a. The Contractor shall mobilize passenger vehicles, light duty trucks,
HC-20 class trucks and over-the road vehicles, including vehicles with
trailers and trucks with pups through the scale facility at the entrance
in accordance with the requirements.
b. Limit vehicle speed through the scale facility to five (5) mph.
c. Truck drivers shall take precautions to avoid heavy application of
brakes when traveling over scales.
C. Work Restrictions:
1. Schedule, coordinate and conduct work periods to comply with requirements
of permits and the authority having jurisdiction.
a. Comply with the hours of operation in effect for the station under
permit with the City of Arlington.
2. Comply with State of Washington requirements.
3. Noise Production:
a. Review noise production conditions with the Owner Representative
periodically to make necessary adjustments.
b. The Owner Representative may at any time instruct the Contractor to
make adjustments to address community feedback or other problems
without adjustment to Contract Price or Contract Time.
c. Assist and be proactive in working with the Owner Representative to
respond to neighbor complaints.
d. Be responsive to the requirements of the authority having jurisdiction,
specifically the City of Arlington.
e. Comply with State of Washington statutory prohibitions and rules
regarding construction-generated noise production including but not
limited to Chapter 70.017 RCW, and WAC 173-60.
Project No. RR8744 01 14 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
f. Comply with Snohomish County prohibitions and rules regarding
construction-generated noise; refer to Chapter 10.01 of the
Snohomish County Code.
4. Overhead and Erection Work:
a. Perform overhead and erection work in accordance with regulations.
b. Schedule, coordinate, mobilize, perform and de-mobilize erection
procedures such that the public is physically excluded from the
affected areas.
c. Overhead and erection work is required to be coordinated
continuously and in advance with the Owner Representative.
5. Perform adjustments required by the Owner Representative.
6. Work to achieve mutual goals of advancing the Project while balancing
neighbor needs with available resources.
7. Respect existing agreements including permit conditions.
D. State law requires any construction work, temporary structures or equipment to
maintain a 10-foot clearance from utility power lines greater than 750 volts in
accordance with WAC 296-24-960.
1. If this Project requires work in proximity to energized lines greater than 750
volts, notify the electric utility immediately so the utility can de-energize and
ground the lines, or relocate the lines temporarily.
E. Public Exclusion Zones:
1. The Contractor shall post appropriate signs delineating the construction
areas in a format acceptable to the Owner.
a. Comply with sound safety practices, regulations, and company
policies to ensure the highest degree of public safety and protection.
b. The specific signage required shall be determined in Contractor
consultation with the Owner Representative during review and
acceptance of the Contractor’s required submitted work plans.
c. The required signage shall meet the requirements and be located and
installed consistent with the instructions provided by the Owner
Representative.
d. The signage is required to be moveable in response to daily work
activities.
e. Provide cordons, high visibility tape, barricades and similar items in
accordance with the requirements of Section 01 50 00 – Temporary
Facilities and Controls.
2. Maintain posted signs in good serviceable condition.
3. Replace damaged or missing signs promptly.
4. Provide sufficient labor and resources to move and relocate signage and
protective and exclusionary devices on a continuous basis in response to
work activities in progress.
5. Remove and store exclusionary devices inside designated laydown areas
indicated on the Drawings during periods when the facility is closed.
F. Access to Site:
1. Earthwork Activities:
a. Direct truck traffic to utilize the existing facility gates.
NCRTS Scale Replacement 01 14 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Contractor personnel shall be on site and available to direct truck and
earthwork equipment traffic at all times such activities are being
mobilized, conducted, and de-mobilized.
c. Do not permit trucks, and trucks with pups, to congregate or queue
outside the property boundaries.
d. Do not obstruct neighborhood traffic patterns; public works
operations, operations and activities at the adjacent recycle facility,
and other off-site groups.
2. Equipment Delivery:
a. Coordinate equipment delivery to occur during low traffic conditions,
specifically early morning hours, and not before 7AM.
b. Do not attempt to unload, operate, or load equipment beyond the
noise production limitations in consultation with the Owner
Representative.
3. Material and Product Deliveries:
a. Conduct in accordance with the requirements of Section 01 50 00 –
Temporary Facilities and Controls.
4. Construction Activities:
a. Coordinate construction deliveries to occur during times when
construction personnel will be on hand to direct the truck driver.
b. Direct drivers regularly through verbal instructions, written materials,
notices, and subcontracts about the traffic management plan
procedures.
c. Recommend adjustments to the traffic management plan as needed
to the Owner Representative.
1.05 OWNER INSTRUCTIONS
A. Parking:
1. Construction personnel are required to park in designated parking areas as
indicated on the Drawings.
2. The Contractor may park additional vehicles including trucks and trucks with
trailers during a) after hours, b) at night, and c) holiday closure periods
PROVIDED all the following four (4) conditions are met:
a. The vehicles are at no time blocking the required fire lane; AND
b. Transfer station personnel and managers are able to access the
entire site freely and without obstruction at all times night and day;
AND
c. Emergency vehicles are not impeded from traveling around the
transfer building, and accessing all areas where solid waste material
may be present both inside the building areas, and at the trailer yard;
AND
d. All such vehicles in excess are removed completely from the Project
site at least thirty (30) minutes prior to the facility opening the
subsequent morning.
3. No Contractor vehicles are to be parked in the trailer yard at any time
whether the facility is closed or open.
4. No Contractor vehicles are to be parked on or partially on, any of the two (2)
truck scales at any time whether the facility is closed or open.
5. Failure of the Contractor to abide by the requirements may result in
Contractor and subcontractor vehicles being immediately towed, refused
Project No. RR8744 01 14 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
access in the future, or otherwise restricted access as determined
appropriate by the Owner Representative; the Contractor shall not be entitled
to additional compensation on the basis of vehicle removal and exclusion
restrictions imposed by the Owner Representative.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 14 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 20 00
PAYMENT PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Schedule of Values.
2. Progress payment procedures.
3. Conditions for payment.
1.02 DEFINITIONS
A. ‘Schedule of Values’:
1. The ‘Schedule of Values’ is to be prepared in accordance with the
requirements of this Section.
1.03 PERFORMANCE
A. Where measurement and payment provisions do not exist in individual Specification
Sections, it shall be incidental to and included in the Contract Price.
B. The Baseline Schedule identified in Section 01 32 00 – Construction Progress
Documentation forms the basis of payment for Work of the Project.
1. Lack of sufficient scheduling information may result in an inability of the
Owner to compensate or pay the Contractor.
2. The materials and information provided by the Contractor shall be suitable
and sufficient to permit the Owner Representative to evaluate the
Contractors performance of the Work for the purposes of payment.
3. Failure of the Contractor to provide suitable and sufficient information may
result in the Owner Representative disapproving an Application for Payment,
the schedule, or both.
1.04 SCHEDULE OF VALUES
A. Software: Microsoft Excel 2010; no other software will be permitted.
B. Format:
1. Utilize Schedule of Values format which is bound into the Project Manual
following this Section.
2. Use the exact Schedule of Values items without modifications.
3. Do not change the order of the Schedule of Values lines or items.
4. Allocate costs to the Schedule of Values items consistent with the scope of
work associated with the line item.
C. Prorate overhead and profit to the activities.
1. Each item in the Schedule of Values, and Applications for Payment, are to be
complete, including its proportional share of supervision, general overhead
and profit margin.
NCRTS Scale Replacement 01 20 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
2. Activities are to correspond to the Work Breakdown Structure developed in
accordance with Section 01 32 00 – Construction Progress Documentation.
3. Do not include state retail sales tax; WSST will be calculated by the Owner.
D. The Schedule of Values is required to reflect the cost-loaded Baseline Schedule
developed in accordance with Section 01 32 00 – Construction Progress
Documentation.
E. Round activity values to the nearest ten dollars ($10.00).
F. Use exactly the line items indicated on the form.
1. Do not mark out, change, alter, or rename any items.
2. Do not reorganize, re-order, reprioritize or otherwise alter the organization of
the form.
G. Provide documentation substantiating cost allocations of activities when such
activities are determined by the Owner Representative to be imbalanced.
H. The allocation of values for line items may be distributed differently than was
indicated on the Schedule of Values.
1. Add descriptive items when instructed to do so by the Owner Representative.
a. Reallocate the values for the items accordingly.
b. The total must be exactly the same as the Schedule of Values, and
reflecting any subsequent authorized Change Orders.
I. Updates of the Project Schedule of Values:
1. Provide coordinated Schedule of Values accompanying each Monthly Update
Schedule, including approved Changes; for the review, and approval of the
Owner Representative.
2. Show Change Orders as individual line items.
3. Show the calculation to obtain the total, incorporating the authorized Change
Order or Change Orders.
J. On a monthly basis, coordinate the Project Schedule of Values with Monthly Update
Schedules developed in accordance with Section 01 32 00 – Construction Progress
Documentation, including approved Changes.
1. List each Change separately.
2. Break down Changes into amounts, and items, which can be used effectively
to evaluate current and subsequent Applications for Payment.
3. Do not include state retail sales tax; WSST will be calculated buy the Owner.
1.05 PROGRESS PAYMENTS
A. Progress Payments will be made on the basis of the Bid Items exactly as listed on the
Bid Form.
B. Payment for the various items on the bidding schedule, as further specified herein,
shall include all compensation to be received by the Contractor for the furnishing of
all tools, equipment, supplies, and manufactured articles, and for all labor,
operations, and incidentals appurtenant to the items of work begin described as
necessary to complete the various items of work all in accordance with the contract
Project No. RR8744 01 20 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
documents, including all items thereto and including all costs in compliance with the
regulations of public agencies having jurisdiction including safety and health
requirements of the Occupational Safety and Health Administration (OSHA) of the
U.S. Department of Labor.
1. No separate payment will be made for any items that are not specifically set
forth in the bidding schedule, and all costs therefore shall be included in the
prices named in the bidding schedule for the various items of work.
C. Indirect costs such as supervision, overhead and profit, and the General Conditions
specified in the contract shall be allocated to each bid item, which is applicable for
work defined in the bid item.
1. No separate payment will be made to the Contractor for these items.
D. Submit Applications for Payment on a monthly basis, on the first business day of
each month.
1. Submit to the Owner Representative.
2. Use the required Application for Payment form provided at the
Preconstruction Meeting.
3. Submit three (3) original signed and notarized copies each month.
E. The following statement will be included on the form for each progress payment
request:
I hereby represent and affirm that the invoiced amounts are true, fair, and accurate
(verifiable by audit) charges for personnel, services, materials, and equipment
delivered to or for Snohomish County during the invoice period by my firm. All charges
were incurred to fulfill and are invoiced in accordance with the express terms and
conditions of the referenced Contract.
Signed: ____________________________ ______________
Contractor Date
F. Sign by responsible officer of the Contractor.
1. Signer must be authorized to enter into contracts and agreements; and
knowledgeable about the work in progress.
2. Sign and notarize each copy.
1.06 PROGRESS PAYMENT SUPPORTING MATERIALS
A. Provide in a consistent organization month to month.
1. Include the required as-built drawing information required each month in
accordance elsewhere in this Section.
B. Organize in three ring binders, with page separators.
1. Provide two (2) copies.
C. Label page separators with the types of supporting information.
D. Include the following types of information:
1. Percentage complete of cost-loaded items on the Baseline Schedule.
NCRTS Scale Replacement 01 20 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
2. Hours worked and workforce identification, together with any staffing codes,
and experience or pay grade levels.
3. Paid equipment lists and rental agreements.
4. Paid receipts.
5. Material orders.
6. As-Built Drawings:
a. Include the current As-Built Drawings with every Application for
Payment.
b. Provide on 22-inch by 34-inch paper, and under separate cover letter.
c. Maintain current As-Built documentation including marks, notations
and other record keeping sufficient to demonstrate the Work in place
at the time of submittal of the Application for Payment.
d. At the Owner Representative’s discretion, payment may be delayed or
withheld pending completion of the current As-Built documentation.
e. It is not acceptable to submit an Application for Payment without the
current As-Built Drawings requirement being met.
7. Work Purchased but not installed:
a. Provide separate line items on the Application for Payment.
b. Identify the location, and disposition of materials, products,
fabrications, and equipment as of the date of the Application for
Payment.
c. Provide invoices.
d. Provide an insurance certificate or a copy of the bond from the
bonded warehouse storing the material.
e. Provide photo documentation.
f. Identify exact material; include quantity, and measurement unit.
g. Coordinate material identification with the Work Breakdown Structure
described in Section 01 32 00 – Construction Progress
Documentation.
1.07 RESUBMITTAL OF PROGRESS PAYMENTS
A. Should the Owner Representative determine an Application for Payment is
incomplete; improperly executed; insubstantial; or incorrect, it may be returned
without further action.
B. Revise and resubmit ion accordance with provisions of this Section.
C. Processing of the resubmittal will begin when required revisions have been
submitted, and are deemed reviewable by the Owner Representative.
D. Comply with instructions provided by the Owner Representative identifying required
revisions.
1.08 MEASUREMENT AND PAYMENT
A. Payment:
1. Failure to comply with the requirements of this Section will be cause for delay
in review and acceptance of the Application for Payment as defined in the
Contract.
Project No. RR8744 01 20 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
2. The Monthly Update Schedule identified in Section 01 32 00 – Construction
Progress Documentation is required to accompany Applications for Payment
as a condition of receiving payment for Work accomplished each payment
period.
3. Materials on Hand: Material or equipment amounts as allowed in the
Contract.
1.09 CONDITIONS FOR PAYMENT
A. As-Built Drawings:
1. In accordance with the requirements of this Section for Supporting Materials.
B. The following criteria must be met prior to Authorization for Payment of several
specific activities:
1. Mobilization:
a. When five (5) percent of the original Contract Amount is earned, from
Contract items, excluding amounts due or paid for Materials on Hand,
fifty (50) percent of the amount allowed for mobilization will be paid.
b. When ten (10) percent of the original Contract Amount is earned,
from Contract items, excluding amounts due or paid for Materials on
Hand, fifty (50) percent of the amount allowed for mobilization will be
paid.
2. Demobilization:
a. When Substantial Completion is achieved, seventy-five (75) percent
of the amount allowed by this Section for demobilization will be paid.
b. When Final Acceptance is achieved, the final twenty-five (25) percent
of the amount allowed by this Section for demobilization will be paid.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
A. Schedule of Values Form: See the following pages.
**END OF SECTION**
NCRTS Scale Replacement 01 20 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
$$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$
$$$ $$$ $$$ $$$ $$$ $$$ $$$
Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
& Stored to Date Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Date
Quantity to
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Value
This Application
Quantity Value
$ $ 0% $ 0% $ 0%$ 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0%$ 0%$ 0% 0%$ 0% $ 0% $ 0%$ $ 0%$ 0%$ 0%$ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0% 0%$
0%$ $ 0%$ 0% 0% 0%
Previous
Applications
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Amount
Schedule of Values
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Unit Price
Unit Unit Price
1 Ls1 Ls1 Ls1 1 Ls Ls1 1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls1 Ls Ls1 Ls1 Ls1 1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1
Ls Ls1 1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls
Quantity Unit
Description
Demob, CloseoutShoring and Trench SafetyDiv 2 - DemolitionDiv 3 - Concrete Div 5 - Metals Div 6 - Interior CarpentryDiv 7 - Thermal/Moisture
ProtectionDiv 9 - Finishes Div 10 - SpecialtiesDiv 13 - Special StructuresDiv 22 - Plumbing
Line Item1 Mobilization/General Conditions2 Demob, Closeout3 Shoring and Trench Safety4 5 Phase 1Phase 26 7 Formwork8 Reinforcement9 Cast-in-PlaceGrout10
11Hot-Dip Zinc Coating12Anchor Bolts13Structural Metals14BollardsPedestrian Guardrails15 Casework16 Rigid Insulation17 18Pedestrian Guardrails19Vehicle Guardrails20Trellis21Mechanical
Supports22Light Poles23BollardsRain Diverter24 25Temp Site Signage26Scalehouse DMS - Cutovers27Electronic Truck Scales Install - Phase 1Electronic Truck Scales Install - Phase 328 29Concrete
Pre-Fab Building30LockersInterior Finishes31 32Piping Insulation33Water Piping34Soil, Waste and Vent PipingCommissioning
Project - Snohomish County Recycling and Transfer Station RR8744Schedule of Values
$$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$
$$$ $$$ $$$
Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $$$
& Stored to Date Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Date
Quantity to
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Value
This Application
Quantity Value
$ $ $ 0% 0%$ 0%$ $ 0%$ 0%$ 0%$ 0%$ 0%$ 0%$ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0% $ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ 0%$ 0%$ 0% 0%$
Previous
Applications
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Amount
Schedule of Values
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Unit Price
Unit Unit Price
1 1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls1 Ls1 1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls1
1 Ls Ls1 1 Ls Ls
Quantity Unit
Description
Div 23 - HVAC Div 26 - Electrical Div 27 - CommunicationsDiv 28 - Electronic Safety and SecurityDiv 31 - EarthworkDiv 32 - Exterior
ImprovementsDiv 33 - UtilitiesDiv 34 - Transportation
Line Item 35 36Mechanical Controls37DuctworkCommissioning38 39Conductors and Cables40Grounding and Bonding41Raceways and Boxes42ARC Flash Analysis Report43Underground
Service44Panelboards45Wiring Devices46Transfer Switches47Lighting Commissioning48 49Cabinets, Racks, Frames and Enclosures50Termination Blocks, Patch Panels and Cords51Faceplates and
ConnectorsTesting52 Video Surveillance53 54Clearing and Grubbing55Grading56Excavation and FillErosion and Sediment Control57 58Flexible Paving and Overlay59Curbs and Sidewalks60Pavement
MarkingSeeding61 62Water UtilitiesWastewater Utilities63 64Traffic Control EquipmentVehicle Barriers
Project - Snohomish County Recycling and Transfer Station RR8744Schedule of Values
SECTION 01 26 00
CONTRACT MODIFICATION PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Required procedures for purposes of modifying the Contract.
1.02 PERFORMANCE
A. This Section provides additional information about the necessary procedures and
measures to be taken by the Contractor in performance of the Work.
1. This Section closely coordinates with General Conditions.
2. Use exactly the terms employed in this Section as follows:
a. Request for Information.
b. Request for a Change Order.
c. Supplemental Information.
d. Field Directive.
e. Change Proposal.
f. Change Order.
g. General Correspondence.
3. Do not use alternate terminology, or attempt to redefine the terminology.
4. No other form of documentation is suitable to perform the required functions
described in this Section.
B. Provide updates to schedules and applications for payment forms in accordance with
the instructions provided by the Owner at the Preconstruction Conference.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 33 00 – Submittal Procedures:
1. Requests for Information: Show the following at a minimum:
a. Origin of the request.
b. Date, including the date the response is requested in order to meet
specific objectives.
c. Reference the Drawing and Specification number, Section, pages,
detail number, drawing name, paragraph, or other distinguishing
marks, phrases, language and notes to aid the Owner Representative
and the A/E Representative to identify the source of the Contractors
question.
d. Person responsible to clarify content and represent the request,
including if others have questions about the RFI.
e. Concise, comprehensive statement including graphic information to
illustrate and communicate important aspects of the request.
f. Always indicate references to the Contract Documents.
2. Requests for a Change Order:
a. Meet the requirements of General Conditions.
NCRTS Scale Replacement 01 26 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Provide a concise, comprehensive statement including graphic
information to illustrate and communicate important aspects of the
request.
1.04 QUALITY ASSURANCE
A. Maintain, and update Contractor records and correspondence in a timely manner to
keep the information current and functional for its intended purpose.
B. Maintain detailed records of work done on a time and material/force account basis.
C. Provide full information required for evaluation of proposed changes, and to
substantiate costs of changes in the Work.
D. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
E. Utilize the Construction Documents in referencing change conditions.
1.05 OWNER INSTRUCTIONS
A. The Owner will provide instructions at the Preconstruction Conference for the
following:
1. Field Directives.
2. Change proposals.
3. Change Orders.
4. General correspondence.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 26 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
SECTION 01 30 00
ADMINISTRATIVE REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Project coordination.
2. Preconstruction meeting.
3. Weekly project meetings.
1.02 DEFINITIONS
A. Project Datum: The prescribed geophysical coordinate system approved for use on the
Project as determined by the Owner Representative; it being the only coordinate system
approved for use on the Project.
1.03 PROJECT COORDINATION
A. General: Coordinate construction activities to assure efficient and orderly performance
of the Work.
1. Coordinate construction administration, performance, installation and other
activities that are dependent on each other.
2. Coordinate construction activities that are dependent upon one another in
accordance with the provisions of Section 01 32 00 – Construction Progress
Documentation.
3. Utilize the Project Datum consistently throughout the Progress of the Work.
4. Coordinate installation of Work to assure appropriate accessibility for required
maintenance, repair and service operations.
5. Make provisions to accommodate future items.
B. Utilities:
1. Coordinate construction activities with utility service providers required for
performance of the Work.
2. Coordinate with the Owner Representative prior to contacting utility service
providers, except in cases of emergency threatening risk to life or property.
C. Security and Alarm Systems:
1. Coordinate construction activities for security and alarm services with the
Owner Representative.
1.04 PRECONSTRUCTION MEETING
A. Purpose:
1. Establish lines of communication.
2. Discuss and review administrative requirements of the Contract.
3. Review forms required to be used by the Contractor in administration of the
Work.
NCRTS Scale Replacement 01 30 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
4. Review and discuss design intent; community issues; user and concurrent
operations issues; and permitting issues including requirements of
authorities having jurisdiction.
5. Definition of and interpretation of roles, and responsibilities in performance
of the Contract.
6. Review and discuss Contract Documents including Drawings and
Specifications.
7. Review and discuss facility and site access, flagging activities, security, and
procedural issues.
8. Discuss administration and performance of sign-in and sign-out
responsibilities.
9. Coordinate safety activities, including performance of the Health and Safety
Plan.
10. Coordinate mobilization activities.
11. Coordinate Temporary Erosion Sedimentation Control Plan measures.
12. Review Construction Waste Management Plan items.
B. Notification: The Owner Representative will notify the Contractor and required
attendees not less than two (2) calendar days in advance of the proposed meeting
time.
1.05 WEEKLY PROJECT MEETINGS
A. Weekly Project Meetings will be directed and led by the Owner Representative.
B. The Contractor will prepare, coordinate, convene, and arrange Weekly Project
Meetings including preparing and providing completed forms, paperwork, look-ahead
schedules, RFI Logs, Submittal Logs, and similar progress documentation in
accordance with the requirements of Section 01 32 00 – Construction Progress
Documentation.
C. Purpose:
1. Maintain and improve lines of communication.
2. Demonstrate performance of administrative requirements of the Contract.
3. Complete and maintain forms required to be used by the Contractor in
administration of the Work.
4. Review and discuss design intent; community issues; user and concurrent
operations issues; and permitting issues including requirements of
authorities having jurisdiction.
5. Review and discuss specific Contract Documents including Drawings, and
Specifications.
6. Maintain and improve facility and site access, flagging activities, security, and
procedural issues.
7. Review and improve ongoing safety activities including performance of the
Health and Safety Plan.
8. Review Construction Waste Management Plan performance, and track
progress.
9. Review Temporary Erosion Sedimentation Control measures, and discuss
modifications to accommodate construction in various areas in the process
of completing the Project.
Project No. RR8744 01 30 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
D. Attend weekly project meetings; be prepared to discuss the agenda items identified
in this Section.
E. Follow the direction of the Owner Representative in preparation for weekly meetings,
including:
1. Ensure that the superintendent, safety officer, representatives of
subcontractors, and others are present in accordance with provisions of this
Section.
2. Ensure that required attendees are prepared, and familiar with the Project;
and the Project Schedule.
3. Coordinate the time and place of the weekly meetings with the Owner
Representative.
4. Ensure the Owner Representative has been consulted in advance of the
meeting with respect to the proposed attendees, and their relationship to the
Project.
F. Attendance:
1. Owner Representative.
2. Contractor, including its representative project manager, the superintendent,
and the safety officer.
3. Contractors and subcontractors pertinent to the agenda; approved by the
Owner Representative in advance of the meeting.
4. Representatives of authorities having jurisdiction.
G. Agenda:
1. Be prepared to discuss the following, to the extent deemed appropriate by
the Owner Representative:
a. Review and approve minutes or record of previous meeting.
b. Review work progress during the preceding week.
c. Note field observations, problems and decisions.
d. Identify problems that impede planned progress.
e. Coordinate activities to the Owner Representative’s satisfaction, to
permit the Project Schedule to be maintained, or improved.
f. Review off-site fabrication processes and status.
g. Develop corrective measures, and procedures to maintain or improve
the Project Schedule.
h. Discuss progress of preparation and maintenance of administrative
documents required in accordance with Section 01 32 00 –
Construction Progress Documentation.
i. Discuss updates to the Monthly Update Schedule; in accordance with
Section 01 32 00 – Construction Progress Documentation.
j. Review planned work identified in the Look Ahead Schedule; in
accordance with Section 01 32 00 – Construction Progress
Documentation.
k. Review impacts of Changes on the Project Schedule.
l. Discuss status and action related to Changes.
m. Discuss additional scope, costs, schedule impacts, deviations,
substitutions and other Changes.
n. Review safety measures, including compliance with the Health and
Safety Plan, and cooperation with governmental agencies, and
authorities having jurisdiction.
NCRTS Scale Replacement 01 30 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
o. Review Apprenticeship and Subcontractor Opportunities.
p. Maintenance and improvement of quality; work standards; and
competence.
1.06 SUBMITTALS
A. General:
1. Prepare and submit coordination drawings.
a. It is the Contractors responsibility to coordinate the installation of
building systems, to prevent spatial conflicts and installation conflicts
between the Work of the various trades.
b. Pay particular attention to products, systems, assemblies and other
aspects of the Work that are mutually dependent.
c. Coordinate dimensions, clearances, work access, utilization of space,
and effective installation space.
d. Show mounting heights in the submittal process, and bring these to
the attention of the A/E Representative in a timely fashion.
e. Demonstrate coordination with ongoing and concurrent construction
activities, including provisions for attachment; bracing; blocking; and
fastening which may be the responsibility of others.
f. Show interrelationship of adjacent systems, assemblies, products,
components, equipment, and finishes.
g. Indicate required and intended installation sequences.
h. Comply with requirements of Section 01 33 00 – Submittal
Procedures.
i. Comply with requirements of Section 01 26 00 – Contract
Modification Procedures for deviations from specified work results.
B. Contractor Staffing and Organization Chart:
1. Submit an Organization Chart showing the Contractor personnel and key
points of contact with the Owner Representative.
2. Submit a list of Contractors personnel; their responsibilities; experience;
contact information; and designated responsibilities.
a. Include the project superintendent; safety officer; and contractor
project manager.
b. Post copies of the list in the construction trailers.
c. Provide, and maintain copies of the list on behalf of the Owner
Representative and A/E Representative.
d. Revise the list as approved by the Owner Representative whenever
changes in staffing may occur.
1.07 DELIVERY, STORAGE AND HANDLING
A. Inspect materials, equipment, products, and deliveries immediately upon delivery.
1. Reject damaged, defective, improper, or incorrect materials, equipment,
products and deliveries.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
Project No. RR8744 01 30 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
**END OF SECTION**
NCRTS Scale Replacement 01 30 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 32 00
CONSTRUCTION PROGRESS DOCUMENTATION
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Scheduling of Work.
2. Submittals Schedule.
3. Coordinated Utilities Plan.
4. Survey and layout data.
5. Construction restoration acceptance.
1.02 DEFINITIONS
A. ‘Baseline Schedule’:
1. The complete Project Schedule approved by the Owner; with detailed
information and work planning activities in accordance with this Section.
2. The required Baseline Schedule is required to be cost-loaded; but is NOT
required to be resource-loaded, nor activity-coded.
3. The required Baseline Schedule shall comply with the requirements of
Section 01 12 16 – Work Sequence.
B. ‘Coordinated Utilities Plan’: Drawings prepared by the Contractor for the purpose of
communicating coordination of civil, structural, mechanical, ductwork, electrical,
water, sewer, telecommunications, storm system, fire protection, alarm, hydraulic
systems, low voltage systems, solid waste compactor, and building process systems.
C. ‘Float Time’: Time between the earliest start date, and the latest start date of an
activity, or succession of dependent activities.
D. ‘Look Ahead Schedule’: Annotated, detailed version of the Monthly Update Schedule.
E. ‘Monthly Update Schedule’: Actual current Project Schedule reflecting actual
progress to date; changes to the Baseline Schedule; and Changes to the Work.
F. ‘Project Schedule’: The approved ‘Baseline Schedule’, inclusive of any subsequent
approved Changes.
G. ‘Schedule of Values’:
1. Meaning the same as identified in the General Conditions.
2. Including the requirements identified in Section 01 20 00 – Payment
Procedures.
H. ‘Work Breakdown Structure’: The basic element of the schedule for construction.
1.03 PERFORMANCE
NCRTS Scale Replacement 01 32 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
A. Perform scheduling responsibilities required in the Section, and in accordance with
the requirements of Section 01 12 16 – Work Sequence.
B. Be responsible for completion, and administration of required forms.
1. The Owner Representative will provide required forms and formats after the
Preconstruction Meeting.
C. Provide forms of the Contractors own design for administrative requirements that do
not have assigned forms included in the Contract Documents.
1. Contractor generated forms should follow the format established on the
Generic Form provided at the Preconstruction Meeting.
D. Scheduling of Work:
1. The scheduling requirements identified in this Section are in addition to the
Project Schedule requirement of General Conditions.
a. Failure of the Contractor to provide suitable and sufficient information
may result in the Owner Representative and Owner disapproving an
Application for Payment, the schedule, or both.
2. Scheduling of construction activities and preparation of construction
activities is the responsibility of the Contractor.
a. Key schedules to the Contractors proposed design and construction
schedule for construction related activities.
b. Make schedules in conformance with the requirements of the
Contract Documents.
c. Management of the Contractors business operations are required to
actively participate in the planning of the Work.
d. Subcontractors and suppliers working on the Project are required to
participate in developing and maintaining the progress of the Work,
and to provide substantive information as required for measuring
progress.
3. Use the Critical Path Method.
a. The CPM of network calculations is to be used to generate the Project
Schedule.
b. Use the Precedence Diagramming Method in preparing Critical Path
Method diagrams and calculations.
c. Schedule construction activities in the sequence required to obtain
the best work result.
4. Level of Detail Required:
a. Show a continuous flow of Work from the onset of the Project to Final
Acceptance.
b. Do not exceed duration of fifteen (15) days for any single activity.
c. Use Notices to Proceed as constraints only.
d. Negative lag is not acceptable.
e. Use start-start, and finish-start relationships, and milestone activities.
5. Phase of Work:
a. Identify activities within the Notice to Proceed in accordance with
Section 01 11 00 – Summary of Work.
b. Break down activities that are necessary to occur in more than one
Notice to Proceed.
6. Category of Work:
a. Identify all activities in the Project Schedule.
Project No. RR8744 01 32 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
b. Code activities to the category of Work which best describe the
activity.
c. Category of Work includes but is not limited to approvals,
procurement, fabrication, delivery, installation, startup, testing,
phasing, areas, responsibility and other categories.
7. Software: Use Primavera 3.1 sp3, or Microsoft Project 2010 Edition software
for Microsoft Windows; no other scheduling software will be permitted.
8. Cost Loading:
a. Cost load every activity when cost loading is required for a schedule
submittal in accordance with provisions of this Section.
b. Include progress schedule and reporting activities.
c. Include record drawings activities.
d. Include operation and maintenance manual activities.
e. Include spare parts activities.
f. Include commissioning activities.
g. Include mobilization and demobilization activities.
9. Allocation of Work Breakdown Structure (for the Baseline Schedule):
a. Provide all these items in the Baseline Schedule.
b. Allocate the Work into construction activities not exceeding fifteen
(15) calendar days, and $100,000 dollars when cost loaded.
c. Administrative activities that are not construction related may have
durations in excess of fifteen (15) days; examples of these activities
are submittals, procurement, fabrication, punch list, operation and
maintenance manuals, and training activities.
d. Show technical specification sections separately.
e. Show individual buy out activities, and issuance of purchase orders
separately.
f. Show individual preparation activities including submittal of major
material, and equipment separately.
g. Show individual submittal, and review processes in accordance with
Section 01 33 00 – Submittal Procedures.
h. Show record drawing preparation activities in accordance with
Section 01 77 00 – Closeout Procedures.
i. Show report and schedule documentation activities in accordance
with this Section.
j. Show startup, testing, operation and maintenance documentation
activities in accordance with requirements of the Drawings and
Technical Specifications.
k. Show the Coordinated Utilities Plan in accordance with the
requirements of this Section.
10. ‘Baseline Schedule’:
a. Indicate milestones; constraints; and Contract Time in accordance
with the Contract.
b. Prepare and provide the network diagram, identifying the information
required in Part 3 of this Section.
c. Indicate submittals in accordance with Section 01 33 00 – Submittal
Procedures.
d. Indicate dates, and activities relating to material and equipment
procurement.
e. Demonstrate float time.
f. Demonstrate completion of the Project in the Contract Time.
NCRTS Scale Replacement 01 32 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
g. Include the following items at a minimum – preparatory and planning
activities; mobilization; TESC; earthwork; excavation and hauling;
demolition; concrete work; ordering of fabricated items; steel
erection; site improvements; mechanical improvements; electrical
improvements; punch list; and closeout procedures.
h. Provide a schedule which accurately describes completion of the
Work in accordance with the exact amount of Contract Time.
i. Cost load each activity.
j. When approved by the Owner Representative, the Baseline Schedule
constitutes the Project Schedule for monitoring, and completion of
the Work in performance of the Contract.
E. Construction Progress Schedule:
1. Monthly Update Schedule:
a. Narrative Summary: Briefly describe the progress of the Work, and
describe how the Work is progressing toward its scheduled
completion.
b. Include an updated network diagram indicating the information
required in Part 3 of this Section.
c. Identify milestones completed; major equipment deliveries, and
problems arising during the month.
d. Identify impacts on the schedule.
e. Project the Work anticipated during the coming month; include major
deliveries, and submittals.
2. Float Time:
a. Float is for the Contract, and is not for the exclusive use of either the
Contractor or the Owner Representative.
b. Float should be used in priority of who needs to utilize the float first,
whether this be the Owner Representative or the Contractor.
F. Construction Progress Reporting:
1. Daily Reports: Assist the Owner Representative in preparation and support of
Daily Reports as instructed.
2. Weekly Reports:
a. Include a narrative describing the Work accomplished the preceding
week.
b. Identify the completion of milestones and work activities.
c. Indicate problems occurring during the week.
3. Look Ahead Schedule: Annotated version of the Monthly Update Schedule;
and reflects work tasks to be complete in a three (3) week period, and
coordinated with the work results in the preceding two (2) week period.
a. Provide this schedule with greater detail than the Critical Path
Method schedule.
b. Prepare this schedule in a format that includes references to the
appropriate Critical Path Method schedule activity numbers, and the
Work Breakdown Structure.
c. Include effects of identified Changes.
G. Submittals Schedule: Provide submittals for purposes of review, coordinating, quality
control, location, verification, and in accordance with the following requirements:
Project No. RR8744 01 32 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
1. Provide submittals identified in the specification sections; including but not
limited to those identified in the Submittal Schedule included in this Section.
a. Provide submittals indicated on the Submittal Schedule regardless of
whether the submittal is specifically identified in the specification
section.
2. Provide submittals where required to meet permit conditions imposed on the
Work, or other regulations, rules, and ordinances.
H. Coordinated Utilities Plan:
1. Show complete documentation including plan and section views.
2. The Contractor shall be responsible to include all systems and features in the
affected areas regardless of how well defined these systems are indicated on
the Contract Documents.
3. The Contractor shall not be entitled to begin the Work until such time the
required Coordinated Utilities Plan is determined to be sufficiently complete,
as indicated by the Owner Representative following review and
implementation of any required corrections.
a. The Contractor shall not be entitled to additional compensation on
the basis corrections were later necessary for location of items which
are identified as being required.
b. The Contractor shall be responsible to assess the sufficiency of
investigation methods determined by the Contractor, and to conduct
appropriate investigations in a comprehensive manner, and in the
available time; the Contractor shall not be entitled to additional
compensation on the basis the Work was not completed satisfactorily
and in the available time.
4. Demonstrate critical locations through the use of section drawings to assure
clearances, saw-cutting, utility bedding, trenching, placement, compaction,
restoration, and other activities are achievable.
a. The Contract Drawings were not prepared in sufficient detail to
substitute for the required Coordinated Utilities Plan, nor were the
Contract Drawings intended to replace the required Coordinated
Utilities Plan.
5. Indicate heights, vertical features, and related changes in elevations which
are pertinent to the items.
6. Conduct field investigations necessary to assess the existing conditions with
a reasonable degree of accuracy, and satisfactory to minimize disruption of
operational and functional systems at the time construction activities are to
occur.
a. The Contractor is required to have accounted for all the Coordinated
Utilities Plan activities in the Bid, and shall not be entitled to
additional compensation on the basis items were not identified nor
located properly and appropriately.
7. The Contractor is required to provide the Coordinated Utilities Plan in a
comprehensive manner, including all the affected areas, preferably on one
(1) plan drawing.
a. The Coordinated Utilities Plan shall be sufficiently detailed with
respect to storm drainage utilities to become the basis for the
Contractor’s Temporary Erosion Sedimentation Plan required per
Section 31 25 00 – Erosion and Sediment Control.
8. Include:
NCRTS Scale Replacement 01 32 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
a. Potable water system in the affected areas of the Project.
b. Non-potable water system in the affected areas of the Project.
c. Electrical systems in the affected areas, including but not limited to
buried items, light poles, building lighting, panels, conduits,
conductors, switches, outlets, and related items in the affected areas.
d. Structural items and assemblies in the affected areas.
e. Irrigation lines, heads, handholes and similar related items in the
affected areas, especially items located within the immediate work
areas adjacent to and including the modifications to existing site
retaining walls; ALSO indicate valves, circuiting, and flow for the
applicable affected lines and identify these all the way back to the
valve(s) and connection(s) from the water utility regardless of whether
such valve(s) are in the affected areas; ALSO indicate zones, and
accurately establish the water demand for each existing zone valve.
f. Fire lines, potable water lines, and all related features in the affected
areas.
g. Overhead and other types of obstructions including eaves, trees,
vegetation, fencing, roofs, power lines, communication lines,
antennas, signage, and similar items.
h. Drains, yard drains, manholes, catch basins, lines, and other storm,
utility, and sanitary lines and interconnections in the affected areas.
i. Valves, valve boxes, mechanical hand holes, lines, and buried items
in the affected areas.
j. Proposed saw-cutting in the affected areas, especially through
pavement sections, for purposes of communicating the proposed
routing of the new Work by the Contractor.
I. Survey and Layout Data:
1. Provide surveying and layout for the Project in accordance with requirements
of the Contract Documents, and for a complete, accurate and comprehensive
engineered Project.
a. Surveyors and assistants are required to be instructed as to the
nature of the transfer station activities, and to continuously conduct
their Work in a manner consistent with the needs of the Transfer
Station Personnel, and with minimal disruption to the public.
2. Establish at least two (2) known points of reference on the Project site, in
areas not affected by this Project; the required reference points being taken
from the Project Datum, and reviewed and accepted by the Owner
Representative in writing prior to the Contractor beginning excavation and
layout activities, and ordering materials such as structural steel, reinforcing
and similar materials and items requiring accuracy in their placement and
orientation.
a. Document the locations and elevations of the reference points, and
indicate the information on the Coordinated Utilities Plan prepared by
the Contractor.
b. Continually utilize the reference points for accurately locating,
verification, and checking the Work as it progresses.
3. Provide periodic checking of the Work in progress in a manner sufficient to
determine the Work is being laid out correctly, and to assure that mistakes,
misplacement and errors are identified in a timely manner to control risk to
the satisfactory and timely completion of the Project.
Project No. RR8744 01 32 00-6 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
4. Perform special surveying and layout activities as necessary and specifically
as required in other Sections of the specification.
5. Surveying and layout activities are to be performed only by skilled crews, and
sufficiently supervised to fully support the needs of the Project.
1.04 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract, Section
01 30 00 – Administrative Requirements and Section 01 33 00 Submittal
Procedures.
1. Qualifications: Submit within seven (7) days following the effective date of
Notice to Proceed:
a. Identify names, education, and experience of personnel employed on
the Project for purposes of preparation, and maintenance of the
Project Schedule.
b. Persons performing scheduling activities are required to have
experience, and training in the preparation of construction schedules
using the Critical Path Method technique, which involves the
planning, coordinating, executing, and monitoring the progress of the
Work.
c. Submit qualifications to the Owner Representative for review and
approval.
d. Changes in the work assignments of an approved person, substitution
of another person, or any similar change requires submittal of new
qualifications to the Owner Representative for review and approval.
2. Baseline Schedule:
a. Submit with fourteen (14) calendar days after Notice to Proceed.
b. Provide four (4) plots.
3. Monthly Update Schedules:
a. Submit with each Application for Payment in accordance with Section
01 20 00 – Payment Procedures.
4. Look Ahead Schedule:
a. Submit at time of weekly progress meetings in accordance with
Section 01 30 00 – Administrative Requirements.
5. Cost Loading Certification:
a. Provide certification of cost loading values in each instance when
cost loading is required by provisions of this Section.
b. Certification may consist of a letter accompanying the schedule
submittal stating the cost loading of each item has been verified and
is accurate as reasonably possible.
c. When a Change Order occurs, the Contractor is to submit a separate
certification that the Change Order activity has been cost loaded.
B. Submittals Schedule:
1. Provide in accordance with requirements of this Section.
2. Provide within fourteen (14) calendar days after Notice to Proceed.
C. Coordinated Utilities Plan:
1. Provide in accordance with requirements of this Section.
2. Provide within sixty (60) calendar days of Notice to Proceed.
NCRTS Scale Replacement 01 32 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
D. Survey and Layout Data:
1. Provide in accordance with requirements of Section 01 43 20 – Surveying.
E. Construction Restoration Acceptance:
1. Provide in accordance with requirements in Section 01 41 20 – Regulatory
Requirements.
1.05 QUALITY CONTROL
A. Dates imposed on the Project by the ‘Baseline Schedule’ are not binding on the
Owner Representative, and do not limit or restrain the Owner Representative in its
activities for administration of the Contract.
B. Cost Loading:
1. Certify values in cost loading correspond with the Schedule of Values in
accordance with this Section, and Section 01 20 00 – Payment Procedures.
2. Repeat the procedure for Change Orders when these occur.
C. Written Narratives:
1. Provide when requested by the Owner Representative.
2. Show Contractors determination of durations for critical path activities, and
near-critical activities.
3. Show crew strength; composition; experience level; number of shifts; hours
per shift; and work days per calendar week.
4. Show construction equipment requirements.
5. Show supplier and delivery requirements.
D. Network Diagrams: Include the following detailed information, in accordance with the
Critical Path Method technique, when network diagrams are required by provisions of
this Section.
1. Number.
2. Description of activities, coordinated with the Work Breakdown Structure, and
the Schedule of Values.
3. Activity duration.
4. Early start and late start.
5. Early finish and late finish
6. Predecessor activities.
7. Successor activities.
8. Total float time.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 32 00-8 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Certificates.
1. Design data.
2. Field test reporting.
3. Shop drawings, product data, and samples.
4. Source quality control reporting.
1.02 DEFINITIONS
A. Make Corrections Noted: A submitted deemed by the Owner Representative to
require corrections before it can be reviewed.
B. No Exceptions Taken: A submittal deemed by the A/E Representative to be in general
conformance with the Contract.
C. Receipt Acknowledged: A submittal deemed by the A/E Representative to consist only
of information of value to the Project.
D. Rejected: A submittal deemed by the Owner Representative, or the A/E
Representative, to not be in general conformance with the Contract; or that is not
correctable in the opinion of the reviewer; any of which requires other action by the
Contractor.
E. Revise and Resubmit: A submittal deemed by the A/E Representative to be
insufficient; that contains incorrect data; or is otherwise not in general conformance
with the Contract; the submittal being correctable in the opinion of the A/E
Representative.
F. Substitution Request: In accordance with Section 01 63 00 – Substitution
Procedures.
1.03 SUBMITTALS
A. Submittals will only be accepted from the Contractor.
1. Materials provided by subcontractors and others who are not the Contractor
will not be received and will not be reviewed, not action taken.
2. All materials and submittals must be submitted to the Owner Representative
by the Contractor itself, and not through proxies.
a. Material manufacturers, distributors, dealers, representatives,
salespersons, and similar persons who are not the Contractor are not
to contact the A/E Representative directly EXCEPT when the A/E
Representative has specifically contacted that person in connection
with the Project.
NCRTS Scale Replacement 01 33 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
b. Such persons shall not attempt to garner information from other
persons of the A/E Representative’s firm without first obtaining
approval to do so from the A/E Representative.
c. Such persons shall not attempt to contact sub-consultants to the
Project directly; such communications are not endorsed, and should
not be relied upon by the Contractor EXCEPT when previously
endorsed in writing by the A/E Representative.
3. Do not contact the A/E Representative nor sub-consultants to the Project
directly with questions about submittals, requirements, interpretations, and
inquiries.
a. Discuss the above issues with the Owner Representative.
b. Document discussions, questions, interpretations and inquiries in
writing, and provide the written questions in the form of an RFI
addressed to the Owner Representative.
c. Items which are not so documented are not sufficiently actionable,
and the Owner may elect to not take action until such items are
documented in accordance with the requirements; with the exception
of emergencies with risk to life and/or property.
B. General:
1. Provide submittals to the Owner Representative.
2. Submit paper documents to the Owner Representative.
3. Provide shop drawings to the Owner Representative.
4. On Hold Status:
a. A submittal deemed by the Owner Representative to be On Hold will
not be reviewed until it is corrected by the Contractor.
b. The Contractor should correct the submittal.
c. The Owner Representative will return submittals ‘Rejected’ which are
not corrected by the Contractor during the On Hold period; the review
and return time will be as for a resubmittal.
5. The Contractor is allowed to make correction to a ‘rejected’ or ‘revised and
resubmit’ submittal one (1) time only. Additional reviews shall be at the cost
of the Contractor.
C. Identification of Submittals:
1. Identify each submittal by CSI Section number where the requirement for the
submittal was identified in this Project Manual.
a. Failure to clearly identify the Section reference on every submittal will
result in the A/E Representative returning such incomplete submittal
Revise/Resubmit, and without further review.
2. Provide a submittal transmittal form indicating the date of the submittal, the
subcontractor’s name, and the date the submittal is supposed to be returned
by the A/E Representative in accordance with the Submittal Schedule.
3. Filenames of electronic documents shall include the CSI section, and the
date of the submittal.
D. Administrative Submittals:
1. The Contract Documents require the Contractor make submittals to the
Owner Representative.
2. These documents include:
Project No. RR8744 01 33 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Construction Schedule in accordance with Section 01 32 00 –
Construction Progress Documentation.
b. Schedule of Values and Applications for Payment in accordance with
Section 01 20 00 – Payment Procedures.
c. List of Subcontractors.
d. Submittal Schedule.
e. Permits not provided by the Owner but required in the course of the
Work.
f. Inspection and Test Reports in accordance with Section 01 43 00 –
Quality Assurance and Control.
E. Submittal Schedule: Provide and maintain a comprehensive schedule identifying the
Sections of this Project Manual that require submittals be made to the A/E
Representative.
1. Define and group comprehensive scopes of work by trade, subcontractor or
system for every aspect of the Work.
2. Establish review dates upon which the Contractor, the Subcontractors and
the A/E Representative will rely for administrative review of submittals.
a. Review and Return Time: Submittals will be returned to the
Contractor within twenty-one (21) days after receipt of each
submittal, or resubmittal.
b. The Owner Representative may deem a submittal to be in an ‘On
Hold’ status for seven (7) days, this time being in addition to the
review and return time.
3. Submit the Submittal Schedule to the Owner Representative in advance of
the first submittal.
a. Allow sufficient time for the Owner Representative to review the
Schedule.
b. Allow sufficient time for the Contractor to make revisions required by
the Owner Representative.
4. Require that each subcontractor provide their respective submittal packages
in advance of the submittal date, and with sufficient time to permit the
Contractor’s field personnel to review the submittals and forward them to the
Owner Representative for review and distribution.
F. Submittal Log:
1. Provide and maintain a Submittal Log coordinated with the Submittal
Schedule.
2. The Submittal Log should indicate where in the process of review any
particular submittal should be, as a check for the Owner Representative to
administer the submittal review process.
a. Assign each submittal entry the appropriate Review Action
designation in accordance with its status.
3. Revise the Submittal Log at least weekly, and provide copies at the required
Weekly Progress Meeting.
G. Shop Drawings:
1. Submit drawings drawn to an appropriate scale and sufficiently legible to
discern detail.
2. Accurately and completely describe or otherwise identify any deviation from
the Contract Documents.
NCRTS Scale Replacement 01 33 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. Provide dimensions; identify adjacent materials, systems and Work of other
systems to the best of your ability. Include field verified dimensions when
appropriate.
H. Product Data Sheets:
1. Mark product data sheets to show choices and option selections.
2. Identify the basis of compliance with the requirements identified in the
Project Manual. When one or more criteria cannot be determined, identify
the criteria which represent the basis for selection.
I. Samples:
1. Submit appropriately sized samples.
a. Excessively large samples will not be accepted.
b. Insufficiently small samples will not be accepted.
2. Provide selection materials for A/E Representative use.
a. Demonstrate finishes including color, sheen, texture and other
physical attributes including toughness, resistance to damage from
scratching, crushing and wear.
b. Provide color and finish selectors when available from the
manufacturer.
3. Include with samples a statement of the availability of each product, and
compliance with applicable standards and especially the standards indicated
in the Project Manual.
4. Submit a full set of choices when selection will be from a range of products.
5. Provide samples from the range of materials that are being proposed.
J. Mockups:
1. Mockups identified in the Project Manual may be incorporated into the
Project unless otherwise determined by the A/E Representative, or indicated
otherwise in the technical specifications.
2. Sections requiring mockups describe the physical requirements for the
mockups, and procedures to be employed.
K. A/E Representative Response to Submittals:
1. Submittals will be returned to the Contractor by the Owner Representative,
including A/E Representative responses consistent with one of the following:
2. Make Corrections Noted:
a. Problems of coordination, or workmanship were identified.
b. Defects are correctable in the opinion of the A/E Representative.
c. The Contractor would be proceeding at risk for rejection of Work, were
it not to take action on specific problems.
d. The submittal otherwise closely enough represents the intention of
the Contract Documents such that the Contractor could reasonably
proceed, at its risk, with incorporation of the submittal into the Work.
3. Receipt Acknowledged:
a. The submittal consists only of information of value to the Project.
b. The submittal closely enough represents the intention of the Contract
Documents such that the Contractor could reasonably proceed, at its
risk, with the Work.
4. No Exceptions Taken:
Project No. RR8744 01 33 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. The submittal closely enough represents the intention of the Contract
Documents such that the Contractor could reasonably proceed, at its
risk, with incorporation of the submitted items into the Work.
5. Rejected:
a. The submittal is not in general conformance with the Contracts.
b. The submittal is not correctable, absent the Contractor taking other
action.
c. The submittal requires action by the Contractor before it will be
reviewed again.
d. The resubmittal process is required.
6. Revise Resubmit:
a. The information provided was insufficient; contained incorrect data;
or was otherwise not in general conformance with the Contract.
b. The submittal is correctable, provided the Contractor takes action.
c. The submittal requires action by the Contractor before it will be
reviewed again.
d. The resubmittal process is required.
7. Substitution Request Required:
a. A submittal returned marked ‘Substitution Request Required’ means
the Contractor submittal included one, or more items of material,
equipment, means, method, technique, sequence, or procedure
which functionally meets the Contract requirements, but does not
precisely meet the Specification, OR
b. Alternatively; the Contractor submittal included one, or more changes
to a specified procedure, material, or product proposed by the
Contractor, which does not precisely conform to the Specification.
c. Additional documentation is required for the review process to
resume.
d. The submittal requires action by the Contractor before it will be
reviewed again.
e. Do not proceed until the submittal status is changed by the Owner
Representative.
f. The Contractor is instructed to follow the procedures identified in
Section 01 63 00 – Substitution Procedures.
g. The resubmittal process is required.
L. Contractor Action to A/E Representative Response:
1. General: Incorporation of Work into the Project associated with submittals in
the process of review, or has been returned Revise Resubmit, or Rejected, or
deemed On Hold, or Substitution Request Required, is prohibited.
2. Make Corrections Noted:
a. Implement the submittal in accordance with the notations provided
accompanying the returned submittal response.
3. No Exceptions Taken:
a. Implement the submittal.
4. Rejected:
a. Correct the submittal to the satisfaction of the A/E Representative.
5. Revise Resubmit:
a. Correct the submittal to the satisfaction of the A/E Representative.
6. Substitution Request Required:
NCRTS Scale Replacement 01 33 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
a. Demonstrate the submittal complies with the ‘Or Approved Equal’
provision in accordance with requirements of Section 01 63 00 –
Substitution Procedures, OR
b. Follow the process for Request for Change Order in accordance with
requirements of Section 01 63 00 – Substitution Procedures.
c. Correct the submittal to the satisfaction of the A/E Representative.
1.04 QUALITY ASSURANCE
A. Personnel:
1. Designate the Contractor’s designated single point of contact that will act
through the course of the Project to administer the submittals.
2. This person is to be solely responsible for delivering the submittals to the
Owner Representative in accordance with this Section.
B. Contractor’s Required Review: The Contractor will review every submittal for
completeness, and will make a deliberate attempt to coordinate the Work prior to
submitting materials to the A/E Representative for its review and distribution.
1. Completeness:
a. Transmit complete submittal packages to the A/E Representative at
the previously agreed upon review dates established by the approved
Submittal Schedule.
b. Submittals without required information are not acceptable; such
submittals will be returned ‘Rejected’, and without further review.
c. Review of submittals by the A/E Representative does not relieve the
Contractor of responsibility for errors in the submittals, and does not
demonstrate an assumption of risks, or of liabilities by the Owner.
2. Contractor Coordination of Submittals:
a. Submittals that are obviously not reviewed by the Contractor; are out
of sequence with other submittals; and submittals dependent on
other Work that has not been coordinated; are not acceptable, and
will be returned ‘Rejected’.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 33 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 35 29
HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Special project procedures.
2. Governmental safety requirements.
3. Health, safety and emergency response procedures.
4. Requirements for Contractor’s Health and Safety Plan.
B. Related Sections:
1. Section 01 74 19 – Construction Waste Management and Disposal.
2. Section 31 23 00 – Excavation and Fill.
3. Section 31 23 33 – Trench Safety Systems.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
CERCLA Comprehensive Environmental Response, Compensation, and Liability Act
FWPCA Federal Water Pollution Control Act
29 CFR 1910.120 Hazardous Waste Operations and Emergency Response (HAZWOPER)
NIOSH/OSHA/ Occupational Safety and Health Guidance Publication 85-115: Manual for
Hazardous Waste Site Activities, October 1985
USCG/EPA
PSCAA Puget Sound Clean Air Agency Regulations
RCW 49.17 Revised Code of Washington – Washington Industrial Safety and Health Act
RCW 70.105 Revised Code of Washington – Hazardous Waste Disposal Act
RCW 70.105D Revised Code of Washington – Hazardous Waste Cleanup-Model Toxic Control Act
TSCA Toxic Substance Control Act
WAC Title 173-303 Washington Administrative Code – Dangerous Waste Regulations
NCRTS Scale Replacement 01 35 29-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
Reference Title
WAC Title 296-24 Washington Administrative Code – General Safety and Health Standards
WAC Title 296-62 Washington Administrative Code – General Occupational Health Standards
WAC Title 296-155 Washington Administrative Code – Safety Standards for Construction Work
1.03 DEFINITIONS
A. Dangerous Waste: Those solid wastes designated in WAC 173-303-070 through 173-
303-100 as dangerous or extremely hazardous or mixed waste. As used in this
chapter, the words “dangerous waste†will refer to the full universe of wastes
regulated by WAC 173-303.
B. Hazardous Material; all of the following apply:
1. Materials as defined in General Conditions - Definitions.
2. A solid waste, or combination of solid wastes, which because of its quantity,
concentration, or physical, chemical, or infectious characteristics may (1)
cause or significantly contribute to an increase mortality or increase in
serious, irreversible, or incapacitating reversible illness; or (2) pose
substantial present or potential hazard to human health or the environment
when improperly treated, stored, transported, or disposed or otherwise
managed.
3. Asbestos material, as defined in Puget Sound Clean Air Agency (PSCAA),
Regulations III, Articles 3-4, Removal and Encapsulation of Asbestos
Materials.
4. Hazardous Material excludes Refuse or Burn Fill, and includes material that
may have been contaminated with petroleum products and other chemicals
in quantity or character not typical of Refuse or Burn Fill.
C. Health Safety Supervisor:
1. The person assigned by the Contractor, and responsible for implementation
of the Contractor’s Health and Safety Plan.
2. The Health Safety Supervisor can be the same person as the project
superintendent.
3. The Health Safety Supervisor can be the same person as the Site Safety and
Health Officer.
D. MSDS: Material Safety Data Sheets.
E. Notice of Deficiency: Written instruction from regulatory agencies, jurisdictions, and
the Owner which identify required changes to the Contractor-prepared plans and
programs identified as Work of this Section.
F. Permit-Required Confined Space:
1. It contains or has potential to contain a hazardous atmosphere.
2. It contains material that has potential for engulfing an entrant.
3. It is shaped inside such that someone entering could be trapped or
asphyxiated.
4. It contains other recognized serious safety or health hazards.
5. Snohomish County as a policy considers all storm and sewer conveyance
systems (manholes, tanks, pipes, etc.) as permit-required confined spaces.
Project No. RR8744 01 35 29-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
G. Site Safety and Health Officer:
1. The person assigned by the Contractor and thoroughly trained in rescue
procedures, the use of safety equipment and the use of gas detectors.
2. The Site Safety and Health Officer can be the same person as the Project
Superintendent.
3. The Site Safety and Health Officer can be the same person as the Health
Safety Supervisor.
1.04 PERFORMANCE
A. Prepare and implement the Health and Safety Plan.
1. Contractor personnel performing Work of the Project are to comply with the
federal Occupational Safety and Health Act of 1970 (OSHA), including
revisions, amendments, and regulations issued since the legislation was
enacted.
2. Contractor personnel performing Work of the Project are to comply with the
Washington Industrial Safety Act of 1973 (WISHA), including revisions,
amendments, and regulations issued since the legislation was enacted.
3. Applicable safety standards include but are not limited to the following:
a. NIOSH/OSHA/USCG/EPA: Occupational Safety and Health Guidance
Publication 85-155: Manual for Hazardous Waste Site Activities,
October 1985.
b. WAC Title 173-303: Dangerous Waste Regulations.
c. WAC Title 296-24: General Safety and Health Standards.
d. WAC Title 296-62: General Occupational Health Standards.
e. WAC Title 296-155: Safety Standards for Construction Work.
4. Ascertain the extent to which applicable regulations affect Work of the
Project.
a. In the case of conflict or inconsistency between the regulations, the
more stringent regulation or requirement applies.
b. There is no acceptable deviation from the regulations.
B. Prepare and implement the Accident Prevention Program.
C. The Contractor may encounter suspect Dangerous Wastes and/or potentially
Hazardous Material.
1. In the event suspect Dangerous Wastes are encountered, the Contractor
shall have previously planned for and shall implement sufficient supervision,
equipment, and trained workforce, as identified in the Earthwork Plan, to be
able to continue the Work on the Project Site.
a. Persons involved in the handling, cleaning up, and corrective actions
associated with Dangerous Waste are to currently certified, at a
minimum, to the forty (40) hour HAZWOPER level – 29 CFR 1910.120
in accordance with Section 01 74 19 – Construction Waste
Management and Disposal.
2. In the event potentially Hazardous Materials are encountered, the Contractor
shall have previously planned for and shall implement sufficient supervision,
equipment, and trained workforce, including specialty subcontracted
workforces as applicable and as identified in the Earthwork and Demolition
Plans, to be able to continue Work on other areas of the Project Site without
NCRTS Scale Replacement 01 35 29-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
delay, and to be able to continue Work on other areas of the Project Site
without any additional cost incurred to the Owner.
a. Further, the Contractor shall have available, with a maximum
response time of twenty-four (24) hours, sufficient equipment, trained
workforce, and planning to appropriately remove and temporarily
store the potentially Hazardous Material while samples are tested
and disposal determinations are made by the Owner Representative.
b. Persons involved with the handling, cleaning up, and corrective
actions associated with Hazardous Material shall be currently
certified per regulations to perform the required work in accordance
with all applicable safety and material handling requirements.
3. Other personnel not directly involved in the handling, cleaning up, and
corrective actions associated with Dangerous Waste, including suspect
Dangerous Waste, but that may be exposed to such conditions consistent
with the description of occasional site workers, are to be trained, at a
minimum, to the twenty-four (24) hour HAZWOPER level – 29 CFR 1910.210.
4. Refer to Section 31 23 00 – Excavation and Fill for classification procedures.
1.05 SUBMITTALS
A. General: Submit the following in accordance with General Conditions and Section 01 33
00 – Submittal Procedures.
B. Health and Safety Plan:
1. Provide a Health and Safety Plan within three (3) weeks following the Notice to
Proceed.
a. Address all earthwork, below grade construction such as utility
construction, fill, piling, proof-rolling, surveying, and all other aspects of
the Work through all stages of the Work.
b. The plan shall be specific to the Project.
c. The Site Safety and Health Officer shall participate in the development
of the plan.
d. Include MSDS for chemical materials stored, used, or otherwise
required for the Project.
e. A map and directions to hospitals and urgent care facilities.
2. Include training for specific work conditions associated with the Project.
3. Provide a system of informing workers and others about the health and safety
conditions of the Work.
4. Include specific measures for continual assessment of working conditions in the
vicinity of the excavation work area.
a. Continual assessment includes landfill gas (methane, hydrogen sulfide,
organic vapors, etc.) detection and other monitoring activities.
5. Include procedures for employees and visitors to follow in the event of an
emergency associated with earthwork activities in the landfill.
a. Include development and implementation of notification measures.
6. Identify responsible parties to implement the Health and Safety Plan.
7. Include coordination with the Owner Representative regarding the shutdown
and safety tagout/lockout of pressurized systems, electrical, mechanical,
pneumatic, hydraulic, etc. systems, and other equipment and utilities.
8. Include good housekeeping procedures in accordance with WAC Title 296-155-
020.
Project No. RR8744 01 35 29-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
C. Accident Prevention Program:
1. Prepare and administer in accordance with federal, state, and local
jurisdictional requirements, including WAC Title 296-24-040 and 296-155-110.
2. The program must be specific to the Work and the Project Site.
3. Outline the anticipated hazards and safety controls necessary to safeguard the
Contractor’s employees, the public, and Owner staff and representatives.
4. Include the name and telephone number of the Health Safety Supervisor
responsible for implementation of the plan.
D. Revisions to the Health and Safety Plan and Accident Prevention Program:
1. Revise the Health and Safety Plan and Accident Prevention Program prior to the
start of the work as necessary to accommodate changes requested by the
Owner, regulatory agencies, and jurisdictions having authority.
2. Revise Health and Safety Plan and Accident Prevention Program as necessary
to accommodate changes in site conditions.
E. Injury Summary Report:
1. Submit a completed Injury Summary Report, as attached, to the Owner
Representative the first weekday of each month.
F. Identify all personnel, including subcontractor personnel, responsible for handling
suspect Hazardous Material and provide current copies of the HAZWOPER certification
prior to personnel performing work on the Project Site within four (4) weeks following
Notice to Proceed.
G. Provide current copies of the Asbestos Worker/Supervisor Certification prior to
personnel performing asbestos related work on the Project Site.
1.06 QUALITY ASSURANCE
A. Ensure that subcontractors receive a copy of this Section.
B. Post copies of the Health and Safety Plan, Accident Prevention Program, and all other
applicable documents at the Contractor’s job site office, and at each of the
subcontractors’ offices.
1.07 ADDITIONAL REQUIREMENTS
A. Excavations:
1. Refer to Section 31 23 33 – Trench Safety Systems.
B. Gas Mitigation:
1. Provide for the protection of employees, and all others, from risk of fire,
explosion, and asphyxiation resulting from any work, and especially those
risks associated with:
a. Toxic, flammable, or explosive gases encountered during excavation.
C. Perform whatever work is necessary for safety; be solely and completely responsible
for conditions of the job site, including safety of all persons, and property
NCRTS Scale Replacement 01 35 29-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
continuously, twenty-four (24) hours per day, seven (7) days per week, during the
construction period.
D. Accident Notifications:
1. Report immediately to the Owner Representative any accidents causing
death, injuries, or property damage.
2. Written Report:
a. Provide a written report to the Owner Representative within three (3)
calendar days of the occurrence of an accident.
b. Provide full details, witness statements, and corrective actions being
taken.
E. Chemical Labeling and Identification:
1. Take steps to ensure containers of chemical materials at the Project Site are
labeled and managed in accordance with the regulations.
a. Comply with WAC Title 296-62.
2. Maintain copies of MSDS for chemical materials stored, used, or otherwise
necessary for the Work.
a. Include MSDS in the Health and Safety Plan as indicated in this
Section.
PART 2—PRODUCTS – NOT USED
PART 3--EXECUTION
3.01 PREPARATION
A. Health Safety Supervisor:
1. Train or administer training for all personnel in use of appropriate safety
equipment utilized in the course of their work responsibilities.
2. Monitor personnel, and implement corrective actions to ensure that
personnel are correctly implementing requirements and procedures of the
Health and Safety Plan.
3. Advise the Site Safety and Health Officer.
B. Site Safety and Health Officer:
1. Delegate authority to the Site Safety and Health Officer to direct any person
or personnel to follow the safety rules.
2. Administer recommendations and instructions made by the Health Safety
Supervisor.
3. Train or administer training for all personnel in use of appropriate safety
equipment utilized in the course of their work responsibilities.
4. Monitor personnel, and implement corrective actions to ensure that
personnel are correctly implementing requirements and procedures of the
Accident Prevention Program.
5. Prepare and submit Injury Summary Reports in accordance with provisions of
this Section.
6. Equipment Management: Ensure availability and suitability of necessary air-
monitoring, ventilation equipment, protective clothing, and other supplies and
equipment identified in the Contractor-prepared plans.
Project No. RR8744 01 35 29-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
3.02 FIELD QUALITY CONTROL
A. Utilities: Take appropriate precautions in working on or near utilities and Dangerous
Systems.
B. Failure to Perform Duties of this Section: The Owner may stop the Work of the Project
in response to the Contractor’s failure to administer, revise and implement the
required Health and Safety Plan and the Accident Prevention Program.
1. The Contractor will not be granted schedule extensions or compensation
arising from violations of health and safety on the Project.
C. Compliance Monitoring: The Owner will continuously review the Contractor’s
performance of the Work of this Section.
3.03 REPORTS – SEE FOLLOWING PAGE
NCRTS Scale Replacement 01 35 29-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
INJURY SUMMARY REPORT
CONTRACTOR: ________________________________________________________________________
MONTH: ________________________ CONTRACT NO. ________________________________
OSHA RECORDABLE CASES
NUMBER OF CASES
WORK GROUP Month Year to Date
Hourly Employees
Supervisory Personnel
LOST TIME ACCIDENTS
NUMBER OF CASES
WORK GROUP Month Year to Date
Hourly Employees
Supervisory Personnel
TOTAL HOURS AT SNOHOMISH COUNTY PROJECT SITE
Month
Year to Date
INCIDENT AND SEVERITY RATE
Date since last lost-time accident: ____________________
No. of hours worked since last lost-time accident: _________________
Incident Rate = No. of OSHA Recordables x 200,000
Total Hours Worked
Severity Rate = No. of OSHA Recordables x 200,000
Total Hours Worked
Rates Month Year to Date
Incident
Severity
Submit this completed form to the Owner Representative on the first weekday of each month.
**END OF SECTION**
Project No. RR8744 01 35 29-8 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 41 20
REGULATORY REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Permits.
1.02 PERFORMANCE
A. Permits by Contractor:
1. Permit Milestones: Coordinate permit responsibilities and tasks with
preparation and maintenance of schedules and other administrative activities in
accordance with Section 01 32 00 – Construction Progress Documentation.
2. Provide and pay for the following permits:
a. Washington State Labor and Industries permit for electrical work.
b. Street use permits, special use permits and other permits, if any, that
are required in connection with Contractor’s operations.
c. City of Arlington business permit and any additional or supplemental
permits allowing the Contractor to legally conduct business in the
location of the Project.
3. Fulfill the obligations and conditions on each permit affecting the Work.
4. Bring conflicting requirements to the attention of the Owner Representative,
who will arrange for a determination to be made.
B. Contractor Responsibilities for Electrical and Plumbing Permits:
1. The Contractor is responsible to pay any additional or supplemental fees
associated with the required electrical and plumbing permits.
2. The Contractor is required to arrange, coordinate and obtain the electrical
and plumbing permits; except the Owner has already paid for and arranged
the City of Arlington plan reviews for those permits.
3. The Contractor is responsible to pay for and arrange necessary inspections.
C. Paid For and Obtained by Owner:
1. Building permit from the City of Arlington.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 30 00 – Administrative Requirements and Section 01 33 00 – Submittal
Procedures.
B. Permits:
1. Provide copies of completed permits to the Owner Representative.
a. Include requirements for special inspections.
2. Provide copies of permit cards that include progress notations made by
inspectors acknowledging completeness of Work, for those permits requiring
several inspections.
NCRTS Scale Replacement 01 41 20-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. Provide copies of permit approvals to the Owner Representative, when these
become available.
1.04 OWNERS INSTRUCTIONS
A. Work performed under permits must be inspected by the authority having jurisdiction
prior to being considered part of the Work.
B. Permit Posting:
1. Post all permits at the site in a protected location.
2. Use clear plastic pockets mounted on a wood panelboard for storage.
3. Post project permits in one (1) location.
4. Do not post permits in unprotected or exterior locations.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 41 20-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 42 00
REFERENCES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Definitions.
2. Reference standards.
3. Language used in the Contract Documents.
1.02 REFERENCES
A. Industry Standards:
1. Applicability:
a. Contract Documents take precedence over construction industry
standards.
b. Referenced standards are made part of the Contract Documents.
c. Construction industry standards have the same force and effect as if
bound, or copied, into the Contract Documents.
2. The Contract Documents provide project-specific requirements that may differ
from referenced standards in minor respects.
3. Application of referenced standards to the Project may be modified by
provisions of the Contract Documents.
4. The A/E Representative provides interpretation in the event a project-specific
requirement may be identified in apparent conflict with a referenced standard.
a. Inform the A/E Representative at the earliest opportunity; via the Owner
Representative, using the RFI process.
b. Provide information identifying the context of the suspected conflict.
c. Decision of the A/E Representative is binding.
5. Use the version of referenced standards in effect at the date of Invitation to Bid,
unless indicated otherwise in the Contract Documents.
a. Comply with amendments and supplements to referenced standards as
applicable to Work of the Project.
1.03 DEFINITIONS
A. Phrases and Language:
1. Approved: A term which in the context of the Contract Documents always means
‘acceptable to the degree with which acceptability can reasonably be
determined’.
a. The term approved is not modifiable or interpretable to give the
Contractor the option of deviating or otherwise failing to achieve the
requirements of the Contract Documents.
2. Architect: Refers to A/E Representative.
3. As directed:
a. Means as directed by the Owner Representative.
b. Information from the A/E Representative will be conveyed to the Owner
Representative who will inform and communicate with the Contractor.
NCRTS Scale Replacement 01 42 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
4. As required:
a. Means as required to complete the Work, and
b. At the direction of the Owner Representative, or A/E Representative.
5. Attendant: As in ‘all patching including attendant excavation’; in this instance
meaning excavation required as a result of having to perform the patching.
6. Authority Having Jurisdiction: The agency or governmental authority responsible
for enforcing codes, laws, rules, and other regulatory forces imposed on the
Project, or Work; for the purposes of this Project, the City of Arlington,
Washington.
7. Commissioning Authority: An engineering consultant employed by the Owner to
lead and perform commissioning activities.
8. Consultant: Refers to A/E Representative.
9. Coordinate: Bring together various items of the Work; evaluate priorities;
mediate conflicts between work of subcontractors to assure efficient, and
orderly sequence of installation of interdependent construction elements.
a. Scheduling requires coordination.
b. Submittals require coordination.
c. Work of the various Sections requires coordination.
10. Cutting and Patching: As defined in Section 01 73 00 – Execution and Closeout.
11. Engineer: Refers to A/E Representative.
12. Furnish: Supply and deliver materials; products; and equipment ready for
unloading; unpacking; assembly; installation, and so on, as applicable in each
instance.
13. Furnished by Owner, installed by Contractor: Arrange, obtain, unload, unpack,
unwrap, dispose of packaging, move, install, protect, clean and complete such
items as per any other element of the Work, except do not pay for nor arrange
shipping from the point of origination for such items.
14. Indicated:
a. Means where reasonably implied and necessary in conformance with
Work specified, drawn, or otherwise required for completion.
b. Words indicate.
c. Drawings indicate.
d. The term also is a cross-reference to details, notes and schedules on
the Drawings, and in other paragraphs, sections and appendices in the
Specifications, and to similar means of recording requirements in the
Specifications.
e. Where terms such as shown, noted, scheduled, and specified are used
in lieu of indicated, it is for the purpose of aiding the reader locate a
cross-reference, and no limitation of location is intended except as
specifically noted.
15. Install: Term used to describe operations at the Project Site including unloading,
unpacking, assembly, erection, placing, anchoring, applying, working to
dimension, finishing, curing, protecting, cleaning, and similar operations as
applicable in each instance.
16. Installer:
a. The person, firm, company, or organization engaged by the Contractor
or its subcontractor, or sub-subcontractor for the performance of a
particular unit of Work at the Project site; including installation, erection,
assembly, application, fabrication, and similar required operations.
b. Such persons, firms, companies, and organizations are required to be
expert in operations they are engaged to perform.
Project No. RR8744 01 42 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
17. Manufacturers Installation Instructions:
a. Includes instructions on the correct, intended means of installation
and incorporation of a product or system into construction of
buildings for human occupancy.
b. Normally includes a narrative describing the sequence of activities
necessary for the correct, intended means of installation.
c. Normally includes information on the usual means of incorporation
into the Work, including attachment, anchoring, placement, and
securing.
d. Throughout the Contract Documents, although it may not be
specifically stated, the Contractor is to install all Work in accordance
with Manufacturer’s instructions and directions.
e. Where Contractor is required to follow Manufacturer’s instructions,
directions and the like, but more than one manufacturer is involved in
the Work, or its component parts, the Contractor must follow all
Manufacturer’s instructions, directions and the like.
f. In the event of a conflict between Manufacturers recommendations
and instructions, and the Contract Documents, the Contractor must
submit the discrepancy to the A/E Representative identified in this
Section for an opinion as to resolution.
g. In the event of a conflict between Manufacturers recommendations
and Manufacturer’s instructions, the Contractor must submit the
discrepancy to the A/E Representative identified in this Section for an
opinion as to resolution.
h. Do not proceed without specific instruction provided in writing by the
A/E Representative.
18. Not in Contract:
a. The term NIC means the item referred to is not in the contract.
b. Items that are Not in Contract are identified in Section 01 11 00 –
Summary of Work.
c. All other items are included.
19. Or Approved Equal: A defined term for the Project; meaning a product,
element, component, or manufactured item of the Work for which approval
has been achieved in writing, in advance of ordering and installation, from
the A/E Representative in concert with the requirements of Section 01 63 00
– Substitution Procedures.
a. In the event the definition provided in this Section differs from the
definition given in Section 01 63 00 – Substitution Procedures, that
definition shall apply.
20. Owner: As defined in General Conditions.
21. Product: As used in the Contract Documents refers to systems, materials,
assemblies, and equipment provided by the Contractor.
22. Product Data Sheet:
a. Includes the manufacturers stated, intended purpose for the product.
b. Includes information on testing that has been performed on the
product for verification that it meets or exceeds standards of quality,
performance, and other attributes.
c. Includes information about the characteristics of the product,
including whether it is part of a system, accessories normally used
with the product, and similar information.
NCRTS Scale Replacement 01 42 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
d. Commonly includes ordering information, packaging sizes,
dimensions, available colors, and the like.
e. Manufacturers installation instructions are not substitutes for Product
Data Sheets.
f. Products intended for use in other fields not associated with
construction of buildings are generally not documented acceptably
and will be reviewed only on an as-needed basis.
23. Project Site:
a. As define in General Conditions; AND
b. The space available to the Contractor for performance of the Work;
AND
c. The Project Site as indicated in the Contract Documents.
24. Provide and Install: Means to pay for, furnish and install complete, in place,
ready for operation and use.
25. Reviewed: Means reviewed by the A/E Representative prior to bid.
26. Review and Approval:
a. The Owner Representative and A/E Representative review and
approve.
b. In no case shall review and approval by neither Owner Representative
nor A/E Representative be interpreted as a release of the Contractor
from responsibilities to fulfill requirements of the Contract
Documents.
c. The A/E Representative is the sole judge of the quality and suitability
of materials being reviewed.
d. The A/E Representative is the sole judge of the suitability of
construction achieving the design intent for information being
reviewed.
e. The term review and approval is not modifiable or interpretable to
give the Contractor the option of using other materials than those
specified, without written permission of the A/E Representative.
27. Review and Comment:
a. The Owner Representative and A/E Representative review and
comment.
b. The same conditions apply for review and comment as for review and
approval.
28. Selected: Means as selected by the A/E Representative.
a. It is not necessarily limited to manufacturers’ standard line of colors,
finishes or details unless otherwise called for.
29. Sight exposed surfaces:
a. Surfaces and items that are visible by a person performing a normal
inspection, and furthermore in a sitting, standing or otherwise
ordinary position.
b. Undersides of countertops are not normally sight exposed surfaces.
c. Drains beneath lavatories are sight exposed surfaces.
d. Surfaces that are part of a larger assembly, but that are partly
concealed or obstructed by elements of the building are considered
sight exposed surfaces for the entirety of the assembly.
30. Specifications: This document, including the Contract; accessory volumes;
volumes provided for reference purposes; and attachments to these volumes.
31. Substantial Completion:
Project No. RR8744 01 42 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Substantial completion is the stage in the progress of the Work when
the Work, or designate portion of the Work is sufficiently complete in
accordance with the Contract Documents so that the Owner can
occupy or utilize the Work for its intended use.
b. Substantial completion is not the same as Final Acceptance as
defined in General Conditions.
c. Substantial completion occurs when the Owner Representative
provides verification in writing; the date of that document establishes
the date Substantial completion has been achieved.
d. Owner occupancy does not in itself indicate Substantial completion
has been achieved. Substantial completion requires the following:
1) Work other than incidental or corrective punch list items are
completed;
2) Systems, parts, assemblies, and equipment are functional;
3) Utilities are connected; functioning normally; and as intended;
4) Required occupancy permits have been issued; AND
5) The Project is accessible by normal vehicle, and pedestrian
access routes.
32. Work Result:
a. A summation of the work activities necessary to achieve desired and
prescribed results of systems that make up significant portions of the
Work.
b. Sections of the specifications that include Work Results in the title
bring together aspects of several Sections into a single integrated
common whole.
33. Verify:
a. Perform necessary evaluation, measurement, quantification,
qualification, checking, consideration, study and investigation to
determine conditions, measurements, tolerances, completeness or
some other important aspect of the Work, or of existing conditions,
materially and necessarily meets the appropriate criteria for the
Work.
b. Verification is often required prior to commencing field activities
associated with a portion of the Work.
1.04 PERFORMANCE
A. Pertinent Language:
1. Certain words are omitted in the Contract Documents in the service of brevity.
2. Read the implications of the identified words as if these were incorporated
into the Specifications in all cases.
a. Example: Balance and adjust (all) dampers.
b. Example: (Provide and install) Preload Compactor.
c. Example: (Provide) (entire) concrete building.
3. Read the Contract Documents as if the following words were included:
a. All.
b. Entire.
c. Like.
d. Provide.
e. Provide and install.
NCRTS Scale Replacement 01 42 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
B. Drawings Diagrammatic:
1. Drawings are in part diagrammatic.
2. Drawings do not necessarily indicate complete details of construction; Work;
materials; performance; or installation.
3. Drawings do not show complete construction details; items; Work; fixtures;
and equipment that may affect installation.
4. Contractor is required to ascertain, and correlate the Work to bring the parts
together into the satisfactory and completed whole.
5. Furnish and install Work not covered under any heading, branch; Section,
class, trade, or division of the Specifications; but that is reasonably inferable
from the Drawings.
a. Include Work to produce the intended results.
b. Install similarly for items that are more expressly identified.
C. Specifications Wording:
1. The specifications are abbreviated and use streamlined language.
2. The specifications may include incomplete sentences.
3. Words such as ‘shall’; the Contractor (shall); ‘shall be’; and similar mandatory
phrases are to be read into the language of the Contract in the same manner,
and of the same importance as if these were written, in each instance.
4. Provide all items, materials, articles, and operations identified; including all
labor; materials; equipment; and incidentals required for their complete
integration into the Work.
D. Specification Organization:
1. Individual sections of the technical Specifications are numbered using
MasterFormat 2012 Edition Numbers and Titles, published by The
Construction Specifications Institute.
2. The A/E Representative is not required to define the limits of any
subcontract; or Work Breakdown Structure.
3. The Sections of the Specifications are provided for convenience.
4. The General Conditions; together with Division 01 known as the General
Requirements; are incorporated as part of each respective Section of the
other Divisions 02 through 34.
a. Division 00 and 01 are not separable from the technical Divisions 02
through 34.
E. Description of Format:
1. Titles: In accordance with MasterFormat 2012 Edition Numbers and Titles:
a. Specifications are divided into Divisions.
b. Divisions are divided into Sections.
c. Titles are not intended to imply a particular meaning, or to fully
describe the Work of each Section.
d. Titles are not an integral part of the text which specifies the
requirements.
F. Tense, Gender, Singular, Plural:
1. Present tense words include future tense.
2. Words in masculine gender include feminine and neuter genders.
3. Words in the singular include plural.
4. Plural words include singular.
Project No. RR8744 01 42 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
G. Specification by Reference:
1. Materials referenced in the Specifications by standard, or number; symbol; or
title of a specific standard comply with the following:
a. Be identified as a trade association standard, such as the American
Association of Architectural Metal Manufacturers (AAAMA); or
b. Be identified as a state or federal specification, such as the
Washington State Department of Transportation Standard
Specifications for Road, Bridge, and Municipal Construction; or
c. Be identified as standard employed by an independent research and
testing organization, such as Underwriters Laboratories, FM Global,
American National Standards Institute, or American Society for
Testing and Materials.
H. Methods of Specifying:
1. The techniques of specifying employed to communicate requirements varies
through the Specifications.
2. Techniques may include the following methods:
a. Prescriptive.
b. Open-generic prescriptive.
c. Compliance with standards.
d. Performance.
e. Proprietary.
f. A combination of these.
3. The techniques employed for one unit of Work has no bearing on the
requirements for another unit of Work.
I. Workmanship:
1. First class workmanship is required.
2. Plan the Work to avoid unnecessary remedial activities; corrective actions;
and out of sequence Work.
3. Verify that receiving surfaces are plumb; straight; true to line, curve and
plane; and correct to the degree necessary to achieve tolerances specified or
required.
4. Perform corrective action without additional cost to the Project.
5. Plan for shimming; blocking; grinding; patching; and other corrective
activities.
6. Attend to details; fitting at intersections; junctures of materials.
7. Joints are to be tight; even; straight; and smooth.
J. Connections and Fastenings:
1. Furnish connections, fastenings, and attachments necessary, and adequate;
to perform the Work in a complete manner, whether indicated or not.
2. Contractor is responsible for the following:
a. Proper assembly, and intended performance of components, and
assemblies.
b. Adhesive and sealant bonds bond, or adhere, properly.
c. Fastenings fasten properly.
d. Assemblies do not exhibit looseness, excessive ‘play’.
e. Components, systems, and products do not bind, stick, or are
otherwise restrained in free and smooth movement, or as intended.
NCRTS Scale Replacement 01 42 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. The Owner Representative may require testing and inspection be performed
when necessary to establish conformance with these requirements.
a. The Contractor will be responsible to pay for such testing.
b. Testing and inspection will be performed by an independent testing
laboratory when required.
c. The Contractor is responsible for testing when conditions of Section
01 43 00 – Quality Assurance and Control are met.
K. Loadings:
1. The Work is required to meet all applicable code imposed loadings including
wind, snow, and earthquake forces.
2. Provide engineering services by licensed professional engineers skilled and
experienced in local issues and familiar with projects of similar type and
scope when necessary to meet sound engineering practice, and as otherwise
required.
3. Be able to identify actual, code imposed, and design loads when requested.
4. Be able to identify governing forces when requested, specifically wind or
seismic design governing conditions in accordance with code provisions.
L. Overtime: No additional amounts will be paid for overtime above Contract Sum,
unless specifically directed and agreed to in writing by the Owner Representative.
1. The Owner Representative will stipulate what additional compensation is due.
M. Presence of the A/E Representative:
1. From time to time the presence of the A/E Representative is required.
2. Advance notice of important events is required to be given by the Contractor
to the Owner Representative.
a. Coordinate meetings through the Owner Representative.
3. Do not begin deliberation of issues until the appropriate parties are
accounted for, present, or have otherwise provided communication of their
decision or disposition on issues under consideration.
N. Conflicts and Omissions in Contract Documents:
1. Bring conflicts and omissions to the attention of the A/E Representative
during bidding.
2. Where Contractor has not been brought to the A/E Representatives attention,
it will be assumed the Contractor has figured the more costly method or
methods.
a. This provision will be strictly enforced.
b. The Contractor is not permitted nor authorized to make
determinations of suitability in cases where insufficient information is
provided in the Contract Documents.
c. The Contractor is not authorized to make assumptions about the
requirements.
d. The Contractor shall review questionable items through the Bid
process, and endeavor to obtain direction as to the suitability and
acceptability of an approach, method, alteration, modification, or
substitution in accordance with the requirements.
3. Bring conflicts and omissions found after bidding to the A/E Representatives
attention for interpretation, and resolution.
Project No. RR8744 01 42 00-8 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
4. Contractor is responsible to ensure it has the appropriate level of detail to
begin; and to perform Work in accordance with the intent of the Contract
Documents.
a. Errors resulting from the Contractors failure to coordinate Work with
appropriate level of detail are the Contractors own responsibility.
1.05 OWNER INSTRUCTIONS
A. Copies of Standards:
1. Maintain copies of the reference standards identified in this Section.
a. The Contractor shall identify references it does not have available
prior to the Bid, such that the Owner may provide copies of such
references or excerpts of references in a timely manner, and to afford
the Contractor reasonable opportunity to comply with all
requirements.
b. The Contract Documents are prepared such that a skilled Contractor
with experience in the types of construction indicated on the
Drawings shall be familiar with and reasonably prepared for
successful completion of the Project.
2. The Owner will provide copies of referenced standards for use of the Project
when requested.
3. Maintain reference standards reasonably available at all times to
subcontractors, inspectors, and the Owner Representative for purposes of
coordination of Work, and review of submittals.
a. Contractor is required to replace destroyed, lost, vandalized, or
missing referenced standards in kind, at no additional cost to the
Project.
4. Coordinate storage of the required reference standards materials with
Section 01 50 00 – Temporary Facilities and Controls.
5. Upon demobilization; return copies of reference standards to the Owner in
accordance with Section 01 77 00 – Closeout Procedures.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 42 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
SECTION 01 43 00
QUALITY ASSURANCE AND CONTROL
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Qualifications.
2. Quality Control Plan.
3. Manufacturers field services.
4. Field samples and mockups.
5. Identification and correction of defective work.
6. Source quality control procedures.
7. Field quality control procedures.
8. Testing and inspection services.
9. Testing laboratory services.
10. Special inspections and procedures.
1.02 QUALITY ASSURANCE
A. Manufacturer Qualifications:
1. Manufacturers providing products for incorporation into the Project are to be
principally engaged in the business of manufacture of products for the building
construction industry.
2. Manufacturers of technical products and equipment are required to have
knowledgeable, experienced technical representatives available for
answering questions and performing other responsibilities as indicated and
appropriate for the Work.
B. Supplier Qualifications:
1. Suppliers for products, material and equipment for incorporation into the
Project are to be principally engaged in the business of supplying wholesale
products for the building construction industry.
2. Suppliers are required to be able to provide services to assist the Contractor
in procurement of such quantities and volumes of materials, products and
items necessary for the Work.
3. Suppliers are required to expedite and otherwise facilitate the availability of
sufficient quantities and volumes of materials, products, and items necessary
for the Work.
C. Fabricator Qualifications:
1. Fabricators providing assemblies, products, fabrications and other custom
unitized construction elements are to be principally engaged in the
production of such equipment for the building construction industry.
2. Fabricators constructing elements of the Project that are subject to structural
requirements of the codes applicable to the construction are to employ
skilled, experienced employees to perform the Work.
3. Fabricators employees are to be competent and able to perform the
necessary Work in conformance with the requirements.
NCRTS Scale Replacement 01 43 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
D. Installer Qualifications:
1. Installers performing work activities of the Project are to be principally
engaged in the performance of work activities for the building construction
industry.
2. Installers are to be competent, experienced, qualified and appropriately
informed about the work activities required to be performed.
3. Installers are to be adequately supervised by a person able to direct, correct,
and otherwise adjust the work activities in progress to meet the standards of
the Work.
E. Engineer and Advisor Requirements:
1. Provide the following for each licensed professional engineer and other
licensed individuals or companies whose services the Contractor proposes to
rely upon:
a. Name; address; telephone number; and complete contact
information.
b. Identify work hours of individuals with responsibility to the Project.
c. Identify relationship to the Project.
2. Engineering:
a. Employ licensed Professional Engineers registered in the State of
Washington; and acceptable to the Owner.
b. Engineers performing structural calculations under the precepts of
the IBC are required to be professional licensed Structural Engineers
in the State of Washington.
3. Surveyor:
a. In accordance with Section 01 43 20 – Surveying.
F. Identification of Defective Work:
1. Employ the Owners testing laboratory at the Contractors own expense.
2. Perform testing activities including inspections when directed by the Owner
Representative.
3. Utilize available non-destructive testing methods.
4. Remove Work which is determined to be defective and is not correctable.
G. Correction of Defective Work:
1. Correct Work that is deemed to be correctable and as informed by the Owner
Representative.
a. Comply with requirements established by the A/E Representative to
correct the defective Work.
b. Report to the Owner Representative when corrective actions have
been completed.
c. Request that the Owner Representative arrange to have the corrected
Work inspected by the A/E Representative.
d. The A/E Representative is under no obligation to accept Work that
has been attempted to be corrected but that does not meet the
requirements for the corrected Work.
2. Immediately remove Work deemed defective.
a. Remove the defective portions of the Work from the Project Site.
b. Make clean cuts in structurally sound materials in locations deemed
acceptable by the A/E Representative.
Project No. RR8744 01 43 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
3. Follow direction of the Owner Representative.
H. Manufacturers Field Services:
1. Manufacturer Technical and Field Personnel:
a. Require suppliers, distributor and manufacturers to provide qualified
personnel when identified in accordance with the Project Manual.
b. Personnel are to be expert in the field of Work for which they are
consulted.
c. Inexperienced or untrained personnel are not acceptable.
d. When manufacturer technical and field personnel are present at the
site they must perform the required activities.
e. Make manufacturer technical and field personnel available when
requested by the Owner Representative and/or the A/E
Representative.
2. Field personnel are required to:
a. Make manufacturer field reports.
b. Observe field conditions.
c. Identify conditions of surfaces.
d. Identify important aspects of installation unique to the product,
installation, and Project.
e. Anticipate weather activities, and probable weather conditions that
may impact Work.
f. Review and inspect substrate surface conditions.
g. Identify moisture related problems.
h. Review quality of workmanship.
i. Discern and direct startup of equipment.
j. Test, adjust and balance equipment, or provide additional personnel
to perform these activities except where indicated otherwise in the
Construction Documents.
k. Make appropriate recommendations.
3. Manufacturer Field Reports:
a. Submit written reports in accordance with provisions of this Section to
the Owner Representative.
b. List observations.
c. List recommendations.
d. Identify and thoroughly and appropriately explain directives made to
field personnel, workers, and others that are supplementary,
complimentary, or are contrary to manufacturers’ written instructions,
or the Construction Documents.
I. Source Quality Control Procedures:
1. Maintain quality control over suppliers; manufacturers; products; services;
site conditions; and workmanship, to produce Work of the specified quality.
2. Comply with manufacturer’s instructions.
a. Perform each step in the intended sequence.
3. Comply with specified standards as minimum quality for the Work.
a. Follow more stringent requirements when these are identified in the
Contract Documents.
b. Follow more stringent requirements when more precise Work is
required.
NCRTS Scale Replacement 01 43 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
J. Testing and Inspection Services:
1. Provide all testing and inspection services in accordance with the
requirements of Section 01 11 00 – Summary of Work, this Section, and the
technical specifications.
2. Comply with identified standards and record information that substantially
represents conditions important to the determination of conformance to the
named standards.
3. Keep written records.
4. Perform testing and inspection activities in the identified time frames
anticipated by the standards.
5. Protect samples and other items from situations and physical conditions to
the degree possible to prevent or reduce the potential for false, inaccurate or
irregular results.
a. Do not jostle samples of mixes.
b. Maintain appropriate curing conditions consistent with good practice,
and the intent of the standards.
6. Use only molds, and other appurtenances appropriate to the names tests.
7. Identify test procedures and modifications of test procedures deemed more
appropriate and better suited for the Work, in advance.
a. Obtain the A/E Representative’s concurrence prior to testing and
inspecting using standards other than as named.
8. Test and inspect to the same standards the Work is to confirm with unless
otherwise approved in writing.
K. Special Inspections and Procedures:
1. Comply with requirements of the codes, and the technical specifications,
especially for installation of concrete anchors and welding at a minimum.
2. Remain on site during testing and inspection procedures, and be attentive to
the Work requiring observation.
1.03 SUBMITTALS
A. Quality Control Plan: Provide within fourteen (14) calendar days of Notice to Proceed:
1. Statement of how the Quality Control Plan will operate.
2. A supporting organization chart indicating the Contractors staff responsible for
implementation and management of the Quality Control Plan.
3. Responsibility for oversight of the Quality Control Plan activities.
4. Demonstrate how the Quality Control Plan will be coordinated with activities of
the Owner Representative; A/E Representative; Owner; retained special
inspectors; engineers; consultants; and others.
5. A staffing plan for retained special inspectors consistent with the Project
Schedule developed in accordance with Section 01 32 00 – Construction
Progress Documentation.
a. Provide resumes, including qualifications for proposed inspectors.
b. Indicate experience performing tasks and meeting responsibilities on
projects of similar size and complexity.
6. Provide a Submittal Schedule in accordance with Section 01 33 00 –
Submittal Procedures.
7. Provide copies of inspection forms for the activities which will be inspected in
accordance with the Contract Documents.
Project No. RR8744 01 43 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Provide inspection form in accordance with Section 01 32 00 –
Construction Progress Documentation.
8. Provide inspection forms including these items of Work, but not limited to the
following:
a. Concrete mixes and admixtures.
b. Structural steel.
c. Welding activities in accordance with Section 05 50 00 –
Miscellaneous Metal Fabrications.
B. Field Samples and Mockups:
1. Construct field samples to include work of all trades required to complete
the field sample.
2. Construct field samples prior to starting field related work.
3. Field samples may be incorporated into the final Work when authorized by
the Owner Representative.
4. Remove unacceptable field samples in accordance with Section 01 74 19 –
Construction Waste Management and Disposal; when directed by the Owner
Representative.
5. Accepted field samples represent quality level for the Work and may
reasonably be relied upon in carrying out the Work.
6. Field samples and mockups may aid the A/E Representative in the process of
determining adjustments to color, technique, finish, detail and other issues
that may be modified or altered.
a. Allow sufficient time for adjustments, modifications, and alterations
to the Work resulting from field samples and mockups.
b. Do not rely upon being able to schedule or begin Work immediately
following installation of a field sample or mockup.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 SUBMITTALS
A. Tolerances:
1. Monitor tolerance control of installed products; materials; items; and
equipment in a manner to produce quality Work.
2. Comply with manufacturers tolerances.
a. Request clarification from the A/E Representative before proceeding;
should manufacturers tolerances conflict with the Contract
Documents.
b. Adjust products; materials; items and equipment to appropriate
dimensions.
c. Position items to verify conformance prior to fastening in place.
B. Secure products in place with positive anchorage devices designed, and sized, to
withstand stresses; vibration; physical distortion; and disfigurement.
1. Products; material; items; and equipment which distort to the degree that a ‘set’
is taken before, during, or after installation are to be removed and replaced.
NCRTS Scale Replacement 01 43 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
**END OF SECTION**
Project No. RR8744 01 43 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 43 20
SURVEYING
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Construction surveying.
1.02 DEFINITIONS
A. ‘Project Datum’:
1. The complete and correct Project Datum as indicated by the Owner
Representative.
2. The Project Datum uses only one coordinate system that is consistent for Work
of the Project.
3. The Project Datum is represented by not less than two (2) reference points
required installed by the Contractor.
a. Instruct others to work and layout from the exact locations represented
by the required reference points.
4. Alternative coordinate systems are prohibited for use, extrapolation,
recalculation or any other use for Work of the Project.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
B. Surveyor Qualifications:
1. Provide the following for each licensed professional surveyor whose services the
Contractor proposes to rely upon:
a. Name; address; telephone number; and complete contact information.
2. Submit evidence of Surveyors Errors and Omissions Insurance coverage in the
form of an insurance certificate.
C. Field Engineering:
1. Prior to commencing layout, provide the A/EOwner’s Representative a complete
closed survey loop identifying the project reference points; and data
demonstrating these points relative to the Project Datum.
2. Provide a plan drawing to scale accurately indicating the lines and grade shot in
the process of performing the field engineering, and indicating the required
reference points, and relationships to the Project Datum represented by
benchmarks.
D. Survey Log:
1. Submit documentation attesting to accuracy of surveying work.
2. Certify elevations and locations of improvements are in conformance, or non-
conformance with the Contract Documents.
NCRTS Scale Replacement 01 43 20-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
1.04 PERFORMANCE
A. Project Datum:
1. Utilize one of the following as instructed by the Owner Representative in
consultation with the Contractor’s surveyor:
a. NAVD 88 – Vertical.
b. NAD 83/91 State Plane Coordinate System – Horizontal.
c. Or as accepted in writing by the Owner Representative.
1.05 CONTRACTORS OWN WORK
A. Perform surveying activities sufficient to control the Contractors own Work.
1. Maintain horizontal and vertical control of Contractor activities.
a. Install the required reference points tied to the Project Datum.
2. Provide quality assurance for the installation of utilities and other below-grade
improvements.
3. Perform monitoring of fill activities to achieve proper grades and levels.
4. Assist in the accurate and correct placement of formwork for concrete.
5. Assist in the accurate and correct placement of steel in the erection process.
6. Assist in the correct placement, location and alignment of structural steel
elements.
7. Identify and draw attention to discrepancies.
B. Provide additional surveying activities to meet the needs of the Project:
1. Provide the reference points tied to the Project Datum as indicated in this
Section.
2. Assist in the preparation of as-built documentation required in advance of
each Application for Payment.
C. Provide other surveying services in accordance with the Contract Documents.
1.06 QUALITY ASSURANCE
A. Work of this Section is to be performed by a licensed Professional Land Surveyor
registered in the State of Washington, and acceptable to the Owner.
B. The Contractor is required to verify locations of all existing improvements, utilities and
other structures prior to commencing Work.
C. Corrections of the Work due to misplacement of site improvements; building elements;
and other permanent and non-permanent items are the responsibility of the Contractor
until such time the A/E Representative has confirmed the correct and true Project Datum
is being implemented by the Contractor in the course of construction.
1. Responsibility for demonstrating that the correct and true Project Datum is
being employed belongs solely to the Contractor.
2. The A/EOwner’s Representative may attempt to overlay the Contractor
provided survey data onto the A/EOwner’s Representative’s computer design
documents for purposes of verifying the Contractor’s layout is proceeding in
concert with the engineering design intent.
Project No. RR8744 01 43 20-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
a. The Contractor shall be responsible to provide clarifications and
make corrections to the proposed layout(s) when requested by the
Owner Representative.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 EXAMINATION
A. Benchmarks:
1. Identify and maintain minimum two (2) permanent reference points on the site,
accessible to the construction forces, and available for their use in performance
of the Work.
a. The intent is not to provide permanent monuments in the sense of
legally recorded points.
b. The intent is to require the Contractor to provide protected points that
are permanent through the progress of the Work, to always be
accessible to check, verify, correct and otherwise determine the
suitability and accuracy of placement of improvements and structures
on the Project Site.
2. Record locations; including horizontal and vertical control, relative to the correct
project datum identified for use by the Owner Representative.
a. Errors in interpretation of the project datum are the responsibility of the
Contractor.
3. Do not change; modify; deface; destroy; or relocate benchmarks without prior
written approval.
a. The Contractor is responsible to preemptively and duly inform parties
who might rely on a benchmark of its planned destruction, relocation,
removal, or unavailability.
B. Layout:
1. Verify layout information shown and otherwise indicated in the Contract
Documents.
2. Compare with field conditions to ascertain correctness, deviations, or errors
as appropriate to the condition.
3.02 PREPARATION
A. Surveying and Layout:
1. Work from lines and levels established by the property survey materials
available from the Owner on request.
2. Establish benchmarks and markers to set lines and levels at each level of
construction.
a. Establish additional markers necessary to maintain vertical and
horizontal control of other improvements as appropriate.
3. Calculate and measure required dimensions within indicated tolerances.
4. Do not scale Contract Documents, survey documents, and any other
document provided by the Owner.
5. Advise entities and individuals engaged in construction activities of the
presence and significance of established marked lines and levels.
NCRTS Scale Replacement 01 43 20-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
6. Check, and recheck each major element for line, level, and plumb through
the progression of construction.
7. Surveyor Log:
a. Maintain a Surveyor Log of control data and other survey work.
b. Provide access to the Surveyor Log when required by the Owner
Representative.
c. Indicate elevations of steel placed in the current period.
d. Perform related activities where indicated in other Sections.
8. Site Improvements:
a. Locate and layout site improvements; including but not limited to
pavements; grade stakes; grading; fill and topsoil placement; utility
slopes; cut slopes; and invert elevations as necessary to complete the
Work, and to provide sufficient required post-construction
information, such as as-built documents.
9. Building Lines and Levels:
a. Locate and layout batter boards for structures; building foundations;
column grids and locations; floor levels; control lines, and levels.
b. Provide layout assistance to the mechanical, electrical, and plumbing
trades in layout of systems and assemblies in conformance with the
Contract Documents.
c. Provide and maintain temporary means of checking and rechecking
layout to confirm correct and accurate placement of materials and
items between major milestones indicated on the Project Schedule.
d. Take measurements at the erected building steel to accurately and
completely describe the heights of structural steel elements including
floors, beams, columns, and other elements.
e. Accurately record information on the as-built drawings on a regular
basis as a condition for payment in accordance with requirements of
Section 01 20 00 – Payment Procedures.
3.03 WORK VERIFICATION SURVEY
A. Surveying the completed work and compile into a Completed Work Verification
Survey.
1. Indicate retaining walls, site improvements and utilities. Show dimensions,
locations, angles and elevations of Work.
B. The Completed Work Verification Survey shall include all aspects of the Work,
including, but not limited to, elevations and grades within the construction limits on
25 foot by 25 foot grid system in addition to survey points at:
1. All changes in grades.
2. Edge of pavements – not more than 25 feet between points and at all
changes in direction of the pavement edges.
3. Building ground floor elevation.
4. Vehicle scale deck elevations.
5. Utility system locations, grades and elevation including rim and invert
elevation of all structures and the location and elevation of all valves and
fittings.
6. Retaining wall locations and elevations including bottom of footings and top
of walls.
7. Exterior light fixture locations.
8. Exterior sign locations.
Project No. RR8744 01 43 20-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
C. Survey results shall be in an electronic format, including a DTM.
D. Owner’s Representative will check the Contractor’s Completed Work Verification
Survey and report any discrepancies to the Contractor for resolution as part of the
Substantial Completion Punch List.
E. Prior to issuance of the Certificate of Substantial Completion, discrepancies shall be
re-surveyed, corrected, and the Completed Work Verification Survey shall be updated
and resubmitted.
3.04 FIELD QUALITY CONTROL
A. Tolerances: Measurements performed in accordance with requirements of this
Section are to be accurate within 0.01 foot in both vertical and horizontal planes.
B. Reporting:
1. Provide raw data on an approved form acceptable to the Owner
Representative.
2. Accurately represent measurement locations with an identifying mark that
can be visually inspected at the work site, and consistent with the raw data
provided on the approved form.
3. Provide clear, readable data presented in a regular, sequential, logical, and
organized manner.
3.05 PROTECTION
A. Protect marks, monuments and reference points used in the Work of this Section.
1. No time extension or extra compensation will be made on the basis of
damage, repairs, or replacement of any materials attributable to damage by
the Contractor.
2. Demobilize reference points only when directed in written instruction from the
Owner Representative.
**END OF SECTION**
NCRTS Scale Replacement 01 43 20-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Temporary Utilities.
2. Temporary Facilities.
3. Temporary Controls.
B. Related Sections:
1. Section 26 50 00 – Lighting.
2. Section 31 25 00 – Erosion and Sediment Control.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed herein.
The following is a list of standards referenced in this Section.
1. Revised Code of Washington (RCW) Section 46.61.655 Dropping Load, Other
Materials – Covering.
2. RCW Chapter 70.93 Waste Reduction, Recycling, Model Litter Control Act.
1.03 SUBMITTALS
A. General: Submit the following in accordance with General Conditions and Section 01 33
00 – Submittal Procedures.
B. Information regarding Owner’s Required Construction Trailer if trailer differs from the
specified requirements.
C. Shop drawings for modular scale booths.
1.04 TEMPORARY UTILITIES
A. The Contractor shall be responsible to arrange and pay all monthly utility charges in
conjunction with the construction office trailers.
B. The Contractor shall be responsible to coordinate with utility service providers and pay
all connection charges associated with the Contractor’s needs, including Owner
construction office trailers, for utility services.
C. Electrical Power and Site Lighting:
1. Contractor is responsible for design and construction of the temporary electrical
power distribution systems to both temporary scale booths; temporary power
needs to provide electrical power for construction and for operation of
temporary systems such as the scales and scale booths.
NCRTS Scale Replacement 01 50 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
a. Scale booth temporary power shall include service entrance panel and
disconnecting means, grounding, conduits and wire, and testing for a
complete interior distribution system for the loads to be served.
b. Provide temporary grounding bonded from the temporary scale booth
grounding electrode system bonded to a frame member of the
associated scale.
c. Refer to Section 26 50 00 – Lighting for temporary lighting
requirements.
2. Do not use the transfer station power and lighting to perform Work within the
Construction Limits except as specifically allowed during Project Phase 1.
a. Contractor may use service from the new utility pole and transformer
shown on the Drawings for the temporary construction offices, provided
that the Contractor pays for the energy and connection costs and
provided that such use does not interfere in any way with Owner’s
ongoing operations.
3. Notify the Owner Representative four (4) calendar days in advance of any
planned outages regardless of when these might occur, and regardless of
whether such outages may affect the progress of the Work.
4. Disrupt power and lighting at the transfer station to limits of the Construction
Documents only.
D. Water:
1. Provide water, and water distribution for performance of the Work, including but
not limited to the following activities:
a. Dust control.
b. Concrete placement.
c. Compaction activities.
d. Street sweeping.
e. Potable water to temporary construction offices.
2. Fire Protection:
a. Perform a review to determine the location and adequacy of the nearest
fire hydrants and other useable water sources that may be relied upon
in the event of a fire emergency.
1) Supplemental water sources and fire protection measures
required by the City of Arlington Fire Marshal after Contract
Execution, and during the course of construction, shall be
arranged and paid for by the Contractor.
b. Review with the City of Arlington Fire Marshal for the Contractor’s
contingency plan to facilitate fire department personnel and equipment
access to the site during a fire emergency.
c. Maintain within the Construction Limits supplementary equipment the
City of Arlington Fire Marshal deems necessary to be made available to
the fire department personnel in the event of a fire emergency.
E. Surface Water Controls:
1. Refer to Section 31 25 00 – Erosion and Sediment Control and the Drawings.
2. Contractor is responsible for maintenance and cleaning impacted surface water
control features until Final Acceptance.
F. Communications:
Project No. RR8744 01 50 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
1. Provide temporary scale booth data, telephone and scale communication
between the Owner’s Administrative Building’s electrical room and the scale
booths to meet drawing requirements.
2. Provide temporary scale communication circuits between the temporary scales
and the scale booths.
3. Provide a minimum of four (4) lines serving the Owner’s construction trailer as
follows:
a. Two (2) dedicated lines for voice communications.
b. One (1) line for fax communication.
c. One (1) line for DSL or cable internet.
d. The Contractor shall be responsible to pay for the communication
services through Final Acceptance.
1.05 TEMPORARY FACILITIES
A. Staging Areas: Stage only within the Contractor’s temporary fenced area as indicated on
the Drawings, and/or at any Contractor provided areas off the Project Site as allowed by
law and in a manner which does not impact Owner transfer station operations.
B. Stockpiles: Stockpiles only within the Contractor’s temporary fenced area as indicated
on the Drawings, and/or at any Contractor provided areas off the Project Site as allowed
by law and in a manner which does not impact Owner transfer station operations.
1. Cover stockpiles inside the Project Site in accordance with Section 31 25 00 –
Erosion and Sediment Control.
C. Construction Office Trailers:
1. Provide a minimum two (2), complete, unitized construction trailer in good
working condition, including automatic air conditioning and heating units, office
lighting, convenience outlets, perforated metal stairs and railings, ADA
compliant access ramps, one (1) exterior door each trailer, boot scrapers, and
washable rubber walk mats at door, both trailers.
a. One trailer is for the Owner’s use and one trailer is for Contractor’s use.
b. The Owner’s trailer shall not be less than two-hundred (200) square feet
in useable floor area.
c. Trailer Security:
1) Provide unique locks and keys for each trailer.
2) Provide an additional lock and key unique to the Owner’s office,
and provide all keys to this lock to the Owner Representative.
3) Provide pest screen and security grilles or security bars on
windows of the trailers.
d. Provide weekly janitorial service, trash removal service, cleaning,
vacuuming, including ample supply of drinking water, toilet paper, paper
towels, disposable toilet seat covers, and liquid soap from Phase 1 until
Final Acceptance.
1) Maintain and provide uninterrupted stocking of all these
materials and in sufficient quantity and replenishment such that
all products are continuously available.
e. Provide and pay for Owner’s construction trailer through Final
Acceptance.
2. Additional Requirements for Contractor’s Required Construction Office Trailer:
NCRTS Scale Replacement 01 50 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
a. As required for Contractor’s needs including project meetings in a
common space accommodating not less than ten (10) people seated.
b. Provide wall racks and shelves to contain Contract Documents including
returned submittal and other documents for reference use in meetings
and conferences.
c. Provide the Contractor’s own equipment indicated in Section 01 30 00
– Administrative Requirements.
3. Additional Requirements for Owner’s Required Construction Office Trailer:
a. The Owner’s trailer will be used to house the Owner Representative and
A/E Representative personnel and items.
b. Provide a meeting room in the middle of the trailer that is essentially an
open area for use by several people.
c. Provide vinyl flooring throughout.
d. Provide stairs to exterior door and one (1) ADA accessible, slip-resistant,
all-weather ramp with handrails and guardrails.
e. Trailer shall have at least one (1) window.
f. Include a five (5) shelf, heavy duty steel or word bookcase with thirty-six
(36) inch width and fifteen (15) inch depth for storage of required
reference standards necessary at the work site.
g. Assist the Owner’s activities related to installation and move-in.
h. Provide a minimum of two (2) desks/tables, with office chairs of a
medium quality level with fabric upholstery, wheels, seats and backs;
used and rental furniture is acceptable provided it meets the
acceptance of the Owner Representative.
i. Provide five (5) stacking side chairs with fabric seats and backs.
j. Provide one (1) multifunction printer/copier/scanner.
1) The Contractor shall furnish and maintain one (1)
multifunctional device, capable of printing and copying on 8-
1/2â€x11â€, 8-1/2â€x14â€, and 11â€x17†paper for the duration of
the project, with the Contractor supplying the ink, toner, and the
paper.
2) It shall have 550 sheet capacity or better, two-sided printing
and copying, ten (10) copies per minute, automatic document
feeder with manual feeder for larger sized paper,
reduction/enlargement capability, and sorter. It shall have a
copy resolution of 600 dpi quality and a printing resolution of
1200 dpi quality, or better, and shall produce fifteen (15) color
pages per minute or better. The printer shall include a USB
connection and shall be Wi-Fi capable. The printer shall be
networked with a printer server connected to a router.
3) The Contractor shall supply all accessories needed for the
device’s operation.
4) The scanner must be able to scan single/multi-page PDF, and
single/multi-page TIFF formats and have 600 dpi optical
resolution, 50 sheets ADF, USB 2.0 interface double feed
detection. The scanner shall be capable of handling 8-
1/2â€x11â€, 8-1/2â€x14â€, and 11â€x17†paper and have an
automatic document feeder. It must have the ability to scan to
media (USB/SD Card) and scan to URL.
5) The Contractor shall set up and connect all equipment, install
all software and internet service, and confirm that all
Project No. RR8744 01 50 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
components are operable and compatible with the printer
before the work for the field office shall be considered
complete.
k. Provide one (1) refrigerated water cooler with water delivery service
using bottled water.
l. Sanitary Facilities: Provide the following facilities, items, services and
supplies, as a basic requirement solely for use of Contractor’s and
Owner’s staff assigned to the required construction office trailers.
1) Provide sanitary and wash-up facilities in trailers or as separate
facilities.
2) Clean the facilities and provide service once per week.
D. Modular Scale Booths:
1. Provide two (2), complete, single-room unitized modular buildings to be used as
scale booths. Booths shall be in good working condition, including heating
units, lighting, convenience outlets, stairs and railings, and one (1) exterior door
each booth.
a. Location: As shown on Drawings.
b. Size: The booths shall be eight (8) feet by twenty (20) feet in exterior
dimension.
c. Security:
1) Provide locks and keys for each booth unique from other
temporary building on-site.
2) Provide all keys to this lock to the Owner Representative.
d. Flooring: Vinyl flooring throughout.
e. Stairs: Provide perforated metal stairs to exterior door, slip-resistant,
with metal handrails and guardrails.
f. Convenience Outlets: Electrical receptacles shall be provided at each
booth to sufficiently accommodate the Owner provided equipment listed
in Section 10 88 15 – Scalehouse Equipment Relocation and
Installation.
g. Windows:
1) Booths shall each have at least one (1), four (4) foot by four (4)
foot fixed window facing approaching vehicles.
2) Booths shall each have one (1) manual sliding service window
facing vehicle scales. Refer to Drawings for sill height.
h. Doors: Booths shall each have one (1), three (3) foot by seven (7) foot
door on opposite side of fixed window.
i. Furnishings: Furnishings and devices shall be provided and installed as
indicated in Section 10 88 15 – Scalehouse Equipment Relocation and
Installation.
2. Maintenance: Provide system repair as needed, weekly janitorial service, trash
removal service, cleaning, and vacuuming from Phase 1 until Final Acceptance.
3. Provide, maintain, and pay for booths through Final Acceptance.
E. Project Signs:
1. Provide OSHA and WISHA accident prevention and warning signs in prominent
locations per those regulations.
2. Provide one (1) project identification sign as follows:
a. The sign shall be eight (8) feet wide by four (4) feet high and shall
conform to the letter sizes and styles, materials of construction, and
NCRTS Scale Replacement 01 50 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
project-specific mounting requirements of Section 10 14 50 – Site
Signage.
b. The sign shall have a white background. The letters shall be black.
c. The sign shall consist of the following information:
1) Snohomish County name and logo.
2) Project Title.
3) Contract Number.
4) Contractor Name.
5) Construction Manager Name.
6) A/E Representative Name.
d. The sign shall be installed at the start of Phase 1 and shall be removed
after Substantial Completion of Phase 3.
e. A shop drawing for the sign shall be submitted to the Owner
Representative for review, prior to manufacture of the sign.
f. Place the sign near the existing scale facility in a location that will not be
obscured during work day when vehicles are using the main gate for
access to and from the Project Site. The location shall be determined in
consultation with the Owner Representative.
3. Advertising sign are not permitted at the site.
4. Signs which identify the Contractor organization and security services at the site
are permissible.
1.06 TEMPORARY CONTROLS
A. Temporary Construction and Construction Aids:
1. Temporary construction and construction aids shall be of the Contractor’s own
design.
B. Traffic Management:
1. Comply with the traffic management indicated on phasing plans within the
Drawings.
C. Vehicle Access and Parking:
1. Comply with the requirements of the phasing plans within the Drawings.
D. Temporary Barriers and Enclosures:
1. Provide temporary barriers, cordons, high-visibility tape, barricades, enclosures
and other means as necessary to prevent accidents and injury.
E. Temporary Fencing:
1. Provide temporary fencing as indicated on the Drawings and as required to
prevent accidents and injury.
2. Fencing shall be chain-link mesh, a minimum of six (6) feet in height and shall
include manually operated, lockable gates.
F. Security:
1. Protect the Project Site from vandalism, trespass and neglect during progress of
the Work.
2. Contractor shall not rely on Owner’s operations staff to provide security for the
Project Site.
3. Coordinate with Owner Representative on methods to secure the Project Site.
Project No. RR8744 01 50 00-6 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
4. Provide continuous temporary fencing and signage where necessary for the
safety of the public using the transfer station operating area.
5. Notify the Owner Representative in the event an unauthorized entry into the
Project Site or vandalism occurs to the Contractor’s or Owner’s property during
the Project.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 INSTALLATION
A. Contractor is responsible to locate, relocate during the course of the Work, and pay for
all preparation necessary for placement of temporary construction offices and other
support facilities, including earthwork, grading, utility connections, gravel surfacing and
restoration.
1. Locations for temporary construction offices shall be coordinated with and
approved by the Owner Representative.
2. Locations for modular scale booths shall be as indicated in Drawings.
3.02 RESTORATION
A. Remove and uninstall temporary utility connections when the connections and services
are no longer necessary.
B. Restore utility systems to their original condition.
3.03 CLEANING
A. Construction Office Trailers:
1. Empty refuse cans, sweep, vacuum and dust at least weekly and more
frequently as necessary.
a. Schedule cleaning to occur at times convenient and acceptable to the
Owner.
2. Replace spent light bulbs with like kind.
3. Maintain air filters in a clean condition.
a. Change filters not less than once every six (6) months to provide clean
air in to the trailers.
B. Modular Scale Booths:
1. Empty refuse cans, sweep, vacuum and dust at least weekly and more
frequently as necessary.
a. Schedule cleaning to occur at times convenient and acceptable to the
Owner.
2. Replace spent light bulbs with like kind.
C. Maintain Project Site in a clean orderly condition and free from waste, debris, rubbish
and similar materials.
D. Remove materials in conformance with the Waste Management Plan specified in
Section 01 74 19 – Construction Waste Management and Disposal.
NCRTS Scale Replacement 01 50 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
E. Prevent materials from escaping from vehicles by using appropriate securing methods.
1. Cover and/or secure all loads in accordance with the requirements of RCW
46.61.655 and RCW 70.93.097.
3.04 PROTECTION
A. Protect work of this Section from damage, deterioration, theft, destruction and loss as
required by the Contract Documents.
B. Protect existing structures, property, cultivated and planted areas, and other surface
improvements.
C. Assess and protect subsurface utilities and improvements.
D. Provide shoring, bracing, or other Work necessary to protect structures and
improvements.
E. Provide protection and special requirements identified elsewhere in the Contract
Documents.
F. Repair or replace damaged structures, pavement, improvements, utilities, materials and
equipment to a condition equivalent to the condition prior to the damage, unless
otherwise instructed by the Owner Representative. All such remedial activities shall be
at the Contractor’s expense.
**END OF SECTION**
Project No. RR8744 01 50 00-8 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Common product requirements.
2. Product options.
3. Owner-supplied products.
4. Product delivery, storage and handling requirements.
5. Products submitted as ‘Or Approved Equal’.
1.02 DEFINITIONS
A. Approved Equal: An item of material, or equipment, or of process proposed by the
Contractor that has the same function, quality, durability, appearance, strength, and
design characteristics equal to or better than those originally specified in the Contract
Documents; and shall be compatible with all other systems, parts or components of the
Project and Work under the Contract.
B. Equal To: An item of material, or equipment, or of process proposed by the Contractor
being the same, or identical in value, and having no variance in proportion, structure,
quantity, measure, or nature than those originally specified in the Contract Documents.
C. Substitution: In accordance with General Conditions.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
1. Prepare and submit the Submittals Schedule in accordance with Section 01 32
00 – Construction Progress Documentation.
2. Submit list of proposed color and finish selections for A/E Representative
review.
a. Allow fourteen (14) calendar days between A/E Representative receipt
of the color and finish selections and beginning orders for the materials
and products.
3. Refer to Section 01 63 00 – Substitution Procedures for substitution
procedures, limitations, and product options.
B. Long Lead Time Items:
1. Provide copies of purchase orders to the Owner Representative in a timely
manner.
2. Forward copies of acknowledgement; production schedules; shipping
schedules; and receipts to the Owner Representative as these are received.
3. Order items far enough in advance to assure timely delivery.
4. No schedule adjustments will be made for failure to plan in a timely manner.
NCRTS Scale Replacement 01 60 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
1.04 DELIVERY, STORAGE AND HANDLING
A. Delivery:
1. Arrange deliveries of items in accordance with the Project Schedule identified
in Section 01 32 00 – Construction Progress Documentation.
2. Coordinate deliveries to avoid conflicts with work and site conditions.
3. Deliver products in undamaged condition.
a. Deliveries are to be made in manufacturer’s original packaging; with
seals and labels intact.
b. Inspect deliveries immediately.
c. Assure compliance with requirements of the Contract Documents;
and approved submittals.
d. Assure that products are undamaged; and properly protected.
e. Risk of loss shall remain with the Contractor until such items,
materials and equipment are delivered to the Construction Site and
accepted by the Contractor.
B. Storage for products is only permissible in the designated laydown areas indicated on
the Drawings.
C. Store products in accordance with manufacturers’ instructions.
1. Seals and labels are to remain intact until such time protective coverings are
removed.
2. Protective covers must remain in place until items are prepared for
installation.
a. Remove and replace protective covers which get wet; or are otherwise
damaged to the degree that leaving the protective covers in place
threatens the integrity of the item.
3. Store products subject to damage by the elements in weathertight
enclosures.
4. Assure that ambient temperature and humidity are within the ranges required
by manufacturers’ instructions at the time of installation, and prior to and
following applications of coatings, including paints and performance coatings.
5. Do not allow storage of combustible materials in mechanical or electrical
equipment rooms.
6. Make note of information on Material Safety Data Sheets.
a. The Contractor is responsible for interpretation of information
contained in Material Safety Data Sheets.
b. Do not submit or send Material Safety Data Sheets for review unless
specifically requested by the A/E Representative.
c. Submit MSDS sheets when required for demonstration of
sustainability objectives being met.
d. The A/E Representative is not responsible to review information
contained in MSDS sheets.
e. Material Safety Data Sheets submitted for review will not be
reviewed; these will be discarded; and not returned.
D. Exterior Storage:
1. Store fabricated products above ground inside the designated laydown areas
indicated on the Drawings.
a. Position on blocking; or skids.
Project No. RR8744 01 60 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
b. Prevent soiling; staining; and other damage.
c. Cover products subject to deterioration using impervious sheet
coverings.
d. Provide adequate ventilation to prevent formation of condensation.
2. Store loose granular materials in well-drained areas; and on solid unyielding
surfaces.
a. Prevent mixing; and contamination with foreign matter.
3. Coordinate on-site storage and laydown areas with the Owner Representative.
E. Arrange storage to allow for unimpeded periodic inspection.
1. Assure products; materials; items; and equipment are maintained under
specified and required conditions.
F. Material Safety Data Sheets:
1. The Contractor is responsible for interpretation of information contained in
Material Safety Data Sheets.
2. Do not submit or send Material Safety Data Sheets for review unless
specifically requested by the A/E Representative; remove MSDS sheets from
submittals prior to transmittance.
3. The A/E Representative is not responsible to review information contained in
MSDS sheets.
4. Material Safety Data Sheets submitted for review will not be reviewed; these
will be discarded; and not returned.
G. Protection:
1. Protect items after installation:
a. Protect the building, site walls, and permanent improvements of any
kind, new or existing from damage through Substantial Completion.
b. Provide substantial coverings such as boards; building paper;
polyethylene sheeting; and similar materials to protect installed Work.
c. Protect against traffic damage.
d. Protect against damage resulting from subsequent construction
operations.
2. Remove coverings when no longer needed.
3. Repair or replace damaged items.
a. Repair or replace to the Owner Representative’s satisfaction.
b. Make repairs and replacements necessary to achieve acceptance.
c. Requirements of this Section are in addition to requirements for
identification and correction of defective work in accordance with
Section 01 43 00– Quality Assurance and Control.
1.05 OWNER INSTRUCTIONS
A. The Contractor is required to provide and install products necessary for a complete
Project.
B. Complete information on Work by others is identified in Section 01 11 00 – Summary
of Work.
PART 2—PRODUCTS
NCRTS Scale Replacement 01 60 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
2.01 MANUFACTURERS
A. Manufacturers listed in the Specifications are known to produce or have produce
products acceptable for inclusion in the Work.
1. The A/E Representative has made its efforts to make certain each
manufacturer is manufacturing the suitable products at the time of the Bid,
however this is not warranted, guaranteed, or otherwise assured.
2. The A/E Representative will review and/or provide alternative manufacturers
in such cases upon the request of the Owner Representative.
B. Systems approved for use in the Project are not necessarily the only systems that
might be acceptable.
1. Refer to Section 01 63 00 – Substitution Procedures for requirements
limiting the source of specific products unique to the Project.
2.02 EXISTING PRODUCTS
A. Existing products are not to be reused except where specifically indicated otherwise
in the Contract Documents.
2.03 MATERIALS
A. Materials generally consist of common products of natural origin, that undergo limited
manufacturing to size, sort, or otherwise make a natural product useable in
construction.
B. Materials for this Project are preferred to be obtained within a five-hundred (500) mile
radius of the Project site when such option exists.
2.04 ACCESSORIES
A. Accessories include products and other elements of systems.
1. Accessories are generally limited to be part of the manufacturers system.
2. Accessories must be deemed acceptable for use by the manufacturers for
purposes of compatibility, function, quality and other characteristics.
a. Provide written acceptance from manufacturers as to the suitability of
accessories that are not specifically identified in the manufacturers
printed Product Data Sheets and Manufacturers Installation
Instructions.
b. Include written acceptance from manufacturers when products from
competing manufacturers are used in conjunction with a specified
system.
2.05 MANUFACTURED UNITS
A. Manufactured units include products for purposes of the Project.
2.06 EQUIPMENT
A. Equipment items are not products for purposes of this Project.
Project No. RR8744 01 60 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
2.07 FINISHES
A. Provide products in the finishes indicated in the Contract Documents.
1. Notify the Owner Representative in the event finishes are not indicated for
whatever reason.
B. The following requirements apply when finishes are not specifically indicated:
1. Aluminum Products: Dark bronze anodized finish.
2. Steel Products: Hot-dip galvanized finish; G90 thickness and powder coating.
3. Cast in Place Concrete: Remove fins, ties, sack and patch, then rub with
carborundum stone.
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 60 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 63 00
SUBSTITUTION PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Products submitted as ‘Or Approved Equal’.
2. Substitution procedures after the Bid period.
1.02 DEFINITIONS
A. Approved Equal: An item of material, or equipment proposed by the Contractor that has
the same function, quality, durability, appearance, strength, and design characteristics
equal to the Specification, and is sufficiently similar so that no change in related Work is
required.
1. Approved Equal applies to manufactured items, or equipment.
2. Items of material, or equipment which otherwise meet the definition of
Approved Equal, but do not bear the marks of approved testing laboratories,
certifications, and other standards deemed pertinent by the A/E Representative
are not qualified for status as ‘Or Approved Equal’.
B. Equal To: Being the same, or identical in value, and having no variance in proportion,
structure, quantity, measure, or nature.
C. Substitution: An item of material, equipment, means, methods, technique, sequence or
procedure that functionally meets the requirements, but does not exactly and precisely
meet the requirements, although in all respects it is better than or equal to the
requirements.
1. Substitution after the bid period is complete is performed in accordance with
requirements of this Section and with Section 01 26 00 – Contract Modification
Procedures.
1.03 PERFORMANCE
A. The Project does not allow for undocumented changes.
1. Products submitted as ‘Or Approved Equal’ are subject to requirements of this
Section and the requirements of the individual Sections.
2. Substitution Requests are to be performed in accordance with requirements of
this Section.
B. Substitution Requests:
1. Substitution Requests prior to Bid Opening are to be performed in accordance
with Instructions to Bidders and General Conditions.
2. Substitutions for products after the Bid are to be documented in accordance
with requirements of this Section.
1.04 OWNER INSTRUCTIONS
NCRTS Scale Replacement 01 63 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. ‘Approved Equal’:
1. Products for the Project are specified ‘Or Approved Equal’ unless identified
otherwise in this Section.
a. It is the Contractors responsibility to demonstrate to the A/E
Representative’s satisfaction that the products being proposed are
approvable and are equal.
b. The A/E Representative will not unreasonably withhold acceptance of
an approvable equal product.
c. The Contractor may be instructed by the A/E Representative to
document a Request for Change Order in accordance with Section 01
26 00 – Contract Modification Procedures in the event a product is not
approvable or is not equal as determined by the A/E Representative.
d. Lack of complete information, defective information, or other problem
associated with available information for a named product does not
relieve the Contractor of the responsibility to demonstrate the
approvability and equal-ness of an ‘Or Approved Equal’ product for the
intended application or purpose.
2. Provide the same required information for products that are being submitted as
an approved equal, as would be required for the named products.
a. Provide additional information when required by the A/E
Representative.
3. Submittals containing products that are being submitted as approved equal are
to be fully and completely coordinated with the salient characteristics of those
products regardless of whether there are differences with the named products.
4. Determination by the A/E Representative as to the approvability not equal-ness
of a product proposed by the Contractor is final.
5. Acceptance of an Approved Equal is subject to the A/E Representative’s
approval.
a. Decision of the A/E Representative whether for acceptance or refusal in
final.
b. Do not assume acceptance at any time prior to written acceptance in a
submittal response prepared by the A/E Representative.
c. Decision of the A/E Representative with regard to an approvable equal
is not subject to appeal under the ordinary provisions of General
Conditions.
d. Do not proceed until approval has been made in writing.
B. Substitution Requests after the Bid Period:
1. Submit a Substitution Request with the submittal containing the item
substitution is requested for.
2. Use the proper form in conformance with Section 01 32 00 – Construction
Progress Documentation.
a. Fill out the form fully and completely.
b. Fill all blanks.
c. A designated employee of the Contractor is required to sign the
document.
3. Include complete specifications, and means and methods information for the
item including descriptive and cost data.
a. Provide detailed costs data using the Schedule of Values as the point of
comparison.
b. Where costs are the same, indicate this on the form.
Project No. RR8744 01 63 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
4. Acceptance of a Substitution Request after the bid process is complete is
subject to the A/E Representative’s approval.
a. Decision of the A/E Representative whether for acceptance or refusal is
final.
b. Do not assume acceptance at any time prior to written acceptance in
accordance with the instructions provided at the Pre-Construction
Meeting.
c. Do not proceed until approval has been made in writing.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 SCHEDULES
A. Substitution Request Form: See the attached page.
NCRTS Scale Replacement 01 63 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 63 00 SUBSTITUTION REQUEST FORMSECTION 01 63 00 SUBSTITUTION REQUEST FORM SECTION 01 63 00 SUBSTITUTION REQUEST FORM
Date: ________________________
NORTH COUNTY RTS
SCALE REPLACEMENT PROJECT
_______________________________________ hereby submits for Snohomish County’s consideration
(Name of Contractor)
of the following item instead of the specified item for the above project:
SECTION PARAGRAPH SPECIFIED ITEM
PROPOSED SUBSTITUTION:
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Provide product data sheet, manufacturers’ written installation instructions, drawings, details and
similar information to demonstrate the Contractor’s proposed substitution is an Approved Equal. Where
answers require additional space, provide information on additional attached pages. Fill in blanks
below:
State differences between proposed substitution and specified item. Differences include but are not
limited to interrelationship with other items; materials and equipment; function; utility; life cycle costs;
applied finishes; appearance; and quality.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Demonstrate how the proposed substitution is compatible with or modifies other systems, parts,
equipment or components of the Project and Work under the Contract.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
What effect does the proposed substitution have on dimensions indicated on the Drawings and
previously reviewed Shop Drawings?
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
What effect does the proposed substitution have on the construction schedule and Contract Time?
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Project No. RR8744 01 63 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
What effect does the proposed substitution have on the Contract Price? This includes all direct, indirect,
impact and delay costs.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Manufacturer’s guarantees of the proposed and specified items are:
______________ Same ______________ Different (explain on attachment)
The undersigned state that the function, utility, life cycle costs, applied finishes, appearance and quality
of the proposed substitution are equal or superior to those of the specified item.
Submitted by: For use by the Owner Representative:
_______________________________ Accepted ________ Accepted as Noted _____________
Contractor’s Signature
Not Accepted ________ Received too Late ___________
_______________________________
Firm By ____________________________________________
Address: _______________________ Date __________________________________________
_______________________________
_______________________________ Remark: _______________________________________
_______________________________ _______________________________________________
Date ___________________________ _______________________________________________
Telephone ______________________ _______________________________________________
A/E Representative Remarks on Substitution: ________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
**END OF SECTION**
NCRTS Scale Replacement 01 63 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 73 00
EXECUTION AND CLOSEOUT
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Examination and preparation.
2. Execution.
3. Protecting installed construction.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed herein.
The following is a list of standards referenced in this Section:
1. Revised Code of Washington (RCW) – Chapter 19.122.
1.03 DEFINITIONS
A. Cutting and Patching: Remedial activities to coordinate penetrations and clearances for
systems not properly performed in advance of prior construction.
1.04 SYSTEM DESCRIPTION
A. Execute the Work in accordance with the requirements of this Section.
1.05 QUALITY ASSURANCE
A. On Call:
1. Provide a contact person responsible for coordination and implementation of
corrective Work on a 24 hour basis beginning at the time of Substantial
Completion and continuing through the date of Final Acceptance.
2. This person is to be responsible for Work activities associated with warranties
through the post-construction warranty period.
3. In the event the permanently assigned person is not available at any time, the
Contractor is to inform the Owner Representative while at the same time
providing a replacement person who will be responsible for carrying out those
duties.
a. The replacement person is to be familiar with and educated about the
workings, condition, and operational details of the Project.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 EXAMINATION
NCRTS Scale Replacement 01 73 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. Require the installer of each element of the Work Breakdown Structure, identified in
Section 01 32 00 – Construction Progress Documentation, to perform a detailed
inspection of work conditions prior to its performance of Work.
1. Do not authorize the installer to proceed until unsatisfactory conditions are
remedied.
2. Inspect substrates; quality of work; conditions of the work area; and activities
associated with adjacent; and concurrent work by others.
3. Review the Change to the Work, and inform the installer accordingly.
B. Existing Underground Utilities:
1. The Contract Documents indicate existence of underground facilities;
structures; and improvements known to the Owner within the proposed area of
Work.
a. Review the available information for underground utilities prior to
performing Work adjacent, above or otherwise potentially affecting
underground utilities.
2. Follow procedures of Chapter 19.122 RCW.
3. Immediately notify the Owner of conditions which are not as indicated on the
Contract Drawings.
4. Coordinate efforts to locate existing underground utilities.
5. Review locations of existing utilities with the Owner Representative.
a. Evaluate areas of conflict.
b. Compare with new construction.
6. Excavate, and expose existing underground utilities prior to new construction.
a. Perform this Work in responsible, professional, workmanlike manner.
b. Determine utility elevations in relation to the new facilities, and in
accordance with the Project Datum.
7. Examine; repair; mark and record location of existing underground utilities prior
to commencing other activities.
3.02 PREPARATION
A. Verify and recheck measurements, dimensions, and other physical conditions before
beginning installation.
B. Cutting and Patching: In accordance with provisions of this Section.
3.03 EXECUTION
A. General:
1. Provide attachments, connection devices, and necessary components
necessary for securing Work.
2. Comply with requirements of regulatory agencies and authorities having
jurisdiction for bracing; restraints; supports; and attachments.
B. Work Results:
1. Install components, products, materials, equipment, and other items; and
assemblies; during appropriate weather conditions for that Work.
2. Coordinate installation activities such that these activities do not subject
finished Work to be subjected to weather, cold temperatures, or other
conditions detrimental to the finished Project.
Project No. RR8744 01 73 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
C. Joints:
1. Produce uniform joint widths in exposed Work.
2. Arrange joints in exposed Work to obtain the best effect.
3. Consult the Owner’s Representative for approval of joints.
D. Mounting Heights:
1. Install individual components at heights indicated in the approved submittal
documents.
2. Consult the Owner’s Representative for approval of mounting heights that are
not indicated in the Contract Documents.
3.04 REPAIR AND RESTORATION
A. Cutting and Patching:
1. Execute cutting and fitting including excavation and fill to uncover, and
complete the Work.
2. Perform cutting and patching of masonry and concrete substrates.
B. Corrective Measures:
1. Take corrective action and employ measures to correct Work.
a. Bring Work into accordance with requirements.
b. Coordinate Work in such a way as to conform to the Owners
convenience.
c. Perform corrective actions and measures to pose the least impact to
the Owners occupancy, and function of the Owners use of the Project.
3.05 CLEANING
A. Roadway, Trafficway, and Street Cleaning:
1. Comply with all laws and regulations.
2. All road surfaces in the construction area used by Contractor’s trucks or any
other equipment hauling material to and from the area, whether within the
contract limits or adjacent thereto, shall be kept clean by the Contractor.
3. Any damage to roadway surfaces from the direct or indirect result of the
Contractor’s operation shall be repaired by the Contractor to the satisfaction of
the responsible agency and the Owner.
4. The Contractor is responsible for obtaining all necessary street use permits in
connection with Contractor’s operations.
5. Perform street cleaning on the public streets leading into, and adjacent to the
site, including streets affected by construction traffic when directed to do so by
the Owner Representative.
a. The Contractor shall not be entitled to additional compensation in the
event the Contractor is required to perform street cleaning attributable
to the Contractor’s actions or lack thereof in performance of the Work in
accordance with the requirements.
b. Clean streets regularly, with special emphasis on periods when
exporting and importing of soil materials is taking place.
c. Maintain the perception of a clean site with minimal impact to
neighbors and others.
NCRTS Scale Replacement 01 73 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
d. Do not limit street cleaning to the areas obviously affected by
construction activities on the Project Site.
e. When directed, the Contractor shall perform street cleaning on the haul
routes and delivery routes in a half (1/2) mile radius of the Project site.
6. Pay particular attention to haul routes, and maintain sufficient street cleaning
activity to mitigate construction impacts on the surrounding area.
7. Use a broom sweeper truck.
8. Apply water when necessary, but do not rely solely upon water for removal of
debris.
9. Perform remedial street cleaning immediately after being instructed by the
Owner Representative.
B. Periodic Cleaning:
1. Continually provide cleaning services to maintain the facility and grounds in a
clean and orderly workplace.
2. Fully protect cleaned areas from damage by subsequent construction.
C. Cleaning Products:
1. Materials and products used in the cleaning process are to be environmentally
appropriate to the surfaces being cleaned.
a. Use materials and products that are safe for workers, users, and
occupants.
b. Use ‘low VOC’ products in lieu of ordinary products when such ‘low VOC’
products provide similar performance, and in accordance with the
requirements.
2. Do not use cleaning products that may cause damage to surfaces; or create
hazards to health; or property.
3. Use cleaning products and methods recommended by manufacturers of
products.
a. Unless noted otherwise specifically by the manufacturer, protect
adjacent surfaces that may be incompatible with cleaning products.
b. Use substantial materials for protection when protection is required.
4. Remove debris and surface dust from limited access spaces, equipment vaults,
manholes and similar spaces.
D. Ventilating Systems:
1. Clean, or replace construction filters as recommended.
2. Replace disposable filters.
3. Keep ducts, blowers, fans, and coils clean.
3.06 PROTECTION
A. Temporary Protective Coverings:
1. Apply when; where; and to the degree required to ensure protection from
damage; deterioration; or prohibited exposures until Substantial Completion is
achieved.
2. Apply temporary protective coverings appropriate to the installation.
3. Removal:
a. Remove temporary protection devices and facilities when requested by
the Owner Representative.
Project No. RR8744 01 73 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
b. Do not remove protection when subsequent work activities including
corrective work could damage surfaces.
B. Limitation of Exposures:
1. Supervise and coordinate construction activities to ensure no part of the
construction completed, or in progress, is subject to deleterious exposure during
the construction period.
2. Protect against the following exposures:
a. Excessive loading, including static and dynamic forces.
b. Excessive pressures.
c. Excessive high and low temperatures.
d. Thermal shock.
e. Ice contamination of materials, and products.
f. Air contamination, pollution; solvents; chemicals; including release of
volatile organic compounds inside the building envelope in
concentrations greater than necessary in accordance with the
Construction Documents.
g. Construction traffic.
h. Soiling; staining.
i. Infestations.
j. Mold; mildew; bacteria; and other organic processes.
k. High speed operation.
l. Excessive electrical current or load.
m. Improper lubrication.
n. Inappropriate contact; or inadequate separation between dissimilar
materials.
o. Contact; or insufficient separation between incompatible materials.
p. Destructive testing.
q. Misalignment.
r. Fire; theft; vandalism.
s. Improper shipping; handling; packing.
t. Unprotected; improper; insufficient storage.
3.07 FIELD QUALITY CONTROL
A. Inspect exposed surfaces at completion milestones.
1. Substantial Completion:
a. Make note of damaged areas, surfaces, and other construction defects
for incorporation in the Punch List in accordance with provisions of this
Section.
2. Refer to Section 01 77 00 – Closeout Procedures for work activities required for
other completion milestones.
**END OF SECTION**
NCRTS Scale Replacement 01 73 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 73 23
STRUCTURAL DESIGN AND ANCHORAGE REQUIREMENTS FOR
NON-STRUCTURAL COMPONENTS AND NON-BUILDING STRUCTURES
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. This Section specifies the minimum structural requirements for the design,
anchorage and bracing of architectural/mechanical/HVAC/electrical
components, equipment, and systems, and nonbuilding structures. Design of
supports, attachments and bracing for all parts or elements of the
architectural, mechanical, HVAC and electrical systems shall be provided in
accordance with this Section and the individual equipment specifications.
The requirements of this Section shall apply to the design of the structural
elements and features of equipment and to platforms/walkways that are
provided with equipment or nonbuilding structures.
2. This Section applies to non-structural components that are permanently
attached to structures and non-building structures as defined in this Section
and ASCE 7-10. Note that equipment is defined as a non-structural
component.
3. Design shall be in accordance with the criteria listed within this Section and
shall conform to the provisions of the design codes listed within this Section.
Unless noted otherwise in the individual equipment specifications,
engineering design is not required for attachments, anchorage, or bracing
detailed on the Drawings or where the size of attachments, anchorage, or
bracing is defined in the Specifications.
4. The following nonstructural components are exempt from the seismic design
loading requirements of this Section.
a. Mechanical, process piping, HVAC, and electrical components in
Seismic Design Categories D where the component importance
factor, Ip, is equal to 1.0 and both of the following conditions apply:
1) Flexible connections between the components and
associated ductwork, piping and conduit are provided, and
2) Components mounted at 4 ft or less above a floor level and
weigh 400 lb or less (4 ft criteria applies to the mounting
support elevation relative to the floor).
NCRTS Scale Replacement 01 73 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
b. Mechanical, process piping, HVAC, and electrical components in
Seismic Design Categories D where the component importance
factor, Ip, is equal to 1.0 and both of the following conditions apply:
1) Flexible connections between the components and
associated ductwork, piping and conduit are provided, and
2) The components weigh 20 lb or less or, for distribution
systems, weighing 5 lb/ft or less.
B. DEFINITIONS:
1. STRUCTURES: The structural elements of a building that resist gravity,
seismic, wind, and other types of loads. Structural components include
columns, posts, beams, girders, joists, bracing, floor or roof sheathing, slabs
or decking, load-bearing walls, and foundations.
2. NON-STRUCTURAL COMPONENTS: The nonstructural portions of a building
include every part of the building and all its contents, except the structural
portions, that carry gravity loads and that may also be required to resist the
effects of wind, snow, impact, temperature and seismic loads. Nonstructural
components include, but are not limited to, ceilings, partitions, windows,
equipment, piping, ductwork, furnishings, lights, etc.
3. NON-BUILDING STRUCTURES: All self-supporting structures that carry gravity
loads and that may also be required to resist the effects of wind, snow,
impact, temperature and seismic loads. Nonbuilding structures include, but
are not limited to, pipe racks, storage racks, stacks, tanks, vessels and
structural towers that support tanks and vessels.
1.02 QUALITY ASSURANCE
A. QUALITY CONTROL BY OWNER: Special Inspection of nonstructural components and
nonbuilding structures, and their anchorages shall be performed by the Special
Inspector under contract with the Owner and in conformance with IBC Chapter 17.
Special Inspector(s) and laboratory shall be acceptable to the Owner in their sole
discretion. Special Inspection is in addition to, but not replacing, other inspections
and quality control requirements herein. Where sampling and testing required herein
conforms to Special Inspection standards, such sampling and testing need not be
duplicated.
B. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the docu-
ments in effect on the effective date of the Agreement. If referenced docu-
ments have been discontinued by the issuing organization, references to
Project No. RR8744 01 73 23-2 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
those documents shall mean the replacement documents issued or other-
wise identified by that organization or, if there are no replacement docu-
ments, the last version of the document before it was discontinued.
Reference Title
AAMA American Architectural Manufacturer’s Association
ACI 318 Building Code Requirements for Structural Concrete
AISC 341 Seismic Provisions for Structural Steel Buildings
AISC 360 Specification for Structural Steel Buildings
ASCE 7 Minimum Design Loads for Buildings and Other Structures
ASTM C635 Standard Specification for the Manufacture, Performance and Testing of
Metal Suspension Systems for Acoustical Tile and Lay-in Panel Ceilings
ASTM C636 Standard Practice for Installation for Metal Ceiling Suspension Systems
for Acoustical Tile and Lay-in Panel Ceilings
AWS D1.1 Structural Welding Code – Steel
AWS D1.2 Structural Welding Code - Aluminum
AWS D1.2 Structural Welding Code – Stainless Steel
IBC International Building Code with local amendments
NFPA-13 Standard for the Installation of Sprinkler Systems
OSHA U.S. Dept. of Labor, Occupational Safety and Health Administration
DOSH WA Industrial Safety and Health Act administered by the Labor and
Industries Division of Occupational Safety and Health
SMACNA Seismic Restraint Manual Guidelines for Mechanical Systems
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. For structural elements of non-structural components and non-building structures
required to be designed per this Section, drawings and design calculations shall be
stamped by a Washington licensed professional engineer qualified to perform
structural engineering.
C. ACTION SUBMITTAL ITEMS:
1. List of all non-structural components and non-building structures requiring wind
and seismic design and anchorage.
2. Shop drawings showing details of complete wind and seismic bracing and
anchorage attachment assemblies including connection hardware, and
embedment into concrete.
NCRTS Scale Replacement 01 73 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
3. Shop drawings showing plans, elevations, sections and details of equipment
support structures and nonbuilding structures, including anchor bolts, structural
members, platforms, stairs, ladders, and related attachments.
4. Identify all interface points with supporting structures or foundations, as well as
the size, location, and grip of all required attachments and anchor bolts. Clearly
indicate who will be providing each type of attachment/anchor bolt. Equipment
vendor shall design anchor bolts, including embedment into concrete, and
submit stamped calculations.
5. Calculations for all supports, bracing, and attachments shall clearly indicate the
design criteria applied in the design calculations. Concrete embedment
calculations shall be coordinated with thickness and strength of concrete
members. Submit a tabulation of the magnitude of unfactored (service level)
equipment loads at each support point, broken down by type of loading (dead,
live, wind, seismic, etc.). Indicate impact factors applied to these loads in the
design calculations.
6. Manufacturer’s certificates of compliance with the seismic force requirements
of this Section.
1.04 DESIGN CODES
A. The following standard codes have application at this site:
1. Buildings/Structures: International Building Code 2012 and ASCE 7-10.
2. Reinforced Concrete: ACI 318-08 for all reinforced concrete structures.
3. Structural Steel: AISC 360-10 and AISC 341-10.
4. Welding: AWS Welding Codes.
5. Occupational Health and Safety Requirements: U.S. Dept. of Labor,
Occupational Safety and Health Administration (OSHA) and WA industrial
Safety and Health Act administered by the Labor and Industries Division of
Occupational Safety and Health (DOSH).
B. When requirements conflict, the most stringent requirement governs the design.
1.05 DESIGN LOADS
A. All non-structural components and non-building structures shall be designed for the
following loads. Wind and snow loads shall not be applied to non-structural
components and non-building structures that are located inside buildings.
1. DEAD LOADS: An additional allowance will also be added for piping and
conduit when supported and hung from the underside of equipment and
platforms. Minimum allowance for non-process piping, HVAC, and conduit
unless specified otherwise: 20 psf
Project No. RR8744 01 73 23-4 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
2. UNIFORM LIVE LOADS:
a. Elevated Grating Floors: 100 psf
b. Stairs and Landings: 100 psf
3. SNOW LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. Risk Category: II
c. Ground Snow Load (pg): 20 psf
d. Exposure: C
e. Importance Factor (I): 1.0
f. Minimum Roof Snow Load: 25 psf
4. WIND LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. Risk Category: II
c. Basic Wind Speed (3-second gust): 85 mph
d. Exposure: C
e. Topographic Factor (Kzt): 1.0
f. All exterior non-structural components and non-building structures,
unless located in a pit or basin, shall be designed to withstand the
design wind loads without consideration of shielding effects by other
structures.
5. SEISMIC LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. 0.2 Sec. Mapped Spectral Response, SS: 1.0 g
c. 1.0 Sec. Mapped Spectral Response, S1: 0.50 g
d. Site Class: D
e. 0.2 Sec. Design Spectral Response, SDS: 1.0 g
f. 1.0 Sec. Design Spectral Response, SD1: 0.50 g
NCRTS Scale Replacement 01 73 23-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
g. Component Importance Factor (Ip): 1.0, except Ip=1.5 for fire
protection sprinkler systems, components required to function for life-
safety purposes.
h. Seismic Design Category: D
i. Risk Category: II
j. Seismic loads shall be calculated on the basis of the governing
building code. The structure dead load shall include equipment
operating loads.
k. Individual members shall be checked for seismic and full member live
load acting simultaneously, except that flooded equipment loads
(infrequent occurrence) need not be combined with seismic loads.
Equipment operating loads shall be combined with seismic loads.
6. TEMPERATURE: Temperature effects shall be included in design where non-
structural components and non-building structures are exposed to differential
climatic conditions. This section defines temperature extremes.
1.06 LOAD COMBINATIONS
A. All non-structural components and non-building structures shall be designed to
withstand the load combinations specified in the governing code. Where the
exclusion of live load or impact load would cause a more severe load condition for
the member under investigation, then the load shall be excluded when evaluating the
member for that load combination.
1.07 DESIGN CONSIDERATIONS
A. Design all non-structural components and non-building structures for the following
conditions:
1. CLIMATIC CONDITIONS:
a. Maximum Design Temperature: 100 degrees Fahrenheit
b. Minimum Design Temperature: 10 degrees Fahrenheit
2. FOUNDATIONS:
a. Foundations supporting non-structural components and non-building
structures shall extend below the frost line, or be supported on non-
frost susceptible structural fill down to the frost line.
1) Frost Line for Foundations: 18 inches
b. Consult project geotechnical report for allowable soil bearing
recommendations at location of structure.
Project No. RR8744 01 73 23-6 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
1.08 COLUMN BASE FIXITY
A. Column bases shall be designed as pinned connections. No moments shall be
assumed to be transferred to the foundations.
B. Where significant shear loads (greater than 5,000 lb. per anchor bolt) are transferred
at column base plates, the equipment vendor shall provide a shear key.
1.09 DEFLECTIONS
A. Maximum beam deflections as a fraction of span for walkways and platforms shall be
L/240 for total load and L/360 for live load. Maximum total load deflection for
equipment supports shall be L/450.
PART 2--PRODUCTS
2.01 GENERAL
A. Materials shall be in conformance with the Construction Documents. See the
individual equipment specifications for additional requirements.
PART 3--EXECUTION
3.01 GENERAL
A. Attachments and braces shall be made in such a manner that the component force is
transferred to the lateral force-resisting system of the structure. Attachment
requirements and size and number of braces shall be based on the calculations
submitted by the Contractor.
B. All anchorage of equipment is specified to be made by cast-in anchor bolts in concrete
elements unless specified otherwise in the Construction Documents. . Contractor shall
be responsible for any remedial work or strengthening of concrete elements because of
superimposed seismic loading if anchor bolts are improperly installed or omitted due to
lack of submittal review or improper placement for any reason, at no additional cost to
the Owner.
C. Anchor bolts shall be provided and installed by the Contractor in accordance with
Section 05 05 23. Size of anchor bolts and embedment of anchor bolts shall be based
on the calculations submitted by the Contractor.
D. Details of and calculations for all anchorages shall be submitted and accepted in
accordance with this Section and Section 01 33 00 prior to placement of concrete or
erection of other structural supporting members. Submittals received after structural
supports are in place will be rejected if proposed anchorage method would create an
overstressed condition of the supporting member. At no additional cost to the Owner,
the Contractor shall be responsible for revisions to the anchorages and/or
strengthening of the structural support so that there is no overstressed condition.
**END OF SECTION**
NCRTS Scale Replacement 01 73 23-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
SECTION 01 74 19
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Requirements for recycling of waste materials leaving the jobsite.
2. Documentation requirements for recycling of waste materials.
B. Related Sections:
1. Section 02 41 00 – Demolition.
1.02 DEFINITIONS
A. Construction Waste: Materials brought to the Project Site by the Contractor, and that are
not permanently incorporated into the Work.
1. Construction Waste shall be considered to include but not limited to the
following:
a. Packing materials.
b. Cut-offs from oversize pieces.
c. Material or assemblies ordered in excess of requirements. AND
d. Materials or assemblies damaged in the process of transport or delivery
to the Project Site.
2. Construction Waste shall not be interpreted to include durable tools or
equipment owned or leased by the Contractor or subcontractors.
B. Demolition and Land Clearing Waste: Materials present on the Project Site at the time
the Contractor begins the Work that are subsequently permanently removed from the
Project Site in the performance of the Work.
1. Demolition and Land Clearing Waste shall be considered to include but not be
limited to the following:
a. Soil.
b. Buried items.
c. Structures and items connected or contained within buried items. AND
d. Plant and woody natural materials, living and dead.
C. Disposal: The transfer of custody of a material to a person or entity who does not
specifically intend to recycle or salvage that material.
D. Recycling: The transfer of custody of a material to a person or entity who intends to
reprocess that material to create raw materials ready for reuse.
E. Salvage: The transfer of custody of a material or assembly to a person or entity who
intends to repair or refurbish such material or assembly for reuse in a manner similar to
that for which it was originally produced.
1.03 PERFORMANCE
NCRTS Scale Replacement 01 74 19-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. Recycle construction material waste to the greatest extent that is practicable, and in
accordance with the requirements of this Section.
1. The minimum level of effort for performance of the requirements of this Section
is to divert seventy-five (75) percent by weight measurement of material from
landfills.
2. The Contractor is not entitled to dispose of materials at the Transfer Station
without passing the material first over the scales, and obtaining a receipt prior
to placement of materials into the pit.
a. The Contractor is required to include the tipping fees in the Bid in
accordance with the requirements.
b. The Contractor shall not be entitled to additional compensation on the
basis he did not include the tipping fees in the Bid.
B. Develop a Construction Waste Management Plan.
C. Implement the Construction Waste Management Plan and monitor progress.
1.04 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
1. Construction Waste Management Plan: Provide the plan prepared in
accordance with the requirements of this Section.
2. Monthly Reports:
a. Submit progress reports on a monthly basis throughout the construction
process, until the date of Substantial Completion.
b. Provide monthly totals by weight measurement of all Construction
Waste, Demolition and Land Clearing Waste removed from the Project
Site.
c. Provide a cumulative total weight measurement to date.
d. Submit copies of receipts and scale tickets from haulers to document
the weights indicated on the monthly reports.
e. List current monthly fees and cumulative fees paid to date to haulers
and recyclers, disposal facilities, or salvagers.
3. Final Report:
a. At the time of Substantial Completion, submit a final report showing
cumulative total weight measurement of Construction Waste,
Demolition and Land Clearing Waste removed from the Project Site.
b. Include figures for total fees paid for haulers and recyclers, disposal
facilities, and salvagers.
c. Indicate total receipts for income received for salvage.
d. Assemble the final report together with copies of all the cumulative
monthly reports.
e. The weight measurements, fees paid, and income received as indicated
on the cumulative monthly reports shall equal the figures documented
on the final report.
1.05 QUALITY ASSURANCE
A. Pre-Construction Conference:
Project No. RR8744 01 74 19-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
1. Prior to the commencement of construction, demolition, and site preparation
activities, the Contractor shall convene a meeting with the Owner
Representative for the purpose of reviewing the approved Construction Waste
Management Plan.
a. The plan shall have been approved prior to calling for the meeting.
b. Modifications to the plan requirements and procedures may be required
resulting from the meeting outcomes, at the discretion of the Owner
Representative.
2. The meeting shall be attended by the following parties:
a. Contractor.
b. Appropriate subcontractor supervisors for excavation, demolition, waste
handling, and salvage activities.
c. Owner Representative.
1.06 OWNERS INSTRUCTIONS
A. Construction Waste Management Plan:
1. General:
a. A plan outlining the proposed activities and procedures the Contractor
shall undertake in order to achieve the Owner’s recycling and salvage
goals.
b. The plan is required to be prepared by the Contractor and submitted to
the Owner Representative before the start of construction activities,
including any site preparation, or demolition activities.
c. The plan will include written and plan drawing information tailored to
and unique to the specific requirements for this Project.
d. The Contractor shall make adjustments to the plan when required by
the Owner Representative.
2. Written Plan Requirements:
a. Identify the Contractor’s employee who is responsible for the successful
implementation and carrying out of the plan to a satisfactory result
meeting the Owner’s requirements.
b. The Contractor shall take necessary steps to ensure the plan
requirements are enforceable on subcontractors.
c. Provide a listing of proposed haulers and disposal facilities for
Construction Waste, Demolition and Land Clearing Waste, and
salvagers.
d. Include the address and telephone number of each such proposed
hauler and disposal facility.
e. Provide descriptions of the measures required by the respective
proposed haulers and disposal facilities in order to satisfactorily sort
and collect the materials.
f. Provide a listing of the rates charged by each respective proposed
hauler and disposal facility.
3. Plan Drawing Requirements:
a. Provide a plan drawing of the Project Site, including the work area limits
indicated on the Drawings, and also indicating the sorting locations
proposed for purposes of accomplishing the plan objectives.
b. Should the progress of the Work necessitate the Contractor to move
such sorting areas around periodically, the required plan drawing shall
show the sorting areas through the various phases of the Work.
NCRTS Scale Replacement 01 74 19-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 74 19-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
SECTION 01 77 00
CLOSEOUT PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Substantial Completion.
2. Punch list procedures.
3. Final Completion, Final Acceptance and Payment.
4. Project record documents.
5. Warranties.
6. Schedule of Contract closeout procedures.
B. Related Sections:
1. Section 01 78 23 – Operation and Maintenance Data.
1.02 DEFINITIONS
A. Record Documents: Various documents that define the constructed facility that are
kept current by neat, legible hand annotation of all deviations from what is shown or
required by the Contractor during the course of construction to accurately document the
“as constructed†facility, including the following:
1. The Drawings.
2. The Specifications (Divisions 00 through 34).
3. Addenda.
4. Change Orders.
5. Architect’s Supplemental Information (ASI).
6. Request for Information (RFI).
7. Completed Work Verification Survey: electronic copy and one (1) full size hard
copy.
8. Coordinated utility plans.
1.03 SUBSTANTIAL COMPLETION
A. Contractor shall notify the Owner that the Work is Substantially Complete as required by
General Conditions.
B. The Owner and the Contractor shall follow the procedures stated in General Conditions
for determining Substantial Completion, and the issuance of Punch Lists.
C. In addition to the requirements in General Conditions, the Contractor shall within its
Request for Substantial Completion:
1. Provide the Completed Work Verification Survey in accordance with Section 01
43 20 – Surveying.
2. Obtain and submit releases enabling Owner’s full and unencumbered use of the
Project, including access to utilities and other administrative approvals.
NCRTS Scale Replacement 01 77 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
3. Make final changeover of locks, keys, gates, and other access restriction
measures consistent with removal of the Contractor’s personnel from the
Project Site.
4. Deliver tools, spare parts, extra stock of materials, and similar physical items to
the Owner in accordance with requirements of the Contract Documents.
1.04 PUNCH LIST PROCEDURES
A. The Contractor shall prepare the Punch List (list of incomplete items of Work including
discrepancies found in the Completed Work Verification Survey) and notify the Owner
that the Work is Substantially Complete.
B. The Contractor shall correct all Punch List items and re-issue the Owner
Representative’s Punch List forms, with their initials and date complete, along with a
written statement that the entire Project is physically complete and ready to receive the
Certificate of Final Acceptance.
C. Prior to issuance of the Certificate of Final Acceptance, the Owner shall perform all
necessary inspections to verify that all Punch List items of Work are complete.
1.05 FINAL PAYMENT AND ACCEPTANCE
A. Owner shall notify the Contractor of Final Acceptance of the Project as required by
General Condition.
B. The Owner and the Contractor shall follow the procedures stated in General Conditions
for determining Final Acceptance and Final Payment.
C. In addition to the requirements for Final Payment and Final Acceptance specified in
General Conditions, the Contractor shall submit to the Owner Representative the
following twenty-one (21) calendar days before Final Acceptance unless noted
otherwise:
1. Final Affidavit of Amounts Paid.
2. Final, complete Record Documents ten (10) calendar days following issuance of
the Certificate of Substantial Completion for Phase 4.
3. Final Application for Payment.
4. Completed permits ten (10) days following issuance of the certificate of
Substantial Completion.
5. In addition, complete the following:
a. Complete Project Site cleanup.
b. Complete all remaining obligations as set forth within this Section.
6. Complete or fulfill all additional requirements required by County, State or
federal law.
1.06 PROJECT RECORD DOCUMENTS
A. Provide to the Owner Representative one (1) complete set of the Project Record
Documents in accordance with the requirements of this Section.
1.07 WARRANTIES
Project No. RR8744 01 77 00-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
A. In addition to the one (1) year warranty applicable to all the Work, as specified in
General Conditions, certain elements of the project are to be warranted for an extended
period following the completion of the initial one (1) year warranty.
B. The Contractor shall execute two (2) year, five (5) year, ten (10) year, fifteen (15) year
and twenty (20) year warranties for the Work as indicated in the sample warranty
documents attached to this Section (Attachments A through E):
1. Do not propose alternative warranty language.
2. The Owner Representative will finalize each of the warranty documents by
adding Contractor’s logo, name, address, contact information, dates, and other
missing information at the time of warranty completion.
C. Each warranty document (Attachments A through E) lists the work elements to which the
warranty applies.
D. Provide two (2) executed copies of each warranty document required by the Contract
Documents ten (10) days following issuance of the Certificate of Substantial Completion
for the portion of the Work covered by that warranty.
1.08 SCHEDULE OF CONTRACT CLOSEOUT PROCEDURES
A. The following Closeout Procedure Checklist gives the order and responsibility for the
requirements of the Final Contract Closeout. This list may not include all items required
by General Conditions and other Specification Sections.
B. Contract Closeout Documents Checklist: Complete the items indicated, and submit this
Checklist when directed by the Owner Representative.
NCRTS Scale Replacement 01 77 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
Responsibility # Procedure Date
Prepare the Punch List and notify Owner that the Work is
Contractor 1
Substantially Complete.
Inspect the Work, review Punch List and issue Certificate of
Owner 2
Substantial Completion.
Contractor 3 Notify the Owner that Punch List items have been completed.
Owner 4 Verify that Punch List items have been completed.
Prepare the Final Application for Payment that includes the
following:
a. Affidavit of Wages Paid for Contractor and all
Subcontractors.
b. Release of Liens Certificate from all Subcontractors.
Contractor 5 c. Project Record Documents.
d. Operation and Maintenance Manuals/Videos.
e. Warranties.
f. Stamped permit set of documents.
g. Final Affidavit of Amounts Paid to Subcontractors.
h. Certificate of Compliance.
Owner 6 Issue Notice of Completion and Final Acceptance.
Prepare Notice of Completion of Public Works Contract and
Owner 7 send to State Department of Revenue with copy to
Employment Security Office, and Labor and Industries.
Receive the following from the state:
a. Certificate of Payment of State Excise Taxes,
Department of Revenue.
Owner 8 b. Certificate of Payment of Contributions and Interest –
Department of Employment Security.
c. Letter from State Department of Labor and Industries –
Contract Compliance Unit.
Initiate Lien Search forty-five (45) days after date of Final
Owner 9 Acceptance:
a. Receive Lien Search Results from Records.
Process release of retainage when all state releases are
Owner 10
received and liens are cleared.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 77 00-4 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
Section 01 77 00
Closeout Procedures
Attachment A
Two (2) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.01 - Items Subject to Two
(2) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of two (2) years. [CONTRACTOR NAME] also warrants and guarantees that all work
performed shall remain watertight, free from leaks, and free from installation defects, for a period of two
(2) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment A
Table 1.01 - Items Subject to Two (2) Year Warranty
Specification Description Company Contact Phone
34 41 16 Barrier Gates
Emergency
26 50 00 Lighting Unit
Batteries
Section 01 77 00
Closeout Procedures
Attachment B
Five (5) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.02 - Items Subject to Five
(5) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of five (5) years. [CONTRACTOR NAME] also warrants and guarantees that all work
performed shall remain watertight, free from leaks, and free from installation defects, for a period of five
(5) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment B
Table 1.02 - Items Subject to Five (5) Year Warranty
Specification Description Company Contact Phone
Performance
09 96 00
Coatings
Truck Scale
10 88 00
Installation
26 50 00 Light Pole Coating
Section 01 77 00
Closeout Procedures
Attachment C
Ten (10) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.03 - Items Subject to Ten
(10) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of ten (10) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
ten (10) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment C
Table 1.03 - Items Subject to Ten (10) Year Warranty
Specification Description Company Contact Phone
26 50 00 LED Boards
Section 01 77 00
Closeout Procedures
Attachment D
Fifteen (15) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.04 - Items Subject to
Fifteen (15) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of fifteen (15) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
fifteen (15) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment D
Table 1.04 - Items Subject to Fifteen (15) Year Warranty
Specification Description Company Contact Phone
07 21 00 Rigid Insulation
Section 01 77 00
Closeout Procedures
Attachment E
Twenty (20) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.05 - Items Subject to
Twenty (20) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of twenty (20) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
twenty (20) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment E
Table 1.05 - Items Subject to Twenty (20) Year Warranty
Specification Description Company Contact Phone
Fabricated
13 34 23
Building
Section 01 77 00
Closeout Procedures
Attachment F
Twenty-Five (25) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.06 - Items Subject to
Twenty-Five (25) Year Warranty were installed at the North County Recycling and Tranfer Station, and the
work performed is in strict compliance with the Contract Documents. In compliance with General
Conditions of the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with
Snohomish County, promptly repair, replace, or otherwise appropriately correct any such defect or
nonconformity discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that
the work on the North County Recycling and Transfer Station project is free from defects and
nonconformities in equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and
or its subcontractors and supplies for a period of twenty-five (25) years. [CONTRACTOR NAME] also
warrants and guarantees that all work performed shall remain watertight, free from leaks, and free from
installation defects, for a period of twenty-five (25) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment F
Table 1.06 - Items Subject to Twenty-Five (25) Year Warranty
Specification Description Company Contact Phone
Structured Cabling
26 05 19
System
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Section includes preparation of operation and maintenance (O&M) manuals.
1.02 SCHEDULE
A. Submit initial draft of the O&M Manual no later than ninety (90) days prior to the
request for issuance of the Substantial Completion certificate.
1. Submit final draft of the O&M Manual no later than thirty (30) days prior to the
request for issuance of the Substantial Completion certificate.
1.03 OPERATION AND MAINTENANCE MANUALS
A. Coordinate, assemble and submit two (2) final sets of O&M Manuals that include O&M
information for each product, material, system and piece of equipment or equipment
assembly specified in the Contract Document specifications.
B. The O&M Manual shall be submitted as a single combined manual.
C. All manufacturers’ literature in each manual shall be original, not copies.
D. Manuals shall be bound in a series of three (3) inch, D-ring binders with durable plastic
covers.
1. The front cover shall be imprinted with the title of the Project (North County RTS
Scale Replacement Project), the name of the Owner (Snohomish County
Department of Public Works) and the name of the Contractor.
2. The back edge (spine) shall be imprinted with the abbreviated name of the
Project (NCRTS Scale Replacement), Owner (Snohomish County Public Works)
and the year of the completion of the Project.
3. Manuals shall be eight and one-half (8-1/2) inch by eleven (11) inches in size,
except for oversize drawings, which shall be bound in fold-out fashion or folded
and placed inside a bound-in envelope.
4. Multiple, thinner binders are preferred to extra-large and bulky binders where
subdivisions of the contents permit.
5. Manual volumes shall not exceed three (3) inches in thickness.
6. Internally subdivide the binder contents with permanent page dividers, logically
organized as described below; with tab titling clearly printed under reinforced
laminated plastic tabs.
7. Equipment operating instructions and test reports shall be bound in front of
maintenance instructions and other materials.
E. Each O&M manual shall include the following:
1. A title indicating its contents permanently labeled on the outside of the binder.
NCRTS Scale Replacement 01 78 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
2. A cover sheet identifying equipment with the process or assembly in which it is
used according to:
a. Location.
b. Specification section number and title.
c. Contract Document drawing number.
3. Table of Contents for each volume, with material, equipment, or system
description identified, typed on white paper. Each volume shall have a complete
table of contents showing the volume divisions and other information.
4. Instructions and data prepared by the manufacturer, including the following as
applicable:
a. Equipment operating instructions including startup and shutdown
procedures, safety precautions and instructions on specific controls.
b. Electrical test reports, including electrical system and motor test
reports.
c. A complete set of applicable reviewed approval submittals.
1) A complete set of applicable reviewed product data clearly
identifying the system, assembly, material or product using the
names or terminology for the system, assembly, material or
product in the Contract Documents.
d. Assembly drawings.
e. Complete parts lists.
f. Bill of materials.
g. Wiring diagrams.
h. Maintenance and repair instructions to cover any routine operation
required to ensure satisfactory performance and longevity of the
product, material or equipment, such as lubrication instructions and
lists of lubricants, cleaning, adjustment, replacement of parts, etc.
i. Maintenance summary forms.
j. Copy of extended warranty.
k. Copy of the final submittal product literature and drawings.
5. Divide manuals into the following sections:
a. Part 1: Directory, listing names, addresses and telephone numbers of
A/E Representative, Contractor, subcontractors and major equipment
suppliers.
b. Part 2: Operation and maintenance instructions arranged by system
and subdivided by specification section. For each category, identify
names, addresses and telephone numbers of subcontractors and
suppliers. Identify the following:
1) Significant design criteria.
2) List of equipment.
3) Parts list for each component.
4) Operating instructions.
5) Maintenance instructions for equipment and systems.
6) Maintenance instructions for special finishes, including
recommended cleaning methods and materials and special
precautions identifying detrimental agents.
7) Summary listing of warranty dates.
c. Part 3: Project documents and certificates, including the following:
1) Shop Drawings and product data.
2) Certificates.
3) Photocopies of warranties.
Project No. CC14-14 01 78 23-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
F. Three (3) unbound copies of each volume shall be submitted for approval.
1. After review by the Project Representative, revise content as required by Project
Representative’s comments and submit the number specified.
2. All copies of the final O&M Manual shall be submitted to the Project
Representative before final payment will be made.
G. Three (3) bound copies and one (1) electronic pdf of the final approved O&M Manual
will be submitted.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 78 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
SECTION 01 91 00
LEAD AND ASBESTOS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Procedures for lead abatement, if any.
2. Procedures for asbestos abatement, if any.
1.02 DEFINITIONS
A. ‘WAC’: Washington Administrative Code.
1.03 REFERENCES
A. 29 CFR 1926.
B. Chapter 296 WAC.
1.04 PERFORMANCE
A. This Section provides information pursuant to 29 CFR 1926.1101; Chapter 296-62-
07706 WAC, and to all other applicable requirements concerning reporting on asbestos
and lead containing materials.
B. Existing Conditions:
1. The existing facility is known to contain detectable amounts, types or
concentrations of lead and asbestos.
C. Contractors shall take necessary precautions to prevent or minimize the release of lead
in the form of dust, fumes or mist from lead-containing building materials into the air or
onto surrounding environments.
D. Conduct activities involving lead-containing paint under Work of this Contract in
accordance with this Section and current applicable state and federal regulations
including:
1. WAC 292-62.
2. WAC 292-62-07521: “Leadâ€.
3. WAC 292-155-176: “Occupational Health and Environmental Controlâ€.
4. 29 CFR 1926.62: “Lead Exposure in Constructionâ€.
E. Notify all employees and subcontractors who work or perform work subject to this
section of the contents of this section.
F. Take necessary precautions to prevent or minimize the release of lead in the form of
dust, fumes or mist from lead-containing building materials into the air or onto
surrounding environment.
NCRTS Scale Replacement 01 91 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
1.05 DISPOSAL
A. The Contractor shall abate, remove and dispose of lead- and asbestos-contaminated
materials with applicable statutory requirements of the Authorities Having Jurisdiction.
B. During actual abatement, do not leave uncontained debris outside or dump waste in
unauthorized dumpsters, nor in the transfer building.
1. The transfer station facility is not equipped not licensed or certified to accept
lead and asbestos containing materials.
C. Submit to the Owner Representative a receipt from the accepted disposal facility that
receives the contaminated waste within thirty (30) days after removal.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 91 00-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
SECTION 01 91 10
PCB CONTAINING MATERIALS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Procedures for abatement of PCB containing materials, fluorescent light tubes,
and high intensity discharge lights (HID) necessary to be removed, if any.
1.02 DEFINITIONS
A. ‘HID’: High intensity discharge lamps; mercury vapor, metal halide, high pressure
sodium lamps.
B. ‘PCB’: Polychlorinated biphenyl light ballast.
C. ‘WAD’: The Owners waste generator identification number.
1.03 PERFORMANCE
A. The Contractor shall dispose of items removed during the course of construction which
contain PCB containing materials, if any, in accordance with the requirements of this
Section.
B. Removal of PCB Containing Materials and Fluorescent Light Tubes:
1. Remove PCB containing light fixture ballasts associated with High Intensity
Lamps (HID) in accordance with the regulations.
2. Recycle or dispose of PCB containing light fixture ballasts and fluorescent light
tubes in accordance with the regulations.
3. Provide a written statement including proof of appropriate recycling or disposal
of the light fixture ballasts and fluorescent light tubes to the Owner
Representative.
4. Partially dismantle light fixtures and separate ballasts to permit ballast
detachment and total removal of ballast from fixture.
5. Place PCB contaminated light ballasts into approved recycling or disposal
containers, i.e. Sealed DOT 17E closed top drums.
6. Clearly mark and label PCB contaminated light ballasts and fluorescent light
tube containers.
7. Contractor may elect to hire a certified PCB material and/or a fluorescent tube
recycling specialist to properly remove, handle, store, recycle or dispose at a
certified PCB material and fluorescent tube recycling facility.
C. Ballasts to be removed, if any, that do not clearly state “No PCBs†shall be treated as a
PCB containing light ballast, shall be removed and disposed of per these specifications
and applicable regulations.
1. Include if found, any external capacitors on HID fixtures not clearly labeled as
being PCB free.
NCRTS Scale Replacement 01 91 10-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
D. Fluorescent tubes to be removed, if any, shall be disposed at the proper facility.
E. PCB containing light fixtures and fluorescent tubes cannot be disposed of in a Subtitle D
landfill.
1. Contact the local recycling facilities that specialize in the recycling of PCB
containing light ballasts and fluorescent light tubes..
2. If any fees are required for recycling, pay these fees.
F. If a spill occurs, contact the Owner Representative.
G. Record Keeping:
1. Upon completion of all PCB material and fluorescent tube removal work the
Contractor shall provide a complete record and storage data to the Owner
Representative.
2. The record data shall include but not limited to:
a. Name of the firm performing the Work.
b. Manufacturer and serial number of the ballasts, date removed, location
removed from, approximate weight, and date disposed of in the proper
disposal site.
c. Description of the containers that the PCB containing light ballasts and
fluorescents were stored in.
d. Submit any recycling receipts.
e. WAD: Contact the Owner Representative for the Owners waste generator
identification number.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 91 10-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
THESE PROJECT DOCUMENTS CONTAIN
CONTRACT PROVISIONS REQUIRED
FOR FEMA PUBLIC ASSISTANCE
DISASTER GRANTS CONTRACTS
SNOHOMISH COUNTY PURCHASING DIVISION
6th Floor, Robert J. Drewel Bldg
3000 Rockefeller Ave, MS 507
Everett, Washington 98201
(425) 388-3344
INVITATION TO BID
BID NUMBER 042-15SR
Department Public Works/Solid Waste Submit, sealed, with Bid Number on outer cover
rd to Snohomish County Purchasing not later than
FOB Delivery Point 19600 63 Avenue NE
11:00 a.m. on:
Arlington, WA 98223
June 30, 2015
LATE BIDS WILL BE REJECTED
ARTICLES/SERVICES REQUIRED
GENERAL DESCRIPTION: North County RTS Scale Replacement Project
Temporarily install new truck scales and temporary scalebooths and remove existing truck scales and scalehouse.
Install new scalehouse, relocate truck scales to their final position, and perform related site improvements at the
North County Transfer Station (NCRTS), 19600 63rd Ave NE, Arlington, WA 98223.
PER SPECIFICATIONS ATTACHED, AND THE FOLLOWING ADMINISTRATIVE REQUIREMENTS.
Five percent (5%) Deposit IS required with sealed bid proposal. (If required, deposit must be either a surety
bond, postal money order, cash, cashier's check, or certified check equal to 5% of the amount of the bid proposal.
Deposits of unsuccessful companies will be returned after award. The successful company's deposit will be
returned upon receipt and acceptance of contract documents.)
One hundred percent (100%) contractor's Performance Bond, including Washington State sales tax, IS required.
(If required, the bond must be submitted to Snohomish County Purchasing within ten (10) days after notification of
award. Bond must be approved by the appropriate County Officials before award is final.)
Public Works contract IS required. (If required, the contract must be executed and returned to Snohomish
County Purchasing within ten (10) days after notification of award. Contract must be approved by the appropriate
County Officials before award is final.)
Appropriate insurance coverage IS required. (If required, proof of insurance must be submitted to Snohomish
County Purchasing within ten (10) days after notification of award. Bid award is not considered final until
acceptable proof of insurance is received and approved by the appropriate County Officials.)
Payment of prevailing wages IS required (see RCW 39.12). (If required, the contractor(s) must submit a
“Statement of Intent to Pay Prevailing Wages†to the Department of Labor & Industries prior to commencement of
work. Each voucher claim submitted by the contractor(s) shall include the statement “Prevailing wages have been
paid in accordance with the pre-filed Statement of Intent on file with the public agency.")
BIDS MUST BE SIGNED TO BE ACCEPTED
CONDITIONS AND INSTRUCTIONS TO BIDDER
Snohomish County reserves the right to reject any and all bids, to waive any informality in bids and to accept any
item in the bid.
If a Public Works contract is required, Bidder must agree to submit applicable certification to pay prevailing wages.
No workman, laborer, or mechanic employed in the performance of any part of this contract shall be paid less than
the “prevailing rate of wage†as determined by the industrial statistician of the Department of Labor and Industries.
The schedule of the prevailing wage rates for the locality or localities where this contract will be performed is by
reference made a part of this contract as though fully set forth herein.
Current prevailing wage data will be furnished by the Washington State Department of Labor and Industries after
award.
Whenever a brand name is cited in the bid, the term “or approved equal†applies unless specifically exempted.
Whether or not a place of inspection is specified herein, all materials and workmanship shall be subject to inspection
and test at all times and places, including inspection and test after arrival at destination. In the event any articles are
found to be defective in material or workmanship or otherwise not in conformity with the specification requirements,
Snohomish County shall have the right to reject such articles or require their correction.
If the item bid upon has a trade name or brand, such trade name or brand must be stated in the bid.
Samples of items, when required, must be furnished at no cost to the County. Upon request, samples will be
returned at the bidder's expense.
Snohomish County is required to pay State sales tax, but is exempt from Federal excise tax. Therefore, State sales
tax shall be shown as a separate item.
Bid proposals shall be submitted not later than the hour and date specified. Snohomish County shall assume no
responsibility for delay in U.S. mail services, independent courier services, or any other circumstances resulting in
late bid proposals. Late bid proposals will not be accepted.
If any item bid cannot be delivered by the specified date, Snohomish County, at its option, may purchase the item on
the open market and bill the company the difference between the bid price and the open market cost or pursue any
legal remedies.
Governing Law and Venue. Any award or agreement resulting from this solicitation shall be governed by the laws
of Washington State. The venue for any legal proceeding regarding a subsequent award or agreement shall be
Snohomish County, Washington.
Public Records Act. Submittals received by Snohomish County in response to this solicitation become public
records and are subject to Chapter 42.56 RCW, the Public Records Act. The bidder should clearly identify in its
submittal any specific information that it claims to be confidential or proprietary. If Snohomish County receives a
Public Records Act request to view the information so marked in the bidder’s submittal following a bid award, its sole
obligations shall be to notify the bidder (1) of the request and (2) of the date that such information will be released to
the requester unless the bidder obtains a court order to enjoin that disclosure pursuant to RCW 42.56.540. If the
bidder fails to timely obtain a court order enjoining disclosure, Snohomish County will release the requested
information on the date specified.
Snohomish County is committed to fostering a diverse vendor/supplier program.
Snohomish County is an Equal Opportunity Employer.
Participation by handicapped/disabled, minority,
and women-owned businesses is encouraged.
NOTICE OF CALL FOR BIDS
NOTICE IS HEREBY GIVEN that sealed bids will be received by the Snohomish County
Purchasing Division for the following:
Bid No. 042-15SR- North County RTS Scale Replacement Project
Engineer’s Estimate: Base Bid: $1,190,000
No oral interpretations of the Bid will be made to any Bidder. All questions must be submitted
in writing by E-mail to purchasing@snoco.org. All answers and clarifications will be sent to all plan
holders via addendum.
A pre-bid site inspection will be held Thursday, June 18, 2015 at 1:30 PM at the North County
Transfer Station (NCRTS), 19600 63rd Avenue NE, Arlington, WA 98223. Attendees must supply
personal safety gear including; hardhat, safety glasses, high visibility vest, and steel toe shoes. All
bidders are urged to attend.
Bid submittals must be received at the Snohomish County Purchasing Division as set forth
below not later than 11:00 a.m., June 30, 2015. Late submittals will not be accepted. Envelopes
containing submittals shall be sealed and marked with the name of the individual/firm, the submittal
deadline, and "Bid 042-15SR, North County RTS Scale Replacement Project".
Sealed bids must be timely delivered either:
1. by hand to the Snohomish County Purchasing Division, which is located on the 6th Floor of
the Robert J. Drewel Building, 3000 Rockefeller Avenue, Everett, Washington 98201, or
2. by mail to the attention of the Snohomish County Purchasing Division, 3000 Rockefeller
Avenue, MS 507, Everett, WA 98201..
Note: Hand delivered submittals will not be accepted at any other County location other
than the County Purchasing Division as described above.
Snohomish County assures that no person shall on the grounds of race, color, national origin,
or sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of, or
be otherwise subjected to discrimination under any County sponsored program or activity. Snohomish
County further assures every effort will be made to ensure nondiscrimination in all of its programs and
activities, whether those programs and activities are federally funded or not.
The contemplated work to be performed under this contract includes, but is not limited to,
Installation of owner purchased truck scales at temporary and final locations, demolition of existing
truck scales and scale house, grading, concrete foundations, installing new electrical service, procure
and install precast concrete building, and other related site and building improvements.
This project is subject to Snohomish County Apprenticeship utilization goal at least
15% of total project labor hours.
PLANS, SPECIFICATIONS, ADDENDA, BIDDERS LIST, AND PLAN HOLDERS LIST for
this project are available through the Snohomish County Projects Online virtual plan room at
Builders Exchange of Washington (BWXA). Free of charge access is provided to Bidders,
Subcontractors, and Vendors by going to: www.bxwa.com and clicking on: “Posted Projectsâ€,
“Public Worksâ€, “Snohomish Countyâ€, and “Projects Biddingâ€.
This is the official/primary means established by Snohomish County for the issuance
and distribution of its project bid documents. The online virtual plan room provides Bidders with
Bid 042-15SR NCRTS Scale Replacement 3
RR8744
fully usable online documents with the ability to view, download, print to your own printer, and to order
and purchase full/partial plan sets from numerous reprographic sources.
Bidders are encouraged to "Register" online at the Snohomish County Projects Online
virtual plan room at the BXWA website to receive automatic E-mail notification of addenda and to be
placed on the "Bidders (Plan Holders) List". Bidders shall obtain any and all addenda issued by
Snohomish County for these projects from the Snohomish County Projects Online virtual plan
room at the BXWA website. Bidders are ultimately responsible to investigate and acknowledge all
issued project addenda.
Contact Builders Exchange of Washington at 425-258-1303 should you require any assistance
in viewing, obtaining, or purchasing the project bid documents or any addenda. Bidders may also
contact the Purchasing Division, Snohomish County, at 425-388-3344, with any questions or request
for assistance.
All bids must be submitted in writing with ink on forms downloaded from Builders Exchange of
Washington.
A five percent (5%) Bid Deposit is required with sealed bid. The Bid Deposit shall be a
certified check, postal money order, cash, cashier's check, or bid bond issued by a surety who meets
the requirements of Chapter 48.28 RCW on the form provided or equivalent. Deposit of unsuccessful
bidders will be returned after award. Successful bidder's deposit will be returned upon receipt and
acceptance of Contract Documents.
A one hundred percent (100%) contractor's Performance Bond is required. The bond must be
delivered to Snohomish County Purchasing within ten (10) days after notification of the award.
Approval of the bond by County officials is required before award is final.
A Public Works Contract is required. The Contract must be executed and returned to
Snohomish County Purchasing within ten (10) days after notification of award. Approval of the
contract by County officials is required before award is final.
Appropriate insurance coverage is required and must be delivered to Snohomish County
Purchasing within ten (10) days after notification of award. The bid award is not considered final until
acceptable proof of insurance is received and approved by the County.
Snohomish County reserves the right to reject any or all bids, and to waive irregularities or
informalities in the bid or in the opening.
Protests: In order to be considered, a Protest shall be in writing, addressed to the Purchasing
Manager of Snohomish County, and include:
1. The name, address and phone number of the Bidder protesting, or the authorized
representative of the Bidder;
2. The Invitation to Bid (ITB) Number and Title under which the Protest is submitted;
3. A detailed description of the specific grounds for protest and any supporting documentation;
and
4. The specific ruling or relief requested.
No bidder may withdraw the bid after the hour set for the opening thereof, or before award of
contract, unless said award is delayed for a period exceeding thirty (30) days.
Dated this 10th day of June, 2015.
SNOHOMISH COUNTY PURCHASING DIVISION
SNOHOMISH COUNTY, WASHINGTON
Bid 042-15SR NCRTS Scale Replacement 4
RR8744
SNOHOMISH COUNTY PURCHASING DIVISION
INSTRUCTIONS TO BIDDERS
PREPARATION OF BID:
Each bid must be submitted on the enclosed form. All blank spaces for bid prices must be filled
in, in ink. Do not make alterations on the form supplied. Each bid must be accompanied by a
non-collusion declaration, and a fully completed and executed bid deposit, and must be
submitted in a sealed envelope bearing on the outside the name of the bidder, their address,
and the name and number of the bid that is being submitted. All bids must be signed by an
authorized representative of the bidder.
MANDATORY AND SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA
To be considered a responsible bidder and qualified to be awarded a County contract for public
work, the bidder must:
• At the time of bid submittal, have a certificate of registration in compliance with Chapter
18.27 RCW;
• Have a current state unified business identifier (UBI) number;
• If applicable, have:
o industrial insurance coverage for the bidder’s employees working in Washington
as required in Title 51 RCW.
o a state employment security department number as required in Title 50 RCW; and
o a state excise tax registration number as required in Title 82 RCW;
• Not be disqualified from bidding on any public works contract under RCW 39.06.010 or
RCW 39.12.065(3); and
• Until December 31, 2013, not have violated section 1, chapter 276, Laws of 2010 (codified
as RCW 39.04.370, “Contract requirements – Off-site prefabricated items – Submission of
informationâ€), more than one time as defined by the State Department of Labor and
Industries.
By submitting its bid, the bidder certifies that it is registered and licensed as required by the laws
of the State of Washington.
Requirements for verification of satisfaction of mandatory responsibility criteria for each first tier
subcontractor and for other verifications will be imposed upon the successful bidder in the
contract with the County. See RCW 39.06.020, “Verification of subcontractor responsibility
criteria.â€
In addition to the mandatory bidder responsibility criteria above, the bidder must also meet the
following relevant supplemental bidder responsibility criteria applicable to the project:
The bidder shall have successfully completed projects of a similar size, scope and type as
required by the contract documents for this project. In evaluating whether projects were
successfully completed, the County may check references for previous projects and evaluate
those assessments of bidder performance, including but not limited to quality control, safety
record, timeliness of performance, use of skilled personnel, management of subcontractors,
availability of and use of appropriate equipment, compliance with contract documents, and
management of submittals process, change orders and close-out.
Bid 042-15SR NCRTS Scale Replacement 5
RR8744
As evidence that the bidder meets the responsibility criteria described above, bidders shall
submit WITH their bid the form entitled STATEMENT OF BIDDER’S QUALIFICATIONS located
in the Bid Proposal within these Specifications.
A potential bidder may request that the County modify the supplemental bidder responsibility
criteria no later than seven (7) business days before the bid submittal deadline. The County
must evaluate the information submitted by the potential bidder and respond before the bid
submittal deadline. If the evaluation results in a change of the criteria, the County must publish
an addendum to the bidding documents identifying the modified criteria.
If the County determines, in its sole discretion, a bidder to be not responsible, the County will
provide, in writing, the reasons for the determination. The bidder may appeal the determination
within 24 hours by presenting additional information to the County. The County must consider
the additional information before issuing its final determination. If the final determination affirms
that the bidder is not responsible, the County may not execute a contract with any other bidder
until two business days after the bidder determined to be not responsible has received the final
determination.
NAMING SUBCONTRACTORS FOR CONTRACTS VALUED MORE THAN $1,000,000:
Bidder(s) shall submit as part of their bid, or within one hour after the published bid submittal
time, the names of the subcontractors with whom the bidder, if awarded the contract, will
subcontract for performance of 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, or to
name itself for the work. The bidder shall not list more than one subcontractor for each category
of work identified unless subcontractors vary with bid alternates, in which case the bidder must
indicate which subcontractor will be used for which alternate. Failure of the bidder to submit as
part of the bid the names of such subcontractors or to name itself to perform such work or the
naming of two or more subcontractors to perform the same work shall render the bidder’s bid
nonresponsive and therefore void. The requirement of this section to name the bidder’s
proposed heating, ventilation and air condition, plumbing, and electrical subcontractors applies
only to proposed heating, ventilation and air conditioning, plumbing, and electrical
subcontractors who will contract directly with the general contractor submitting the bid to the
County.
NOTE
FAILURE TO NAME SUCH SUBCONTRACTORS IN BIDS OR NAME ITSELF ON
CONTRACTS EXPECTED TO COST MORE THAN $1,000,000 SHALL RENDER THE
BIDDER'S BID NONRESPONSIVE AND THEREFORE VOID (RCW 39.30.060(1)).
CONDITIONS OF THE WORK:
Each bidder is responsible for being fully informed of the conditions relating to the project and
the employment of labor thereon. Failure to be so informed will not relieve a successful bidder
of obligations to furnish all material and labor necessary to carry out the provisions of the
contract.
Insofar as possible, the Contractor in carrying out work under the contract must employ such
methods or means as will not cause any interruption of or interference with the work of any other
contractor.
Bid 042-15SR NCRTS Scale Replacement 6
RR8744
ADDENDA AND INTERPRETATIONS:
No interpretation of the meaning of the plans, specifications or other pre-bid documents will be
made to any bidder orally.
Failure of any bidder to receive addenda or interpretation shall not relieve any such bidder from
any obligation under the bid as submitted. All addenda so issued shall become part of the
contract documents.
OBLIGATION OF BIDDER:
At the time of the opening of bids, each bidder will be presumed to have inspected the site and
to have read and to be thoroughly familiar with the specifications and contract documents
(including any addenda). The failure or omission of any bidder to examine any form, instrument
or document shall in no way relieve any bidder from any obligation in respect to this bid.
LAWS AND REGULATIONS:
The bidder's attention is directed to the fact that all applicable federal, state, and municipal laws,
ordinances and regulations and the rules and regulations of all authorities having jurisdiction
over construction of the project shall apply to the contract throughout, and they will be deemed
to be included in the contract the same as though therein written in full.
METHOD OF AWARD - LOWEST RESPONSIVE & RESPONSIBLE:
It is the intent of the County to award the contract to the bidder submitting the lowest
responsible and responsive bid within the funds available for work included in the base bid and
any or all additives listed as they best serve the County’s interest. The County reserves the
right to reject any and all bids for good cause. Determination of low bidder will be made on the
basis of the “Total Base Bid Price†plus any of the additive items as they best serve the County’s
interest. Additive items will be awarded in order of priority starting with Additive Item 1. Additive
items will not be awarded out of numerical sequence listed below. The below signed bidder
acknowledges that bids must be submitted for the base bid and additive items. Partial bids will
not be considered. The County reserves the right to reject any and all bids for good cause.
COMMUNICATION:
It is critical to the timely and successful completion of this project that clear and concise
communication between the Contractor and owner prevails throughout the project. The
Contractor’s representative in charge of completing the work must be fluent in the English
language, and proficient at reading, understanding, and interpreting drawings, plans,
specifications, blueprints, etc. The selected contractor will be required to demonstrate
compliance prior to commencing work.
EQUAL OPPORTUNITY EMPLOYER:
Snohomish County is an Equal Opportunity Employer. Participation by handicapped/disabled,
minority, and women-owned businesses are encouraged.
NON-DISCRIMINATION
As a condition of contract award, the vendor (firm or individual) selected under this competitive
solicitation process (the “Contractorâ€) shall be required to comply with the Snohomish County
Human Rights Ordinance, Chapter 2.460 SCC. The contract between the County and the
Contractor shall contain the following provision:
Bid 042-15SR NCRTS Scale Replacement 7
RR8744
County Non-discrimination. It is the policy of the County to reject discrimination which denies
equal treatment to any individual because of his or her race, creed, color, national origin, families
with children, sex, marital status, sexual orientation, age, honorably discharged veteran or military
status, or the presence of any sensory, mental, or physical disability or the use of a trained dog
guide or service animal by a person with a disability as provided in Washington’s Law against
Discrimination, Chapter 49.60 RCW, and the Snohomish County Human Rights Ordinance,
Chapter 2.460 SCC. These laws protect against specific forms of discrimination in employment,
credit transactions, public accommodation, housing, county facilities and services, and county
contracts.
The Contractor shall comply with the substantive requirements of Chapter 2.460 SCC, which are
incorporated herein by this reference. Execution of this Agreement constitutes a certification by
the Contractor of the Contractor's compliance with the requirements of Chapter 2.460 SCC. If the
Contractor is found to have violated this provision, or to have furnished false or misleading
information in an investigation or proceeding conducted pursuant to this Agreement or Chapter
2.460 SCC, this Agreement may be subject to a declaration of default and termination at the
County's discretion. This provision shall not affect the Contractor's obligations under other
federal, state, or local laws against discrimination.
Title VI (Federal) Non-discrimination
Snohomish County assures that no person shall on the grounds of race, color, national origin, or
sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of,
or be otherwise subjected to discrimination under any County sponsored program or activity.
Snohomish County further assures every effort will be made to ensure nondiscrimination in all of
its programs and activities, whether those programs and activities are federally funded or not.
BID DEPOSIT:
The bid deposit shall be a certified check, postal money order, cash, cashier's check, or bid
bond issued by a surety who meets the requirements of Chapter 48.28 RCW on the form
provided or equivalent. The County reserves the right to hold the bid deposit of all bidders until
the successful bidder has entered into a contract and furnished the required performance bond
and proof of insurance, or for a period of sixty (60) days, whichever is the shorter time.
Should a bidder fail to enter into the contract and furnish required public works agreement,
bonds, and proof of insurance within ten (10) days following notice of award, the bid deposit
may be forfeited and retained by the County as liquidated damages, not as a penalty.
The Contractor guarantees all prices on the Bid Proposal, including base bid and all alternates,
for a period of sixty (60) days independent of signing the contract.
SECURITY FOR FAITHFUL PERFORMANCE:
Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond
for faithful performance of the contract and for the payment of all persons performing labor on
the project under the contract and furnishing materials in connection with the contract as
specified in the general conditions included herein and therein. This bond shall be in force until
completion of the project and acceptance by the County, and also the forty-five (45) day period
following project completion during which liens may be filed. The bond shall cover for a period
of one (1) year after acceptance by the County, as respects faulty workmanship and materials.
The surety on such bonds shall be a surety insurer who meets the requirements of Chapter
48.28 RCW and must be satisfactory to the County.
Bid 042-15SR NCRTS Scale Replacement 8
RR8744
The bonds required by RCW 39.08.010 shall include the base bid and any or all alternates
selected by the County.
In an effort to standardize usage of forms, to ensure compliance with performance bond
requirements and to help expedite processing of contract documents, the successful bidder is
requested to utilize the enclosed Performance, Payment & Warranty Bond form rather than their
surety's standard form.
POWER OF ATTORNEY:
Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and
effectively dated copy of their power of attorney.
RETAINED PERCENTAGE:
Pursuant to Chapter 60.28 RCW, Snohomish County will retain five percent (5%) of all monies
earned by the Contractor until project completion and acceptance, and receipt of required
documentation. Included in this bid package is the Contractor's Declaration of Option for
Management of Statutory Retained Percentage form that is to be submitted by the Contractor
within ten (10) days following notice of award.
SALES TAX:
Retail public work projects (construction and alteration of structures) require sales tax be paid
on the entire contract amount (both materials and labor). Tax shall be included as a separate
amount on the bid proposal and on all invoices. The tax rate shall be determined by the project
location.
Public road and highway projects require sales tax be paid on materials only. Sales tax on
material shall be shown as a separate line item on the bid proposal and all invoices.
PRE-CONSTRUCTION CONFERENCE:
Prior to construction, the accepted Contractor and subcontractors shall attend a pre-construction
conference. The Contractor will present a progress schedule identifying the elements of work
with sequence and completion dates for each major work item.
No construction will be started until the progress schedule is approved.
SPECIAL SCHEDULING AND COMPLETION DATES:
The work shall be completed within 110 working days from Notice to Proceed. It shall be
necessary to coordinate with the County if any work can continue past this date.
SOLID WASTE DISPOSAL:
All solid waste generated in unincorporated areas and within the corporate limits of cities and
towns of Snohomish County must be disposed of at a Snohomish County solid waste facility,
required by SCC 7.35.125.
If there is a C&D recycling container on the project site, no more than 10% by volume of its
contents can be solid waste. If more than 10% by volume of its contents is solid waste, the
entire box must be disposed of at a Snohomish County facility and is considered garbage.
Containers of solid waste must be transported by the Washington Utilities and Transportation
Commission (WUTC) certified hauler or the contracted city hauler for that area.
Bid 042-15SR NCRTS Scale Replacement 9
RR8744
Any construction site provided service via a C&D recycling container must also provide a
container of appropriate size for solid waste in accordance with WAC 173-345-040.
Businesses or contractors that provide hauling and disposing of garbage as an ancillary
operation to their primary service are permitted to haul garbage, as long as it is disposed of at a
Snohomish County owned and operated facility.
Prior to award, the successful bidder may be required to submit a solid waste disposal plan.
QUESTIONS AND ADDITIONAL INFORMATION:
No oral interpretations of the Bid will be made to any Bidder. All questions must be submitted
in writing by E-mail to purchasing@snoco.org. All answers and clarifications will be sent to all
plan holders via addendum. Questions via phone will not be accepted. Bidders shall submit
questions no later than, 3:00 PM, June 23, 2015.
Bid 042-15SR NCRTS Scale Replacement 10
RR8744
PREVAILING WAGE RATES
The Contractor must comply with the provisions of Chapter 39.12 of the Revised Code of
Washington, relative to the employment of Washington residents at or above the prevailing wages for
the specific type of work involved as determined by the United States Department of Labor and will be
required to certify to this effect prior to each and any payments made by the County.
The prevailing rate of wages to be paid to all workers, laborers, or mechanics employed in the
performance of any part of this contract shall be in accordance with the provisions of RCW 39.12, 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 as though fully set forth herein.
In case any wage dispute arises as to what are the prevailing rates of wages for work of a similar
nature, and such dispute cannot be adjusted by the parties in interest including labor and
management representatives, the matter shall be final and conclusive and binding on all parties
involved in the dispute as provided for by RCW 39.12.060, as amended.
Contractors shall acquaint themselves with all conditions affecting labor rates and impending
negotiations for labor agreements. Contractor shall pay new schedules, when and if required,
without additional cost to the Owner.
Forms may be obtained from the Department of Labor & Industries. The fees for each "Statement of
Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall accompany each form submitted
to the Department of Labor & Industries. The Contractor is responsible for payment of these fees and
shall make all applications directly to the Department of Labor & Industries. Such application, and
any supplemental statements which may be necessary, shall be filed in accordance with the practices
and procedures required by the Department of Labor and Industries.
Prior to commencing work, each Contractor and each and every subcontractor shall file a sworn
"Statement of Intent to Pay Prevailing Wages" (L&I Form #F700-029-000) with the Department of
Labor and Industries certifying the rate of hourly wages to be paid each classification of laborers,
workers, or mechanics employed upon the work by the Contractor or subcontractor which shall be not
less than the prevailing rate of wage. Fringe benefits for each job classification to be utilized shall
also be included.
Prior to any payment, the Contractor and each subcontractor shall submit to the County a "Statement
of Intent To Pay Prevailing Wages" approved by the Washington State Department of Labor &
Industries.
Each voucher claim or invoice submitted by a Contractor for payment on a project shall state:
"Prevailing wages have been paid in accordance with the prefiled Statement of Intent to Pay Prevailing
Wages on file with the public agency in accordance with RCW 39.12.040". Each invoice shall list sales
tax as a separate line item.
Bid 042-15SR NCRTS Scale Replacement 11
RR8744
Retainage shall be held by the County in accordance with RCW 60.28.
For projects over $10,000, Contractors must post an approved copy of the Statement of Intent, (listing
the labor classification and wages used on the project) at the job site. In the event the Statement of
Intent has not been approved by the Department of Labor & Industries before work begins, the
complete listing of prevailing wage rates for that County may be posted and distributed in lieu of the
approved Statement of Intent.
The Contractor shall, within ten days after it receives a written request, file a certified copy of the
payroll records with the County and the Department of Labor & Industries.
Upon completion of work, each contractor and each and every subcontractor shall file a sworn
"AFFIDAVIT OF WAGES PAID" (L&I Form #F700-007-000) with the Department of Labor and
Industries certifying the rate of hourly wages paid each classification of laborers, workers, or
mechanics employed upon the work by the Contractor or subcontractor which shall be not less than
the prevailing rate of wage. Fringe benefits for each job classification to be utilized shall also be
included.
Upon completion of this contract, the County must receive from the Contractor and each and every
subcontractor a copy of the "Affidavit of Wages Paid" approved by the State Department of Labor &
Industries.
Retainage will be released upon receipt of all necessary documentation (including but not limited to
releases from the Department of Labor & Industries, Department of Employment Security and, when
applicable, Department of Revenue), the settlement of any liens, and in accordance with Chapter
60.28 of the Revised Code of Washington.
Bid 042-15SR NCRTS Scale Replacement 12
RR8744
PREVAILING WAGE
INFORMATION
State Prevailing Wages shall be paid. The provisions of the Davis Bacon for
Federal Prevailing Wages do not apply to State or Local contracts for work
completed using public assistance funds under the Stafford Act.
Bid 042-15SR NCRTS Scale Replacement 13
RR8744
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, worker's wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 4/16/2015
County Trade Job Classification Wage Holiday Overtime Note
Snohomish Asbestos Abatement Workers Journey Level $42.67 5D 1H
Snohomish Boilermakers Journey Level $64.29 5N 1C
Snohomish Brick Mason Brick And Block Finisher $44.46 5A 1M
Snohomish Brick Mason Journey Level $51.32 5A 1M
Snohomish Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M
Snohomish Building Service Employees Janitor $9.47 1
Snohomish Building Service Employees Shampooer $9.47 1
Snohomish Building Service Employees Waxer $9.47 1
Snohomish Building Service Employees Window Cleaner $13.48 1
Snohomish Cabinet Makers (In Shop) Journey Level $15.08 1
Snohomish Carpenters Acoustical Worker $52.32 5D 4C
Snohomish Carpenters Bridge, Dock And Wharf Carpenters $52.32 5D 4C
Snohomish Carpenters Carpenter $52.32 5D 4C
Snohomish Carpenters Carpenters on Stationary Tools $52.45 5D 4C
Snohomish Carpenters Creosoted Material $52.42 5D 4C
Snohomish Carpenters Floor Finisher $52.32 5D 4C
Snohomish Carpenters Floor Layer $52.32 5D 4C
Snohomish Carpenters Scaffold Erector $52.32 5D 4C
Snohomish Cement Masons Journey Level $52.38 7A 1M
Snohomish Divers & Tenders Diver $105.37 5D 4C 8A
Snohomish Divers & Tenders Diver On Standby $59.50 5D 4C
Snohomish Divers & Tenders Diver Tender $54.82 5D 4C
Snohomish Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C
Snohomish Divers & Tenders Surface Rcv & Rov Operator Tender $51.07 5A 4C
Snohomish Dredge Workers Assistant Engineer $54.75 5D 3F
Snohomish Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F
Snohomish Dredge Workers Boatmen $54.75 5D 3F
Snohomish Dredge Workers Engineer Welder $55.79 5D 3F
Snohomish Dredge Workers Leverman, Hydraulic $56.92 5D 3F
Snohomish Dredge Workers Mates $54.75 5D 3F
Snohomish Dredge Workers Oiler $54.33 5D 3F
Snohomish Drywall Applicator Journey Level $52.32 5D 1H
Snohomish Drywall Tapers Journey Level $52.37 5P 1E
Snohomish Electrical Fixture Maintenance Journey Level $13.76 1
Workers
Snohomish Electricians - Inside Cable Splicer $62.37 7H 1E
Snohomish Electricians - Inside Construction Stock Person $30.95 7H 1D
Bid 042-15SR NCRTS Scale Replacement 14
RR8744
Snohomish Electricians - Inside Journey Level $58.23 7H 1E
Snohomish Electricians - Motor Shop Craftsman $15.37 1
Snohomish Electricians - Motor Shop Journey Level $14.69 1
Snohomish Electricians - Powerline Construction Cable Splicer $69.95 5A 4D
Snohomish Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D
Snohomish Electricians - Powerline Construction Groundperson $43.62 5A 4D
Snohomish Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D
Snohomish Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D
Snohomish Electricians - Powerline Construction Line Equipment Operator $53.81 5A 4D
Snohomish Electricians - Powerline Construction Pole Sprayer $63.97 5A 4D
Snohomish Electricians - Powerline Construction Powderperson $47.55 5A 4D
Snohomish Electronic Technicians Journey Level $30.10 1
Snohomish Elevator Constructors Mechanic $82.67 7D 4A
Snohomish Elevator Constructors Mechanic In Charge $89.40 7D 4A
Snohomish Fabricated Precast Concrete Products Journey Level - In-Factory Work Only $13.50 1
Snohomish Fence Erectors Fence Erector $14.00 1
Snohomish Flaggers Journey Level $36.17 7A 3I
Snohomish Glaziers Journey Level $54.91 7L 1Y
Snohomish Heat & Frost Insulators And Asbestos Journeyman $61.18 5J 1S
Workers
Snohomish Heating Equipment Mechanics Journey Level $70.37 7F 1E
Snohomish Hod Carriers & Mason Tenders Journey Level $44.00 7A 3I
Snohomish Industrial Power Vacuum Cleaner Journey Level $9.47 1
Snohomish Inland Boatmen Boat Operator $54.57 5B 1K
Snohomish Inland Boatmen Cook $50.95 5B 1K
Snohomish Inland Boatmen Deckhand $51.19 5B 1K
Snohomish Inland Boatmen Deckhand Engineer $52.18 5B 1K
Snohomish Inland Boatmen Launch Operator $53.40 5B 1K
Snohomish Inland Boatmen Mate $53.40 5B 1K
Snohomish Inspection/Cleaning/Sealing Of Sewer Cleaner Operator, Foamer Operator $9.73 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Grout Truck Operator $11.48 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Head Operator $12.78 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Technician $9.47 1
& Water Systems By Remote Control
Snohomish Inspection/Cleaning/Sealing Of Sewer Tv Truck Operator $10.53 1
& Water Systems By Remote Control
Snohomish Insulation Applicators Journey Level $52.32 5D 4C
Snohomish Ironworkers Journeyman $61.62 7N 1O
Snohomish Laborers Air, Gas Or Electric Vibrating Screed $42.67 7A 3I
Snohomish Laborers Airtrac Drill Operator $44.00 7A 3I
Snohomish Laborers Ballast Regular Machine $42.67 7A 3I
Snohomish Laborers Batch Weighman $36.17 7A 3I
Snohomish Laborers Brick Pavers $42.67 7A 3I
Snohomish Laborers Brush Cutter $42.67 7A 3I
Snohomish Laborers Brush Hog Feeder $42.67 7A 3I
Snohomish Laborers Burner $42.67 7A 3I
Snohomish Laborers Caisson Worker $44.00 7A 3I
Snohomish Laborers Carpenter Tender $42.67 7A 3I
Snohomish Laborers Caulker $42.67 7A 3I
Bid 042-15SR NCRTS Scale Replacement 15
RR8744
Snohomish Laborers Cement Dumper-paving $43.46 7A 3I
Snohomish Laborers Cement Finisher Tender $42.67 7A 3I
Snohomish Laborers Change House Or Dry Shack $42.67 7A 3I
Snohomish Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 3I
Snohomish Laborers Chipping Gun(30 Lbs. And Over) $43.46 7A 3I
Snohomish Laborers Choker Setter $42.67 7A 3I
Snohomish Laborers Chuck Tender $42.67 7A 3I
Snohomish Laborers Clary Power Spreader $43.46 7A 3I
Snohomish Laborers Clean-up Laborer $42.67 7A 3I
Snohomish Laborers Concrete Dumper/chute Operator $43.46 7A 3I
Snohomish Laborers Concrete Form Stripper $42.67 7A 3I
Snohomish Laborers Concrete Placement Crew $43.46 7A 3I
Snohomish Laborers Concrete Saw Operator/core Driller $43.46 7A 3I
Snohomish Laborers Crusher Feeder $36.17 7A 3I
Snohomish Laborers Curing Laborer $42.67 7A 3I
Snohomish Laborers Demolition: Wrecking & Moving (incl. $42.67 7A 3I
Charred Material)
Snohomish Laborers Ditch Digger $42.67 7A 3I
Snohomish Laborers Diver $44.00 7A 3I
Snohomish Laborers Drill Operator (hydraulic,diamond) $43.46 7A 3I
Snohomish Laborers Dry Stack Walls $42.67 7A 3I
Snohomish Laborers Dump Person $42.67 7A 3I
Snohomish Laborers Epoxy Technician $42.67 7A 3I
Snohomish Laborers Erosion Control Worker $42.67 7A 3I
Snohomish Laborers Faller & Bucker Chain Saw $43.46 7A 3I
Snohomish Laborers Fine Graders $42.67 7A 3I
Snohomish Laborers Firewatch $36.17 7A 3I
Snohomish Laborers Form Setter $42.67 7A 3I
Snohomish Laborers Gabian Basket Builders $42.67 7A 3I
Snohomish Laborers General Laborer $42.67 7A 3I
Snohomish Laborers Grade Checker & Transit Person $44.00 7A 3I
Snohomish Laborers Grinders $42.67 7A 3I
Snohomish Laborers Grout Machine Tender $42.67 7A 3I
Snohomish Laborers Groutmen (pressure)including Post $43.46 7A 3I
Tension Beams
Snohomish Laborers Guardrail Erector $42.67 7A 3I
Snohomish Laborers Hazardous Waste Worker (level A) $44.00 7A 3I
Snohomish Laborers Hazardous Waste Worker (level B) $43.46 7A 3I
Snohomish Laborers Hazardous Waste Worker (level C) $42.67 7A 3I
Snohomish Laborers High Scaler $44.00 7A 3I
Snohomish Laborers Jackhammer $43.46 7A 3I
Snohomish Laborers Laserbeam Operator $43.46 7A 3I
Snohomish Laborers Maintenance Person $42.67 7A 3I
Snohomish Laborers Manhole Builder-mudman $43.46 7A 3I
Snohomish Laborers Material Yard Person $42.67 7A 3I
Snohomish Laborers Motorman-dinky Locomotive $43.46 7A 3I
Snohomish Laborers Nozzleman (concrete Pump, Green $43.46 7A 3I
Cutter When Using Combination Of
High Pressure Air & Water On
Concrete & Rock, Sandblast, Gunite,
Shotcrete, Water Bla
Snohomish Laborers Pavement Breaker $43.46 7A 3I
Bid 042-15SR NCRTS Scale Replacement 16
RR8744
Snohomish Laborers Pilot Car $36.17 7A 3I
Snohomish Laborers Pipe Layer Lead $44.00 7A 3I
Snohomish Laborers Pipe Layer/tailor $43.46 7A 3I
Snohomish Laborers Pipe Pot Tender $43.46 7A 3I
Snohomish Laborers Pipe Reliner $43.46 7A 3I
Snohomish Laborers Pipe Wrapper $43.46 7A 3I
Snohomish Laborers Pot Tender $42.67 7A 3I
Snohomish Laborers Powderman $44.00 7A 3I
Snohomish Laborers Powderman's Helper $42.67 7A 3I
Snohomish Laborers Power Jacks $43.46 7A 3I
Snohomish Laborers Railroad Spike Puller - Power $43.46 7A 3I
Snohomish Laborers Raker - Asphalt $44.00 7A 3I
Snohomish Laborers Re-timberman $44.00 7A 3I
Snohomish Laborers Remote Equipment Operator $43.46 7A 3I
Snohomish Laborers Rigger/signal Person $43.46 7A 3I
Snohomish Laborers Rip Rap Person $42.67 7A 3I
Snohomish Laborers Rivet Buster $43.46 7A 3I
Snohomish Laborers Rodder $43.46 7A 3I
Snohomish Laborers Scaffold Erector $42.67 7A 3I
Snohomish Laborers Scale Person $42.67 7A 3I
Snohomish Laborers Sloper (over 20") $43.46 7A 3I
Snohomish Laborers Sloper Sprayer $42.67 7A 3I
Snohomish Laborers Spreader (concrete) $43.46 7A 3I
Snohomish Laborers Stake Hopper $42.67 7A 3I
Snohomish Laborers Stock Piler $42.67 7A 3I
Snohomish Laborers Tamper & Similar Electric, Air & Gas $43.46 7A 3I
Operated Tools
Snohomish Laborers Tamper (multiple & Self-propelled) $43.46 7A 3I
Snohomish Laborers Timber Person - Sewer (lagger, Shorer $43.46 7A 3I
& Cribber)
Snohomish Laborers Toolroom Person (at Jobsite) $42.67 7A 3I
Snohomish Laborers Topper $42.67 7A 3I
Snohomish Laborers Track Laborer $42.67 7A 3I
Snohomish Laborers Track Liner (power) $43.46 7A 3I
Snohomish Laborers Traffic Control Laborer $38.68 7A 3I 8R
Snohomish Laborers Traffic Control Supervisor $38.68 7A 3I 8R
Snohomish Laborers Truck Spotter $42.67 7A 3I
Snohomish Laborers Tugger Operator $43.46 7A 3I
Snohomish Laborers Tunnel Work-Compressed Air Worker $64.99 7A 3I 8Q
0-30 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $70.02 7A 3I 8Q
30.01-44.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $73.70 7A 3I 8Q
44.01-54.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $79.40 7A 3I 8Q
54.01-60.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $81.52 7A 3I 8Q
60.01-64.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $86.62 7A 3I 8Q
64.01-68.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $88.52 7A 3I 8Q
68.01-70.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $90.52 7A 3I 8Q
Bid 042-15SR NCRTS Scale Replacement 17
RR8744
70.01-72.00 psi
Snohomish Laborers Tunnel Work-Compressed Air Worker $92.52 7A 3I 8Q
72.01-74.00 psi
Snohomish Laborers Tunnel Work-Guage and Lock Tender $44.10 7A 3I 8Q
Snohomish Laborers Tunnel Work-Miner $44.10 7A 3I 8Q
Snohomish Laborers Vibrator $43.46 7A 3I
Snohomish Laborers Vinyl Seamer $42.67 7A 3I
Snohomish Laborers Watchman $32.87 7A 3I
Snohomish Laborers Welder $43.46 7A 3I
Snohomish Laborers Well Point Laborer $43.46 7A 3I
Snohomish Laborers Window Washer/cleaner $32.87 7A 3I
Snohomish Laborers - Underground Sewer & General Laborer & Topman $42.67 7A 3I
Water
Snohomish Laborers - Underground Sewer & Pipe Layer $43.46 7A 3I
Water
Snohomish Landscape Construction Irrigation Or Lawn Sprinkler Installers $17.31 1
Snohomish Landscape Construction Landscape Equipment Operators Or $20.06 1
Truck Drivers
Snohomish Landscape Construction Landscaping Or Planting Laborers $14.13 1
Snohomish Lathers Journey Level $52.32 5D 1H
Snohomish Marble Setters Journey Level $51.32 5A 1M
Snohomish Metal Fabrication (In Shop) Fitter $15.38 1
Snohomish Metal Fabrication (In Shop) Laborer $9.79 1
Snohomish Metal Fabrication (In Shop) Machine Operator $9.47 1
Snohomish Metal Fabrication (In Shop) Painter $9.98 1
Snohomish Metal Fabrication (In Shop) Welder $15.38 1
Snohomish Millwright Journey Level $53.42 5D 4C
Snohomish Modular Buildings Journey Level $9.47 1
Snohomish Painters Journey Level $37.80 6Z 2B
Snohomish Pile Driver Journey Level $52.57 5D 4C
Snohomish Plasterers Journey Level $50.42 7Q 1R
Snohomish Playground & Park Equipment Journey Level $11.94 1
Installers
Snohomish Plumbers & Pipefitters Journey Level $63.57 5A 1G
Snohomish Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P
Snohomish Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P
Snohomish Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Batch Plant Operator, Concrete $54.75 7A 3C 8P
Snohomish Power Equipment Operators Bobcat $51.97 7A 3C 8P
Snohomish Power Equipment Operators Brokk - Remote Demolition Equipment $51.97 7A 3C 8P
Snohomish Power Equipment Operators Brooms $51.97 7A 3C 8P
Snohomish Power Equipment Operators Bump Cutter $54.75 7A 3C 8P
Snohomish Power Equipment Operators Cableways $55.24 7A 3C 8P
Snohomish Power Equipment Operators Chipper $54.75 7A 3C 8P
Snohomish Power Equipment Operators Compressor $51.97 7A 3C 8P
Snohomish Power Equipment Operators Concrete Pump: Truck Mount With $55.24 7A 3C 8P
Boom Attachment Over 42 M
Snohomish Power Equipment Operators Concrete Finish Machine -laser Screed $51.97 7A 3C 8P
Snohomish Power Equipment Operators Concrete Pump - Mounted Or Trailer $54.33 7A 3C 8P
High Pressure Line Pump, Pump High
Pressure.
Snohomish Power Equipment Operators Concrete Pump: Truck Mount With $54.75 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 18
RR8744
Boom Attachment Up To 42m
Snohomish Power Equipment Operators Conveyors $54.33 7A 3C 8P
Snohomish Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $55.79 7A 3C 8P
Or 150' Of Boom (Including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P
Of Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P
Under 150' Of Boom (including Jib
With Attachments)
Snohomish Power Equipment Operators Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P
Snohomish Power Equipment Operators Cranes: Friction 100 Tons Through 199 $56.36 7A 3C 8P
Tons
Snohomish Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P
Snohomish Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P
Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P
Attachments A-frame Over 10 Tons
Snohomish Power Equipment Operators Crusher $54.75 7A 3C 8P
Snohomish Power Equipment Operators Deck Engineer/deck Winches (power) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P
Snohomish Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C 8P
Snohomish Power Equipment Operators Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P
Crane Mount
Snohomish Power Equipment Operators Drilling Machine $54.75 7A 3C 8P
Snohomish Power Equipment Operators Elevator And Man-lift: Permanent And $51.97 7A 3C 8P
Shaft Type
Snohomish Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P
Gamaco & Similar Equipment
Snohomish Power Equipment Operators Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P
Attachments
Snohomish Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $54.75 7A 3C 8P
Sheets, Etc
Snohomish Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P
Snohomish Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P
Snohomish Power Equipment Operators Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P
Road Equipment 45 Yards. & Over
Snohomish Power Equipment Operators Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P
road Equipment Under 45 Yards
Snohomish Power Equipment Operators Horizontal/directional Drill Locator $54.33 7A 3C 8P
Snohomish Power Equipment Operators Horizontal/directional Drill Operator $54.75 7A 3C 8P
Snohomish Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P
Snohomish Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P
Under
Snohomish Power Equipment Operators Loader, Overhead 8 Yards. & Over $55.79 7A 3C 8P
Snohomish Power Equipment Operators Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P
Including 8 Yards
Snohomish Power Equipment Operators Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P
Snohomish Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 19
RR8744
Snohomish Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P
Snohomish Power Equipment Operators Locomotives, All $54.75 7A 3C 8P
Snohomish Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P
Snohomish Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $55.79 7A 3C 8P
Hour Over Mechanic)
Snohomish Power Equipment Operators Motor Patrol Grader - Non-finishing $54.33 7A 3C 8P
Snohomish Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 8P
Snohomish Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $55.24 7A 3C 8P
Boring, Road Header And/or Shield
Snohomish Power Equipment Operators Oil Distributors, Blower Distribution & $51.97 7A 3C 8P
Mulch Seeding Operator
Snohomish Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P
Manlifts), Air Tuggers,strato
Snohomish Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $54.75 7A 3C 8P
Through 44 Tons
Snohomish Power Equipment Operators Overhead, Bridge Type: 100 Tons And $55.79 7A 3C 8P
Over
Snohomish Power Equipment Operators Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P
Through 99 Tons
Snohomish Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P
Snohomish Power Equipment Operators Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P
Snohomish Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P
Snohomish Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P
Snohomish Power Equipment Operators Power Plant $51.97 7A 3C 8P
Snohomish Power Equipment Operators Pumps - Water $51.97 7A 3C 8P
Snohomish Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P
Snohomish Power Equipment Operators Quick Tower - No Cab, Under 100 Feet $51.97 7A 3C 8P
In Height Based To Boom
Snohomish Power Equipment Operators Remote Control Operator On Rubber $55.24 7A 3C 8P
Tired Earth Moving Equipment
Snohomish Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P
Snohomish Power Equipment Operators Rollagon $55.24 7A 3C 8P
Snohomish Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P
Snohomish Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $54.33 7A 3C 8P
Snohomish Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P
Snohomish Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P
Snohomish Power Equipment Operators Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P
Snohomish Power Equipment Operators Scrapers - Concrete & Carry All $54.33 7A 3C 8P
Snohomish Power Equipment Operators Scrapers, Self-propelled: 45 Yards And $55.24 7A 3C 8P
Over
Snohomish Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P
Snohomish Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P
Snohomish Power Equipment Operators Shovel , Excavator, Backhoe, Tractors $54.33 7A 3C 8P
Under 15 Metric Tons.
Snohomish Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $55.24 7A 3C 8P
Metric Tons To 50 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P
Tractors: 15 To 30 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 $55.79 7A 3C 8P
Metric Tons To 90 Metric Tons
Snohomish Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 $56.36 7A 3C 8P
Metric Tons
Snohomish Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P
Bid 042-15SR NCRTS Scale Replacement 20
RR8744
Snohomish Power Equipment Operators Spreader, Topsider & Screedman $55.24 7A 3C 8P
Snohomish Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P
Snohomish Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P
Snohomish Power Equipment Operators Tower Crane Over 175'in Height, Base $56.36 7A 3C 8P
To Boom
Snohomish Power Equipment Operators Tower Crane Up To 175' In Height Base $55.79 7A 3C 8P
To Boom
Snohomish Power Equipment Operators Transporters, All Track Or Truck Type $55.24 7A 3C 8P
Snohomish Power Equipment Operators Trenching Machines $54.33 7A 3C 8P
Snohomish Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $54.75 7A 3C 8P
And Over
Snohomish Power Equipment Operators Truck Crane Oiler/driver Under 100 $54.33 7A 3C 8P
Tons
Snohomish Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C 8P
Snohomish Power Equipment Operators Welder $55.24 7A 3C 8P
Snohomish Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P
Snohomish Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P
Snohomish Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Batch Plant Operator, Concrete $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Bobcat $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Brokk - Remote Demolition Equipment $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Brooms $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cableways $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Chipper $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Compressor $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Concrete Pump: Truck Mount With $55.24 7A 3C 8P
Underground Sewer & Water Boom Attachment Over 42 M
Snohomish Power Equipment Operators- Concrete Finish Machine -laser Screed $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Concrete Pump - Mounted Or Trailer $54.33 7A 3C 8P
Underground Sewer & Water High Pressure Line Pump, Pump High
Pressure.
Snohomish Power Equipment Operators- Concrete Pump: Truck Mount With $54.75 7A 3C 8P
Underground Sewer & Water Boom Attachment Up To 42m
Snohomish Power Equipment Operators- Conveyors $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, $55.79 7A 3C 8P
Underground Sewer & Water Or 150' Of Boom (Including Jib With
Attachments)
Snohomish Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P
Underground Sewer & Water Of Boom (including Jib With
Bid 042-15SR NCRTS Scale Replacement 21
RR8744
Attachments)
Snohomish Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P
Underground Sewer & Water Under 150' Of Boom (including Jib
With Attachments)
Snohomish Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: Friction 100 Tons Through 199 $56.36 7A 3C 8P
Underground Sewer & Water Tons
Snohomish Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P
Underground Sewer & Water Boom (including Jib With
Attachments)
Snohomish Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P
Underground Sewer & Water Attachments A-frame Over 10 Tons
Snohomish Power Equipment Operators- Crusher $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Deck Engineer/deck Winches (power) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P
Underground Sewer & Water Crane Mount
Snohomish Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Elevator And Man-lift: Permanent And $51.97 7A 3C 8P
Underground Sewer & Water Shaft Type
Snohomish Power Equipment Operators- Finishing Machine, Bidwell And $54.75 7A 3C 8P
Underground Sewer & Water Gamaco & Similar Equipment
Snohomish Power Equipment Operators- Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P
Underground Sewer & Water Attachments
Snohomish Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut $54.75 7A 3C 8P
Underground Sewer & Water Sheets, Etc
Snohomish Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P
Underground Sewer & Water Road Equipment 45 Yards. & Over
Snohomish Power Equipment Operators- Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P
Underground Sewer & Water road Equipment Under 45 Yards
Snohomish Power Equipment Operators- Horizontal/directional Drill Locator $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Horizontal/directional Drill Operator $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P
Underground Sewer & Water Under
Snohomish Power Equipment Operators- Loader, Overhead 8 Yards. & Over $55.79 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P
Underground Sewer & Water Including 8 Yards
Snohomish Power Equipment Operators- Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P
Underground Sewer & Water
Bid 042-15SR NCRTS Scale Replacement 22
RR8744
Snohomish Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $55.79 7A 3C 8P
Underground Sewer & Water Hour Over Mechanic)
Snohomish Power Equipment Operators- Motor Patrol Grader - Non-finishing $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $55.24 7A 3C 8P
Underground Sewer & Water Boring, Road Header And/or Shield
Snohomish Power Equipment Operators- Oil Distributors, Blower Distribution & $51.97 7A 3C 8P
Underground Sewer & Water Mulch Seeding Operator
Snohomish Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P
Underground Sewer & Water Manlifts), Air Tuggers,strato
Snohomish Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons $54.75 7A 3C 8P
Underground Sewer & Water Through 44 Tons
Snohomish Power Equipment Operators- Overhead, Bridge Type: 100 Tons And $55.79 7A 3C 8P
Underground Sewer & Water Over
Snohomish Power Equipment Operators- Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P
Underground Sewer & Water Through 99 Tons
Snohomish Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Power Plant $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $51.97 7A 3C 8P
Underground Sewer & Water In Height Based To Boom
Snohomish Power Equipment Operators- Remote Control Operator On Rubber $55.24 7A 3C 8P
Underground Sewer & Water Tired Earth Moving Equipment
Snohomish Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Rollagon $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P
Underground Sewer & Water
Bid 042-15SR NCRTS Scale Replacement 23
RR8744
Snohomish Power Equipment Operators- Scrapers - Concrete & Carry All $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And $55.24 7A 3C 8P
Underground Sewer & Water Over
Snohomish Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $54.33 7A 3C 8P
Underground Sewer & Water Under 15 Metric Tons.
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $55.24 7A 3C 8P
Underground Sewer & Water Metric Tons To 50 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P
Underground Sewer & Water Tractors: 15 To 30 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 $55.79 7A 3C 8P
Underground Sewer & Water Metric Tons To 90 Metric Tons
Snohomish Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 $56.36 7A 3C 8P
Underground Sewer & Water Metric Tons
Snohomish Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Spreader, Topsider & Screedman $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Tower Crane Over 175'in Height, Base $56.36 7A 3C 8P
Underground Sewer & Water To Boom
Snohomish Power Equipment Operators- Tower Crane Up To 175' In Height Base $55.79 7A 3C 8P
Underground Sewer & Water To Boom
Snohomish Power Equipment Operators- Transporters, All Track Or Truck Type $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $54.75 7A 3C 8P
Underground Sewer & Water And Over
Snohomish Power Equipment Operators- Truck Crane Oiler/driver Under 100 $54.33 7A 3C 8P
Underground Sewer & Water Tons
Snohomish Power Equipment Operators- Truck Mount Portable Conveyor $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Welder $55.24 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P
Underground Sewer & Water
Snohomish Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P
Underground Sewer & Water
Snohomish Power Line Clearance Tree Trimmers Journey Level In Charge $45.75 5A 4A
Snohomish Power Line Clearance Tree Trimmers Spray Person $43.38 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Equipment Operator $45.75 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Trimmer $40.84 5A 4A
Snohomish Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30.74 5A 4A
Snohomish Refrigeration & Air Conditioning Mechanic $63.57 5A 1G
Mechanics
Snohomish Residential Brick Mason Journey Level $20.00 1
Snohomish Residential Carpenters Journey Level $40.14 5D 4C
Snohomish Residential Cement Masons Journey Level $14.00 1
Snohomish Residential Drywall Applicators Journey Level $40.14 5D 4C
Bid 042-15SR NCRTS Scale Replacement 24
RR8744
Snohomish Residential Drywall Tapers Journey Level $52.37 5P 1E
Snohomish Residential Electricians Journey Level $31.49 7F 1D
Snohomish Residential Glaziers Journey Level $37.30 7L 1H
Snohomish Residential Insulation Applicators Journey Level $25.68 1
Snohomish Residential Laborers Journey Level $20.73 1
Snohomish Residential Marble Setters Journey Level $30.74 1
Snohomish Residential Painters Journey Level $17.46 1
Snohomish Residential Plumbers & Pipefitters Journey Level $28.99 1
Snohomish Residential Refrigeration & Air Journey Level $37.72 5A 1G
Conditioning Mechanics
Snohomish Residential Sheet Metal Workers Journey Level (Field or Shop) $42.58 7F 1R
Snohomish Residential Soft Floor Layers Journey Level $42.41 5A 3D
Snohomish Residential Sprinkler Fitters (Fire Journey Level $42.48 5C 2R
Protection)
Snohomish Residential Stone Masons Journey Level $30.74 1
Snohomish Residential Terrazzo Workers Journey Level $9.47 1
Snohomish Residential Terrazzo/Tile Finishers Journey Level $21.60 1
Snohomish Residential Tile Setters Journey Level $25.17 1
Snohomish Roofers Journey Level $45.71 5A 3H
Snohomish Roofers Using Irritable Bituminous Materials $48.71 5A 3H
Snohomish Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E
Snohomish Shipbuilding & Ship Repair Boilermaker $39.82 7M 1H
Snohomish Shipbuilding & Ship Repair Carpenter $38.10 7R 2B
Snohomish Shipbuilding & Ship Repair Electrician $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Heat & Frost Insulator $61.18 5J 1S
Snohomish Shipbuilding & Ship Repair Laborer $27.88 5T 3E
Snohomish Shipbuilding & Ship Repair Machinist $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Painter $37.80 6Z 2B
Snohomish Shipbuilding & Ship Repair Shipfitter $37.58 5T 3E
Snohomish Shipbuilding & Ship Repair Welder/Burner $37.58 5T 3E
Snohomish Sign Makers & Installers (Electrical) Sign Installer $26.56 1
Snohomish Sign Makers & Installers (Electrical) Sign Maker $20.50 1
Snohomish Sign Makers & Installers (Non- Sign Installer $22.56 1
Electrical)
Snohomish Sign Makers & Installers (Non- Sign Maker $20.50 1
Electrical)
Snohomish Soft Floor Layers Journey Level $42.41 5A 3D
Snohomish Solar Controls For Windows Journey Level $9.47 1
Snohomish Sprinkler Fitters (Fire Protection) Journey Level $69.74 5C 1X
Snohomish Stage Rigging Mechanics (Non Journey Level $13.23 1
Structural)
Snohomish Stone Masons Journey Level $51.32 5A 1M
Snohomish Street And Parking Lot Sweeper Journey Level $15.00 1
Workers
Snohomish Surveyors Assistant Construction Site Surveyor $54.33 7A 3C 8P
Snohomish Surveyors Chainman $53.81 7A 3C 8P
Snohomish Surveyors Construction Site Surveyor $55.24 7A 3C 8P
Snohomish Telecommunication Technicians Journey Level $22.38 1
Snohomish Telephone Line Construction - Outside Cable Splicer $36.96 5A 2B
Snohomish Telephone Line Construction - Outside Hole Digger/Ground Person $20.49 5A 2B
Snohomish Telephone Line Construction - Outside Installer (Repairer) $35.40 5A 2B
Snohomish Telephone Line Construction - Outside Special Aparatus Installer I $36.96 5A 2B
Bid 042-15SR NCRTS Scale Replacement 25
RR8744
Snohomish Telephone Line Construction - Outside Special Apparatus Installer II $36.19 5A 2B
Snohomish Telephone Line Construction - Outside Telephone Equipment Operator $36.96 5A 2B
(Heavy)
Snohomish Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.34 5A 2B
Snohomish Telephone Line Construction - Outside Telephone Lineperson $34.34 5A 2B
Snohomish Telephone Line Construction - Outside Television Groundperson $19.45 5A 2B
Snohomish Telephone Line Construction - Outside Television Lineperson/Installer $25.89 5A 2B
Snohomish Telephone Line Construction - Outside Television System Technician $30.97 5A 2B
Snohomish Telephone Line Construction - Outside Television Technician $27.77 5A 2B
Snohomish Telephone Line Construction - Outside Tree Trimmer $34.34 5A 2B
Snohomish Terrazzo Workers Journey Level $46.96 5A 1M
Snohomish Tile Setters Journey Level $46.96 5A 1M
Snohomish Tile, Marble & Terrazzo Finishers Finisher $37.79 5A 1B
Snohomish Traffic Control Stripers Journey Level $43.11 7A 1K
Snohomish Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $49.85 5D 3A 8L
Joint Council 28)
Snohomish Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint $49.01 5D 3A 8L
Council 28)
Snohomish Truck Drivers Dump Truck $37.94 1
Snohomish Truck Drivers Dump Truck And Trailer $38.52 1
Snohomish Truck Drivers Other Trucks $38.52 1
Snohomish Truck Drivers Transit Mixer $34.63 1
Snohomish Well Drillers & Irrigation Pump Irrigation Pump Installer $17.05 1
Installers
Snohomish Well Drillers & Irrigation Pump Oiler $13.93 1
Installers
Snohomish Well Drillers & Irrigation Pump Well Driller $19.01 1
Installers
Bid 042-15SR NCRTS Scale Replacement 26
RR8744
Bid 042-15SR NCRTS Scale Replacement 27
RR8744
Bid 042-15SR NCRTS Scale Replacement 28
RR8744
Bid 042-15SR NCRTS Scale Replacement 29
RR8744
Bid 042-15SR NCRTS Scale Replacement 30
RR8744
Bid 042-15SR NCRTS Scale Replacement 31
RR8744
Bid 042-15SR NCRTS Scale Replacement 32
RR8744
Bid 042-15SR NCRTS Scale Replacement 33
RR8744
Bid 042-15SR NCRTS Scale Replacement 34
RR8744
Bid 042-15SR NCRTS Scale Replacement 35
RR8744
GENERAL CONDITIONS
PART 1 GENERAL PROVISIONS
1.01 Definitions
1.02 Order of Precedence
1.03 Execution and Intent
1.04 Authority
1.05 Information Supplied By County
PART 2 INSURANCE AND BONDS
2.01 Contractor's Insurance Requirements
2.02 Insurance Coverage Certificates
2.03 Payment and Performance Bonds
2.04 Additional Bond Security
PART 3 TIME AND SCHEDULE
3.01 Progress and Completion
3.02 Construction Schedule
3.03 Owner's Right to Suspend the Work for Convenience
3.04 Owner's Right to Stop the Work for Cause
3.05 Delay
3.06 Notice to Owner of Labor Disputes
3.07 Damages for Failure to Achieve Timely Completion
PART 4 SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.01 Discrepancies and Contract Document Review
4.02 Project Record
4.03 Shop Drawings
4.04 Organization of Specifications
4.05 Ownership and Use of Drawings, Specifications, and Other Documents
PART 5 PERFORMANCE
5.01 Contractor Control and Supervision
5.02 Permits, Fees and Notices
5.03 Patents and Royalties
5.04 Prevailing Wages
5.05 Hours of Labor
5.06 Not Used
Bid 042-15SR NCRTS Scale Replacement 36
RR8744
5.07 Safety Precautions
5.08 Operations, Material Handling, and Storage Areas
5.09 Prior Notice of Excavation
5.10 Unforeseen Physical Conditions
5.11 Protection of Existing Structures, Equipment, Vegetation, Utilities, and Improvements
5.12 Layout of Work
5.13 Material and Equipment
5.14 Availability and Use of Utility Services
5.15 Tests and Inspection
5.16 Correction of Nonconforming Work
5.17 Clean Up
5.18 Access to Work
5.19 Other Contracts
5.20 Subcontractors and Suppliers
5.21 Warranty of Construction
PART 6 PAYMENTS AND COMPLETION
6.01 Contract Sum
6.02 Schedule of Values
6.03 Application for Payment
6.04 Progress Payments
6.05 Payments Withheld
6.06 Retainage and Bond Claim Rights
6.07 Substantial Completion
6.08 Prior Occupancy
6.09 Final Completion, Acceptance, and Payment
PART 7 CHANGES
7.01 Changes in the Work
7.02 Change in the Contract Sum
7.03 Change in the Contract Time
PART 8 CLAIMS AND DISPUTE RESOLUTION
8.01 Claims Procedure
8.02 Dispute Resolution
8.03 Claims Audits
Bid 042-15SR NCRTS Scale Replacement 37
RR8744
PART 9 TERMINATION OF THE WORK
9.01 Termination by Owner for Cause
9.02 Termination by Owner for Convenience
PART 10 MISCELLANEOUS PROVISIONS
10.01 Governing Law
10.02 Successors and Assigns
10.03 Meaning of Words
10.04 Rights and Remedies
10.05 Contractor Registration
10.06 Time Computations
10.07 Records Retention
10.08 Third-Party Agreements
10.09 Antitrust Assignment
10.10 Apprentice Requirements
SUPPLEMENTAL CONDITIONS
1. General
2. Payment and Performance Bonds
3. Cost of the Work
4. Bid Specified General Conditions
5. Washington State Sales Tax
Bid 042-15SR NCRTS Scale Replacement 38
RR8744
PART 1 - GENERAL PROVISIONS
1.01 DEFINITIONS
“Abbreviations†refer to trade association names and titles of general standards are frequently
abbreviated. Where such acronyms or abbreviations are used in the specifications or other
contract documents, they mean recognized name of the trade association, standards generating
organization, authority having jurisdiction, or other entity applicable to the context of the text
provision. Refer to the “Encyclopedia of Associations,†published by Gale Research Co., available
in most libraries.
“Addendum†is a written or graphic document, issued to all bidders and identified as an
addendum prior to bid opening, which modifies or supplements the bid documents and becomes
a part of the contract.
“Alternate Bid†(or Alternate) is an amount stated in the Bid to be added or deducted from the
amount of the base Bid if the corresponding change in project scope or materials or methods of
construction described in the Bidding Documents is accepted.
"Application for Payment" means a written request submitted by Contractor to A/E for payment
of Work completed in accordance with the Contract Documents and approved Schedule of Values,
supported by such substantiating data as Owner or A/E may require.
"Apprentice": (1) A person employed and individually registered in a bona fide apprenticeship
program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or
with a state apprenticeship agency recognized by the Bureau; or (2) a person in his first 90 days of
probationary employment as an apprentice in such an apprenticeship program, who is not
individually registered in the program, or who has been certified by the Bureau of Apprenticeship
and Training or a State Apprenticeship Council (where appropriate) to be eligible for probationary
employment as an apprentice.
"Architect," "Engineer" or "A/E" means a person or entity lawfully entitled to practice
architecture or engineering, representing Owner within the limits of its delegated authority.
“Award†is the formal decision of the Contracting Agency to accept the lowest responsible
and responsive bidder for the work.
“Base Bid†is the sum stated in the Bid for which the Bidder offers to perform the work
described as the base, to which work may be added or deducted for sums stated in Alternate
Bids and Unit Prices. The base bid does not include Force Account work and taxes.
“Bid Documents†are the component parts of the proposed contract which may include, but are
not limited to, the proposal form, the proposed contract provisions, the proposed contract plans,
and addenda.
“Bid Specified General Conditions†means temporary work, staff and/or fees performed by or
paid by the Contractor to accomplish the scope of work as detailed in the Request for Proposal.
Bid 042-15SR NCRTS Scale Replacement 39
RR8744
“Call for Bids (Advertisement for Bids)†is the published public notice soliciting proposals or
bids for work stating, among other things, the time, place, and date for receiving and opening the
bids.
"Change Order" is a document produced by the Owner that serves as a written instrument, signed
by Owner and Contractor, stating their agreement upon all of the following: (1) a change in the
Work; (2) the amount of the adjustment in the Contract Sum, if any, and (3) the extent of the
adjustment in the Contract Time, if any.
“Change Order Proposal (COP)†is a document produced by the Contractor and used to propose
a change in scope and/or schedule to the Owner with an adjustment to the Contract Sum.
"Claim" means Contractor's exclusive remedy for resolving disputes with Owner regarding the
terms of a Change Order or a request for equitable adjustment, as more fully set forth in part 7.
“Commissioning†is the process of achieving, verifying and documenting the performance of
building mechanical and electrical systems through a complete and thorough investigation, to
ensure proper installation and operation of all components and systems in order to meet the
design intent and Owner’s functional and operational needs. The process advances systems from
static condition to full dynamic working order, according to the specified requirements.
Commissioning requires the participation of the General Contractor, all subcontractors associated
with the scope of work to be commissioned, Commissioning Agent, Owner and A/E in a team effort
to ensure that all equipment, components and systems have been completely and properly installed
and put into service.
“Construction Change Directive†is a document produced by the Owner when negotiations
reach an impasse that directs the Contractor to proceed with a defined change in the Work and/or
Contract Time with an adjustment to the Contract Sum.
“Contracting Agency†is the Owner, Snohomish County Public Works.
“Contract Award Amount†is the sum of the Base Bid, any accepted Alternates and all
applicable Sales Tax.
“Contract Bond†The approved form of security furnished by the Contractor and the Contractor’s
surety as required by the contract, that guarantees performance of all the work required by the
contract and payment to anyone who provides supplies or labor for the performance of the work.
"Contract Documents" means the Advertisement for Bids, Instructions for Bidders, completed
Form of Proposal, General Conditions, Modifications to the General Conditions, Supplemental
Conditions, Public Works Contract, other Special Forms, Drawings and Specifications, and all
addenda and modifications thereof.
“Contractor†means the person or entity who has agreed with Owner to perform the
Work in accordance with the Contract Documents.
"Contract Sum" is the total amount payable by Owner to Contractor for performance of the Work in
accordance with the Contract Documents.
"Contract Time" is the number of calendar days allotted in the Contract Documents for achieving
Substantial Completion of the Work.
“Cost of Work†is the construction cost, including change orders.
‘County’ – see ‘Owner’. The terms are equivalent.
Bid 042-15SR NCRTS Scale Replacement 40
RR8744
‘Critical Path’ is the longest, continuous sequence of interrelated activities that begins at the start of
the Project (Notice to Proceed) and extends to Substantial Completion of the Project. These
activities are critical because delay to an activity on this path will extend Contract Time.
"Drawings" are the graphic and pictorial portions of the Contract Documents showing the
design, location, and dimensions of the Work, and may include plans, elevations, sections,
details, schedules, and diagrams.
“Field Authorization (FA)†is a document produced by the Owner to authorize a change in the
work outside of the Contract Sum, allowing the work to proceed immediately to prevent delay in
the project, which is subsequently reconciled by Change Order.
‘Field Directive’ – see ‘Field Authorization’. The terms are equivalent.
"Final Acceptance" means the written acceptance issued to Contractor by Owner after
Contractor has completed the requirements of the Contract Documents.
"Final Completion" means that the Work is fully and finally completed in accordance with the
Contract Documents.
"Force Majeure" means those acts entitling Contractor to request an equitable adjustment in
the Contract Time, as more fully set forth in paragraph 3.05A.
“Furnish†is used to mean supply and deliver to the project site, ready for unloading, unpacking,
assembly, installation and other.
‘Hazardous Material’ means any pollutant, contaminant, toxic or hazardous waste, dangerous
substance, potentially dangerous substance, noxious substance, toxic substance, flammable
materials, explosive material, radioactive materials, urea formaldehyde foam insulation, asbestos,
PCBs, or any other substances the removal of which is required, or the manufacture, preparation,
production, generation, use, maintenance, treatment, storage, transfer, handling, or shipment of
which is restricted, prohibited, regulated, or penalized by any and all federal, state, county, or
municipal statutes or laws and regulations promulgated thereunder, now or at any time hereafter in
effect, including, but not limited to, the Comprehensive Environmental Response, Compensation,
and Liability Act (42 U.S.C. §§ 9601, et seq.), the Hazardous Materials Transportation Act (49
U.S.C. §§ 1801, et seq.), the Resource Conservation and Recovery Act ( 42 U.S.C. §§ 6901, et
seq.), the Federal Water Pollution Control Act (33 U.S.C. §§ 1251, et seq.), the Clean Air Act (42
U.S.C. §§ 7401, et seq.), the Toxic Substances Control Act, as amended (15 U.S.C. §§ 2601 et
seq., the Occupational Safety and Health Act (29 U.S.C §§ 651, et seq.), and the Model Toxics
Control Act (RCW 70.105), or similar state or local statue or code), as the laws have been
amended and supplemented.
“Indicated†refers to graphic representations, notes or schedules on the drawings, or other
paragraphs or schedules in the specifications, and similar requirements in the contract documents,
Where terms such as “shown, noted, scheduled, and specified†are used, it is to help the reader
locate the reference; no limit on location is intended.
“Install†is used to describe operations at the project site including the actual unloading,
unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing,
curing, protecting, cleaning and similar operations.
“Installer†is the contractor or an entity engaged by the contractor, either as an employee,
subcontractor, or contractor of lower tier for performance of a particular construction activity,
including installation, erection, application and similar operations. Installers are required to be
experienced in the operations they are engaged to perform.
Bid 042-15SR NCRTS Scale Replacement 41
RR8744
“Milestone†means a principal event specified in the Contract Documents relating to an
intermediate completion date or time.
"Notice" means a written notice that has been delivered in person to the individual or a member of
the firm or entity or to an officer of the corporation for which it was intended or, if delivered or sent
by registered or certified mail, to the last business address known to the party giving notice.
"Notice to Proceed" means a notice from Owner to Contractor that defines the date on which the
Contract Time begins to run.
"Owner" means Snohomish County or its authorized representative with the authority to enter
into, administer, and/or terminate the Work in accordance with the Contract Documents and make
related determinations and findings.
"Prior Occupancy" means Owner's use of all or parts of the Project before
Substantial Completion.
"Project" means the total construction of which the Work performed in accordance with the
Contract Documents may be the whole or a part and which may include construction by Owner
or by separate contractors.
"Project Manual" means the volume usually assembled for the Work that may include the
bidding requirements, sample forms, and other Contract Documents.
"Project Record" means the separate set of Drawings and Specifications as further set forth in
paragraph 4.02A.
"Progress Schedule" means a schedule of the Work, in a form satisfactory to
Owner, as further set forth in section 3.02.
“Proposal†is the form provided to bidders by the Contracting Agency for submittal of a proposal
or bid to the Contracting Agency for a specific project. The form includes descriptions of the bid
items along with blank spaces to be completed by the bidder
for the bid amount(s), signatures, date, acknowledgment of addenda, and the bidder’s address.
The required certifications and declarations are part of the form.
“Provide†means to furnish and install, complete and ready for intended use.
‘Record Documents’ – see ‘Project Record’. The terms are equivalent.
‘Request for Change Order’ means a document, designated as a Request for a Change Order,
prepared by the Contractor requesting either (1) a change in Contract Price; (2) a change in Contract
Time; (3) a change in Contract Work; (4) a payment of money or damages; and/or (5) any other relief
arising out of or relating to this Contract.
‘Request for Information’ is a request from the Contractor to the County seeking an interpretation
or a clarification of some requirement of the Contract Documents.
“Rough Order Magnitude (ROM)†is an estimate of cost and/or time produced by the
Contractor or A/E, to the best of their ability, for a defined scope of work.
"Schedule of Values" means a written breakdown allocating the total Contract Sum to each
principle category of Work, in such detail as requested by Owner.
Bid 042-15SR NCRTS Scale Replacement 42
RR8744
‘Site’ or ‘Project Site’ shall be understood to refer to the location at which construction, equipment
or services furnished by the Contractor under the Contract will be performed, completed and/or
delivered.
"Specifications" are that portion of the Contract Documents consisting of the written
requirements for materials, equipment, construction systems, standards and workmanship for the
Work, and performance of related services.
"Subcontract" means a contract entered into by Subcontractor for the purpose of obtaining
supplies, materials, equipment, or services of any kind for or in connection with the Work.
"Subcontractor" means an individual, partnership, firm, corporation, or joint venture who is
sublet part of the contract by the Contractor.
"Substantial Completion" means that stage in the progress of the Work where Owner has
full and unrestricted use and benefit of the facilities for the purposes intended, as more fully
set forth in Part 6.07.
“Surety†is a company that is bound with the Contractor to ensure performance of the contract,
payment of all obligations pertaining to the work, and fulfillment of such other conditions as are
specified in the contract, contract bond, or otherwise required by law.
"Trainee": A person receiving on-the-job training in a construction operation under a program that
is approved (but not necessarily sponsored) by the U.S. Department of Labor, Manpower
Administration, Bureau of Apprenticeship and Training, and that is reviewed from time to time by the
Manpower Administration to ensure that the training meets adequate standards.
“Unit Price†is an amount stated in the Bid as a price per unit of measurement for materials or
services as described in the Contract Documents.
“Work†means the construction and services required by the Contract Documents, including,
but not limited to, labor, materials, supplies, equipment, services, permits and the manufacture
and fabrication of components, performed, furnished or provided in accordance with the Contract
Documents.
Bid 042-15SR NCRTS Scale Replacement 43
RR8744
1.02 ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents shall be resolved by giving the
documents precedence in the following order.
1. Signed Public Works Contract, including any Change Orders, Addenda and any
Special Forms.
2. Supplemental Conditions.
3. General Conditions.
4. Specifications--provisions in Division 1 shall take precedence over provisions of
any other Division.
5. Drawings--in case of conflict within the Drawings, large-scale drawings shall take
precedence over small-scale drawings.
6. Signed and Completed Form of Proposal.
7. Instructions to Bidders.
8. Advertisement for Bids.
1.03 EXECUTION AND INTENT
The intent of the contract is to prescribe a complete work. Omissions from the contract of
details of work, which are necessary to carry out the contract, shall not relieve the Contractor
from performing the omitted work within the Contract Sum.
Contractor makes the following representations to Owner:
1. The Contract Sum is reasonable compensation for the Work and the Contract Time is
adequate for the performance of the Work, as represented by the Contract Documents;
2. Contractor has carefully reviewed the Contract Documents, visited and examined the Project
site, become familiar with the local conditions in which the Work is to be performed, and
satisfied itself as to the nature, location, character, quality and quantity of the Work, the labor,
materials, equipment, goods, supplies, work, services and other items to be furnished and all
other requirements of the Contract Documents, as well as the surface and subsurface
conditions and other matters that may be encountered at the Project site or
affect performance of the Work or the cost or difficulty thereof;
3. Contractor is financially solvent, able to pay its debts as they mature, and possesses
sufficient working capital to complete the Work and perform Contractor's obligations
required by the Contract Documents.
4. Contractor is able to furnish the plant, tools, materials, supplies, equipment and labor required
to complete the Work and perform the obligations required by the Contract Documents and
has sufficient experience and competence to do so.
Bid 042-15SR NCRTS Scale Replacement 44
RR8744
5. If any part of the contract requires work that does not include a description for how the work is
to be performed, the work shall be performed in accordance with standard trade practice(s).
For purposes of the Contract, a standard trade practice is defined by methods, materials and
procedures sanctioned or defined by associated manufacturer’s and trade industry
recommendations or requirements.
1.04 AUTHORITY
1. Unless the County, in writing, indicates otherwise, the authority to (1) commit to or bind the
County to any Change Orders or change in Contract Work, Contract Price and/or Contract
Time; or (2) sign the Contract or Change Orders rests solely in the Snohomish County
Executive or its designee.
2. The County shall identify the Owner Representative in the Contract prior to Contract
Execution.
A. The Owner Representative shall provide the Contractor with a written Notice of
delegation of authority, which identifies the person who has authority to sign
Change Orders and/or bind the County to changes in Contract Work, Contract
Price and Contract Time.
B. In the event the Owner Representative is no longer assigned to the Contract, the
County shall notify the Contractor in writing of the change providing the name of the
new Owner Representative and effective date of the change.
3. The Owner Representative shall have the authority to administer the Contract.
Administration of the Contract by the Owner Representative includes but is not limited to:
A. Receiving all correspondence and information from the Contractor;
B. Issuing Field Directives;
C. Issuing request for Change Proposals;
D. Responding to Requests for Information;
E. Reviewing the schedule of values, project schedules, submittals, testing and inspection
reports, substitution requests, and other documentation submitted by the
Contractor;
F. Negotiating Change Proposals and Change Orders;
G. Recommending Change Orders for approval by the Snohomish County Executive or its
designee;
H. Issuing decisions with respect to Requests for Change Orders and Claims;
I. Processing payment requests submitted by the Contractor, and recommending
payment;
J. Monitoring the quality of the work, rejecting noncompliant work, and recommending
acceptance of the work;
K. Transmitting executed Change Orders, amendments, and other Contract
correspondence to the Contractor; and
L. Performing all other contract administrative functions.
Bid 042-15SR NCRTS Scale Replacement 45
RR8744
4. All correspondence, questions, and/or documentation shall be submitted to the Owner
Representative.
5. The Owner Representative may designate Technical Representatives to perform functions
under the Contract, such as review and/or inspection and acceptance of supplies,
services, including construction, and other functions of a technical or administrative nature.
A. The Owner Representative will provide a written Notice of its designation to the
Contractor. The designation letter will set forth the authority of the Technical
Representatives under the Contract.
B. The Owner Representative may add to or modify in writing these designations from time
to time.
C. The Owner Representative cannot grant a Technical Representative greater authority
than the authority of the Owner Representative.
1.05 INFORMATION SUPPLIED BY COUNTY
A. Unless otherwise specifically provided in the Contract, surveys and site information provided
by the County are intended to describe the general physical characteristics of the Site. The
County does not represent that this information is complete or sufficient for the
Contractor’s performance of the Work.
B. The County shall furnish to the Contractor five (5) copies of the Contract Documents
(including half-size copies of the Contract drawings), one full-size set of Contract drawings
and one copy of any permits obtained by the County. The Contractor shall pay the County
for any additional copies of Contract Documents.
All drawings, models and specifications furnished by the County are solely for use on this Contract
and are not to be used by the Contractor on any other work or project.
Bid 042-15SR NCRTS Scale Replacement 46
RR8744
PART 2 - INSURANCE AND BONDS
2.01 CONTRACTOR'S INSURANCE REQUIREMENTS
Insurance Requirements are described in Exhibit A of the Agreement. (See Sample Contract
Documents)
2.02 INSURANCE COVERAGE CERTIFICATES
Insurance Requirements are described in Exhibit A of the Agreement.
2.03 PAYMENT AND PERFORMANCE BONDS
The successful bidder, simultaneously with the execution of the Contract, shall furnish a
performance, payment & warranty bond in an amount equal to one hundred percent (100%) of the
contract amount. Bonds shall be furnished by surety companies satisfactory to the County on the
forms furnished as part of the Contract Documents. To be acceptable to the County, surety
companies must be authorized to do business and have an agent for service of process in
Washington. See Instructions to Bidders.
2.04 ADDITIONAL BOND SECURITY
The County may require sureties or surety companies on the contract bond to appear and qualify
themselves. Whenever the County deems the surety or sureties to be inadequate, it may, upon
written demand, require the Contractor to furnish additional surety to cover any remaining work.
Payments may be withheld until the additional surety is furnished.
Bid 042-15SR NCRTS Scale Replacement 47
RR8744
PART 3 - TIME AND SCHEDULE
3.01 PROGRESS AND COMPLETION
Contractor shall diligently prosecute the Work, with adequate forces, to achieve
Substantial Completion within the Contract Time and achieve Final Completion within
30 calendar days thereafter.
3.02 CONSTRUCTION SCHEDULE
A. Unless otherwise provided in Division 1, Contractor shall, within 10 days after issuance of
the Notice to Proceed, submit a preliminary Progress Schedule. The Progress Schedule
shall show the sequence in which Contractor proposes
to perform the Work, and the dates on which Contractor plans to start and finish major
portions of the Work, including dates for shop drawings and other submittals, and for
acquiring permits, materials and equipment.
B. The Progress Schedule shall be in the form of a Critical Path Method (CPM) logic network or,
with the approval of the Owner, a bar chart schedule may be submitted. The scheduling of
construction is the responsibility of the Contractor and is included in the contract to assure
adequate planning and execution of the work. The schedule will be used to evaluate progress
of the work for payment based on the Schedule of Values. The schedule shall show the
Contractor’s planned order and interdependence of activities, and sequence of work. As a
minimum the schedule shall include:
1. Date of Notice to Proceed;
2. Activities (resources, durations, individual responsible for activity, early starts, late
starts, early finishes, late finishes, etc.);
3. Utility Shutdowns;
4. Interrelationships and dependence of activities;
5. Planned vs. actual status for each activity;
6. Substantial completion;
7. Punch list;
8. Final inspection;
9. Final completion;
10. Float time;
11. Certificate of Occupancy; and
12. Joint or Partial Occupancy
The schedule duration shall be as stipulated in the Notice of Call for Bids. The Owner
shall not be obligated to accept any early completion schedule suggested by the
Contractor. The Contract Time for completion shall establish the schedule completion
date.
If the Contractor feels that the work can be completed in less than the specified Contract
Time, then the Surplus Time shall be considered project float. This float time shall be shown
on the Project Schedule. It shall be available to accommodate changes in the work and
unforeseen conditions.
Neither the Contractor nor the Owner has exclusive right to this float time. It belongs to the
project.
C. Owner shall return comments on the preliminary Progress Schedule to Contractor within
14 days of receipt. Review by Owner of Contractor's schedule does not constitute an
approval or acceptance of Contractor's construction means, methods, or sequencing, or its
ability to complete the Work within the Contract Time. Contractor shall revise and
Bid 042-15SR NCRTS Scale Replacement 48
RR8744
resubmit its schedule, as necessary. Owner may withhold a portion of progress payments
until a Progress Schedule has been submitted that meets the requirements of this section.
D. Contractor shall utilize and comply with the Progress Schedule. On a monthly basis, or as
otherwise directed by Owner, Contractor shall submit an updated Progress Schedule at its
own expense to Owner indicating actual progress. If, in the opinion of Owner, Contractor is
not in conformance with the Progress Schedule for reasons other than acts of Force
Majeure as identified in section
3.05, Contractor shall take such steps as are necessary to bring the actual completion
dates of its work activities into conformance with the Progress Schedule, or revise the
Progress Schedule to reconcile with the actual progress of the Work.
E. Contractor shall promptly notify Owner in writing of any actual or anticipated event that is
delaying or could delay achievement of any milestone or performance of any critical path
activity of the Work. Contractor shall indicate the expected duration of the delay, the
anticipated effect of the delay on the Progress Schedule, and the action being or to be
taken to correct the problem.
Provision of such notice does not relieve Contractor of its obligation to complete the Work
within the Contract Time.
3.03 OWNER'S RIGHT TO SUSPEND THE WORK FOR CONVENIENCE
A. Owner may, at its sole discretion, order Contractor, in writing, to suspend all or any part
of the Work for up to 90 days, or for such longer period as mutually agreed.
B. Upon receipt of a written notice suspending the Work, Contractor shall immediately
comply with its terms and take all reasonable steps to minimize the incurrence of cost of
performance directly attributable to such suspension.
Within a period up to 90 days after the notice is delivered to Contractor, or within any
extension of that period to which the parties shall have agreed Owner shall either:
1. Cancel the written notice suspending the Work; or
2. Terminate the Work covered by the notice as provided in the termination
provisions of part 9.
C. If a written notice suspending the Work is cancelled or the period of the notice or any
extension thereof expires, Contractor shall resume Work.
D. Contractor shall be entitled to an equitable adjustment in the Contract Time, or Contract
Sum, or both, for increases in the time or cost of performance directly attributable to such
suspension, provided Contractor complies with all requirements set forth in part 7.
3.04 OWNER'S RIGHT TO STOP THE WORK FOR CAUSE
A. If Contractor fails or refuses to perform its obligations in accordance with the Contract
Documents, Owner may order Contractor, in writing, to stop the Work, or any portion
thereof, until satisfactory corrective action has been taken.
B. Contractor shall not be entitled to an equitable adjustment in the Contract Time or Contract
Sum for any increased cost or time of performance attributable to Contractor's failure or
refusal to perform or from any reasonable remedial action taken by Owner based upon such
failure.
Bid 042-15SR NCRTS Scale Replacement 49
RR8744
3.05 DELAY
A. Any delay in or failure of performance by Owner or Contractor, other than the payment of
money, shall not constitute a default hereunder if and to the extent
the cause for such delay or failure of performance was unforeseeable and beyond the control
of the party ("Force Majeure"). Acts of Force Majeure include, but are not limited to:
1. Acts of the public enemy;
2. Acts or omissions of any government entity;
3. Fire or other casualty for which Contractor is not responsible;
4. Quarantine or epidemic;
5. Strike or defensive lockout;
6. Acts of God or unusually severe weather, in excess of weather conditions
experienced within the area any time in the preceding ten years:
A. Monthly rainfall in excess of the highest monthly rainfall experienced for the same
month.
B. Annual rainfall in excess of the highest annual rainfall experienced.
C. Monthly snowfall in excess of the highest monthly snowfall experienced for the same
month.
D. Annual snowfall in excess of the highest annual snowfall experienced.
E. Average high temperatures, for the summer months, in excess of the highest
temperatures experienced.
F. Average low temperatures for the winter months, lower than the lowest average
temperatures experienced.
7. Unusual delay in receipt of supplies or products that were ordered and expedited and for
which no substitute reasonably acceptable to Owner was available.
B. Contractor shall be entitled to an equitable adjustment in the Contract Time for changes in
the time of performance directly attributable to an act of Force Majeure, provided it makes a
request for equitable adjustment according to section 7.03. Contractor shall not be entitled
to an adjustment in the Contract Sum resulting from an act of Force Majeure.
C. Contractor shall be entitled to an equitable adjustment in Contract Time, and
may be entitled to an equitable adjustment in Contract Sum, if the cost or time of Contractor's
performance is changed due to the fault or negligence of Owner, provided the Contractor
makes a request according to sections 7.02 and 7.03.
D. Contractor shall not be entitled to an adjustment in Contract Time or in the Contract Sum for
any delay or failure of performance to the extent such delay or failure was caused by
Contractor or anyone for whose acts Contractor is responsible.
E. To the extent any delay or failure of performance was concurrently caused by the Owner
and Contractor, Contractor shall be entitled to an adjustment in the Contract Time for that
portion of the delay or failure of performance that was concurrently caused, provided it
makes a request for equitable adjustment according to section 7.03, but shall not be entitled
to an adjustment in Contract Sum.
F. Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay,
whether occasioned by an act of Force Majeure or otherwise.
Bid 042-15SR NCRTS Scale Replacement 50
RR8744
3.06 NOTICE TO OWNER OF LABOR DISPUTES
A. If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens
to delay timely performance in accordance with the Contract Documents, Contractor shall
immediately give notice, including all relevant information, to Owner.
B. Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub-
subcontracts, that in the event timely performance of any such contract is delayed or
threatened by delay by any actual or potential labor dispute, the Subcontractor or Sub-
subcontractor shall immediately notify the next higher tier Subcontractor or Contractor, as the
case may be, of all relevant information concerning the dispute.
3.07 DAMAGES FOR FAILURE TO ACHIEVE TIMELY COMPLETION
A. Liquidated Damages
1. Timely performance and completion of the Work is essential to Owner and time limits
stated in the Contract Documents are of the essence. Owner will incur serious and
substantial damages if Substantial Completion of the Work does not occur within the
Contract Time.
2. Liquidated Damages for the Work described in the Contract Documents is hereby
established at $ 1,500.00 per each calendar day in which the Contractor does not
effectively achieve Substantial Completion as defined in Part 6.07.
3. The liquidated damage amounts set forth in the Contract Documents will be assessed not
as a penalty, but as liquidated damages for breach of the Contract Documents. This
amount is fixed and agreed upon by and between the Contractor and Owner because of
the impracticability and extreme difficulty of fixing and ascertaining the actual damages
the Owner would in such event sustain. This amount shall be construed as the actual
amount of damages sustained by the Owner, and may be retained by the Owner and
deducted from periodic payments to the Contractor.
4. Assessment of liquidated damages shall not release Contractor from any further
obligations or liabilities pursuant to the Contract Documents.
B. Actual Damages
Actual damages will be assessed for failure to achieve Final Completion within the time
specified in Part 3.01. Actual damages will be calculated on the basis of direct
architectural, administrative, and other related costs attributable to the
Project from the date when Final Completion should have been achieved, based on the date
Substantial Completion is actually achieved, to the date Final Completion is actually
achieved. Owner may offset these costs against any payment due Contractor.
Bid 042-15SR NCRTS Scale Replacement 51
RR8744
PART 4 - SPECIFICATIONS, DRAWINGS, AND OTHER DOCUMENTS
4.01 DISCREPANCIES AND CONTRACT DOCUMENT REVIEW
A. The intent of the Specifications and Drawings is to describe a complete Project to be
constructed in accordance with the Contract Documents. Contractor shall furnish all labor,
materials, equipment, tools, transportation, permits, and supplies, and perform the Work
required in accordance with the Drawings, Specifications, and other provisions of the
Contract Documents.
B. The Contract Documents are complementary. What is required by one part of the Contract
Documents shall be binding as if required by all. Anything mentioned in the Specifications and
not shown on the Drawings, or shown on the Drawings and not mentioned in the
Specifications, shall be of like effect as if shown or
mentioned in both.
C. Contractor shall not scale drawings to determine dimensions, but shall calculate and measure
required dimensions as shown within recognized tolerances prior to commencing any portion
of the Work, in accordance with Division 1, Section
01050, Part 1.01.A.2.
D. Contractor shall carefully study and compare the Contract Documents with each other and
with information furnished by Owner. If, during the performance of the Work, Contractor finds
a conflict, error, inconsistency, or omission in the
Contract Documents, Contractor shall promptly and before proceeding with the Work
affected thereby, report such conflict, error, inconsistency, or omission to A/E in accordance
with Division 1, Section 01049.
E. Contractor shall do no Work without applicable Drawings, Specifications, or written
modifications, or Shop Drawings where required, unless instructed to do so in writing by
Owner. If Contractor performs any construction activity, and it knows or reasonably should
have known that any of the Contract Documents contain a conflict, error, inconsistency, or
omission, Contractor shall be responsible for the performance and shall bear the cost for its
correction.
F. Contractor shall provide any work or materials the provision of which is clearly implied and is
within the scope of the Contract Documents even if the Contract Documents do not mention
them specifically.
G. Questions regarding interpretation of the requirements of the Contract Documents shall be
referred to the A/E in accordance with Division 1, Section 01049.
4.02 PROJECT RECORD
A. Contractor shall legibly mark in ink on a separate set of the Drawings and Specifications all
actual construction, including depths of foundations, horizontal and vertical locations of
internal and underground utilities and appurtenances referenced to permanent visible and
accessible surface improvements, field changes of dimensions and details, actual suppliers,
manufacturers and trade names, models of installed equipment, and Change Order proposals.
This separate set of Drawings and Specifications shall be the "Project Record."
B. The Project Record shall be maintained on the project site throughout the construction and
shall be clearly labeled "PROJECT RECORD". The Project Record shall be updated at
least weekly noting all changes and shall be available to Owner at all times.
Bid 042-15SR NCRTS Scale Replacement 52
RR8744
C. Contractor shall submit the completed and finalized Project Record to A/E and Owner prior
to Final Acceptance with Contractor’s certification that the information is complete and
accurate.
4.03 SHOP DRAWINGS
A. "Shop Drawings" means documents and other information required to be submitted to A/E by
Contractor pursuant to the Contract Documents, showing in detail: the proposed fabrication
and assembly of structural elements; and the installation (i.e. form, fit, and attachment details)
of materials and equipment. Shop Drawings include, but are not limited to, drawings, diagrams,
layouts, schematics, descriptive literature, illustrations, schedules, performance and test data,
samples, and similar materials furnished by Contractor to explain in detail specific portions of
the Work required by the Contract Documents. For materials and equipment to be
incorporated into the Work, Contractor submittal shall include the name of the manufacturer,
the model number, and other information concerning the performance, capacity, nature, and
rating of the item. When directed, Contractor shall submit all samples at its own expense.
Owner may duplicate, use, and disclose Shop Drawings provided in accordance with the
Contract Documents.
B. Contractor shall coordinate all Shop Drawings, and review them for accuracy, completeness,
and compliance with the Contract Documents and shall indicate its approval thereon as
evidence of such coordination and review. Where required by law, Shop Drawings shall be
stamped by an appropriate professional licensed by the state of Washington. Shop Drawings
submitted to A/E without evidence of Contractor's approval shall be returned for
resubmission. Contractor shall review, approve, and submit Shop Drawings with reasonable
promptness and in such sequence as to cause no delay in the Work or in the activities of
Owner or separate contractors. Contractor's submittal schedule shall allow a reasonable time
for A/E review. A/E will review, approve, or take other appropriate action on the Shop
Drawings. Contractor shall perform no portion of the Work requiring submittal and review of
Shop Drawings until the respective submittal has been reviewed and the A/E has approved or
taken
other appropriate action. Owner and A/E shall respond to Shop Drawing submittals with
reasonable promptness. Any Work by Contractor shall be in accordance with reviewed Shop
Drawings. Submittals made by Contractor that are not required by the Contract Documents,
may be returned without action.
C. Approval of Shop Drawings, or other appropriate action, by Owner or A/E shall not relieve
Contractor of responsibility for any errors or omissions in such Shop Drawings, nor from
responsibility for compliance with the requirements of the Contract Documents. Unless
specified in the Contract Documents, review by Owner or A/E shall not constitute an approval
of the safety precautions employed by Contractor during construction, or constitute an
approval of Contractor's means or methods of construction. If Contractor fails to obtain
approval before installation and the item or work is subsequently rejected, Contractor shall be
responsible for all costs of correction.
D. If Shop Drawings show variations from the requirements of the Contract Documents,
Contractor shall describe such variations in writing, separate from the Shop Drawings, at the
time it submits the Shop Drawings containing such variations. If A/E approves any such
variation, an appropriate Change Order will be issued. If the variation is minor and does not
involve an adjustment in the Contract Sum or Contract Time, a Change Order need not be
issued; however, the modification shall be recorded upon the Project Record.
E. Contractor shall submit to A/E for approval the quantities and format of Shop Drawings and
other support information stipulated in Division 1, Section 1300. The Owner shall receive one
(1) copy of the Submittals and Shop Drawings for review and approval.
Bid 042-15SR NCRTS Scale Replacement 53
RR8744
4.04 ORGANIZATION OF SPECIFICATIONS
Specifications are prepared in sections that conform generally to trade practices. These
sections are for Owner and Contractor convenience and shall not control Contractor in dividing
the Work among the Subcontractors or in establishing the extent of the Work to be performed
by any trade.
4.05 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS, AND OTHER
DOCUMENTS
A. The Drawings, Specifications, and other documents prepared by A/E are instruments
of A/E's service through which the Work to be executed by
Contractor is described. Neither Contractor nor any Subcontractor shall own or claim a
copyright in the Drawings, Specifications, and other documents prepared by A/E, and A/E shall
be deemed the author of them and will, along with any rights of Owner, retain all common law,
statutory, and other reserved rights, in addition to the copyright. All copies of these
documents, except Contractor's
set, shall be returned or suitably accounted for to A/E, on request, upon completion of
the Work.
B. The Drawings, Specifications, and other documents prepared by the A/E, and copies thereof
furnished to Contractor, are for use solely with respect to this Project. They are not to be used
by Contractor or any Subcontractor on other projects or for additions to this Project outside the
scope of the Work without the specific written consent of Owner and A/E. Contractor and
Subcontractors are granted a limited license to use and reproduce applicable portions of the
Drawings, Specifications, and other documents prepared by A/E appropriate to and for use in
the execution of their Work.
C. Contractor and all Subcontractors grant a non-exclusive license to Owner, without additional
cost or royalty, to use for its own purposes (including reproduction) all Shop Drawings,
together with the information and diagrams contained therein, prepared by Contractor or any
Subcontractor. In providing Shop Drawings, Contractor and all Subcontractors warrant that
they have authority to grant to Owner a license to use the Shop Drawings, and that such
license is not in violation of any copyright or other intellectual property right. Contractor agrees
to defend and indemnify Owner pursuant to the indemnity provisions in section 5.22 from any
violations of copyright or other intellectual property rights arising out of Owner's use of the
Shop Drawings hereunder, or to secure for Owner, at Contractor's own cost, licenses in
conformity with this section.
D. The Shop Drawings and other submittals prepared by Contractor, Subcontractors of any tier,
or Contractor’s or Subcontractor’s equipment or material suppliers, and copies thereof
furnished to Contractor, are for use solely with respect to this Project. They are not to be used
by Contractor or any Subcontractor of any tier, or material or equipment supplier, on other
projects or for additions to this Project outside the scope of the Work without the specific
written consent of Owner. The Contractor, Subcontractors of any tier, and material or
equipment suppliers are granted a limited license to use and reproduce applicable portions of
the Shop Drawings and other submittals appropriate to and for use in the execution of their
Work under the Contract Documents.
Bid 042-15SR NCRTS Scale Replacement 54
RR8744
PART 5 - PERFORMANCE
5.01 CONTRACTOR CONTROL AND SUPERVISION
A. Contractor shall supervise and direct the Work, using its best skill and attention, and shall
perform the Work in a skillful manner. Contractor shall be solely responsible for and have
control over construction means, methods, techniques, sequences, and procedures and for
coordinating all portions of the Work, unless the Contract Documents give other specific
instructions concerning these matters. Contractor shall disclose its means and methods of
construction when requested by Owner or A/E.
B. COMMUNICATIONS
1. The Contractor must designate, in writing, its Contractor’s Representative who is
responsible for administering the Contract and has the authority to bind and obligate the
Contractor in the performance of the Work. The Contractor’s Representative shall be
identified in the Contract.
2. Communication with the Contractor shall be through the Contractor’s Representative.
3. The Contractor shall notify the County immediately if the Contractor’s Representative is
changed and identify the name of the new Contractor’s Representative and effective date
of the change
C. Performance of the Work shall be directly supervised by a competent superintendent
who is satisfactory to Owner and has authority to act for Contractor. The superintendent
shall not be changed without the prior written consent of Owner.
D. Contractor shall be responsible to Owner for acts and omissions of Contractor,
Subcontractors, and their employees and agents.
E. Contractor shall enforce strict discipline and good order among Contractor's employees and
other persons performing the Work. Contractor shall not permit employment of persons not
skilled in tasks assigned to them. Contractor's employees shall, at all times, conduct
business in a manner that assures fair, equal, and nondiscriminatory treatment of all
persons. Owner may, by written notice, request Contractor to remove from the Work or
Project site any employee Owner reasonably deems incompetent, careless, or otherwise
objectionable.
F. Contractor shall keep on the Project site a copy of the Drawings, Specifications, addenda,
reviewed Shop Drawings, and permits and permit drawings.
G. Contractor shall ensure that its owner(s) and employees, and those of its Subcontractors,
comply with the Ethics in Public Service Act RCW 42.52, which, among other things,
prohibits state employees from having an economic interest in any public works contract
that was made by, or supervised by, that employee. Contractor shall remove, at its sole cost
and expense, any of its or its Subcontractors' employees, if they are in violation of this act.
H. SUBMITTALS
1. Submittals include shop drawings, setting and erection drawings, schedules of materials,
product data, samples, certificates and other information prepared for the Work by the
Contractor or a Subcontractor as set forth in the Technical Specifications (‘Submittals’). The
Contractor shall perform no portion of the Work requiring Submittals until the Submittals have
been reviewed and returned by the County with one of the following annotations: (1) no
exceptions taken; or (2) make corrections noted; or (3) no action; or (4) rejected; or (5) revise
and resubmit.
Bid 042-15SR NCRTS Scale Replacement 55
RR8744
2. Prior to furnishing the Submittals to the County, the Contractor shall: (1) review all Contractor
and Subcontractor Submittals for accuracy, completeness, and compliance with the Contract;
(2) coordinate all Submittals with all Contract Work by other trades and with field
measurements; and (3) indicate approval on the Submittals as a representation that is has
complied with its obligation to review and coordinate Submittals. Where required by law or by
the Contract, Submittals shall be stamped by an appropriate licensed professional. Submittals
lacking required stamps or evidence of Contractor review and approval will be returned
without review by the County for resubmission. Submittals shall be sequentially numbered.
3. When submitting information, the Contractor shall identify and state reasons for any alteration,
variation, addition, deviation, or omission from the Contract. The Contractor shall not perform
work that alters, varies, adds, deviates, or omits Work without prior specific written acceptance
by the County.
4. The Contractor shall provide Submittals with reasonable promptness and in such sequence as
to facilitate the timely completion of the Contract. The Contractor shall prepare and keep
current, for review by the County, a schedule of Submittals which is coordinated with the
Contractor’s Project Schedule and allows the County reasonable time for review.
5. The County shall review the Contractor’s Submittals and respond in writing with reasonable
promptness so as not to unreasonably delay the progress of the Work. Unless otherwise
agreed, no delay to the Contractor’s Work shall be attributable to the failure by the County to
respond to a Submittal until thirty (30) days after the Submittal is received by the County, and
then only if failure by the County to respond is unreasonable and affects the Contract
completion date.
6. If the Contractor is required to resubmit a Submittal, any revisions on resubmittals shall be
specifically identified in writing and the resubmitted Submittal shall be sequentially alpha
denoted and note revisions in numerical order. The cost of the review of the initial Submittal
and the first revised Submittal shall be borne by the County. The costs of all additional revised
Submittals shall be charged to the Contractor. The cost of review shall include, without
limitation, administrative, design, and engineering activities directly related to review of
Submittals. The County may deduct these costs from any amounts due the Contractor.
7. The County shall review the Contractor’s Submittals only for conformance with the design of the
Work and compliance with the Contract. Review of the Submittals are not conducted to verify
the accuracy of dimensions, quantities, or calculations, the performance of materials, systems,
or equipment, or construction means, methods, techniques, sequences, or procedures, all of
which remain the Contractor’s responsibility. Failure by the County to take exception to a
Submittal shall not relieve the Contractor from any duty, including its responsibility for errors or
omissions in Submittals, its duty to make Submittals and duty to perform the Work according
to the requirements of the Contract. The County’s review of a Submittal shall not alter or waive
the requirements of the Contract unless the County has issued prior written approval of such
change or alteration of the Contract requirements.
8. The Contractor’s failure to identify any error, deviation, or omission and subsequent acceptance
of the Submittal by the County shall not relieve the Contractor from complying with the
Contract requirements.
I. REQUESTS FOR INFORMATION
1. If the Contractor determines that some portion of the drawings, specifications or other
Contract Documents require clarification or interpretation by the County because of an
apparent error, inconsistency, omission, or lack of clarity in the Contract, the Contractor
shall promptly submit a Request for Information (‘RFI’) and, unless otherwise directed,
Bid 042-15SR NCRTS Scale Replacement 56
RR8744
shall not proceed with the affected Work until the County has responded to the RFI. The
Contractor shall plan its work in an efficient manner so as to allow for timely responses to
RFIs.
2. RFIs shall only be submitted by the Contractor on an RFI Form provided by the County or in
a form acceptable to the County. The Contractor shall clearly and concisely set forth the
issue for which clarification or interpretation is sought and why a response is needed by
the County. In the RFI the Contractor shall set forth its own interpretation or understanding
of the requirement along with reasons why it reached such an understanding.
3. The County will review RFIs to determine whether they meet the requirements identified
above in paragraph B to qualify as an RFI. If the County determines that the document is
not an RFI it will be returned to the Contractor unreviewed as to content. When appropriate
the Contractor may resubmit the RFI on the proper form, with all required information and
in the proper manner.
4. The County shall respond in writing with reasonable promptness to Contractor’s RFI.
a. At the request of the Owner Representative, the Contractor shall prioritize its RFIs,
identify a date by which the Contractor prefers the RFI be answered, and reasons for
such priority.
b. If the Contractor submits an RFI on an activity less than thirty (30) days prior to the
commencement of that activity, the Contractor shall not be entitled to any time
extension or adjustment in Contract Price due to the time it takes the County to respond
to the RFI provided that the County responds within thirty (30) days. No delay to the
Contractor’s work or damages to the Contractor shall be attributable to the failure by the
County to respond to the RFI until thirty (30) days after the County’s receipt of the RFI,
and then only if the failure by the County to respond is unreasonable and affects the
Contract completion date.
5. The County’s response to an RFI shall not be considered a change to the Contract
requirements. To the extent the Contractor believes that the County’s response to the RFI
constitutes changed work impacting Contract Price or Contract Time, the Contractor shall
submit a Contractor’s Request for Change Order to the County in accordance with Part 7 –
Changes.
J. SUBSTITUTION OF PRODUCTS AND PROCESSES
1. Substitutions requested by the Contractor will be subject to the County’s prior written
acceptance and at the County’s sole discretion.
2. Requests for substitution must specifically identify:
a. Material, equipment, and labor costs included in the Contractor’s bid associated with the
original item to be substituted;
b. All costs for material, equipment, labor associated with the proposed substitution,
including any impact costs;
c. Proposed change to the Contract Price and/or Contract Time; and,
d. Compatibility with or modification to other systems, parts, equipment or components of
the Project and Contract Work.
3. Contractor shall provide all documentation supporting its request as requested by the
County.
Bid 042-15SR NCRTS Scale Replacement 57
RR8744
4. All costs of any redesign or modification to other systems, parts, equipment or components
of the Project or Contract Work, which results from the substitution, shall by borne by the
Contractor.
5. When the County approves a substitution proposed by the Contractor, the Contractor shall
guarantee the substituted article or materials to be equal to, or better than, those originally
specified and shall be compatible with all other systems, parts, equipment or components
of the Project or Contract Work. The County has the right to order an unaccepted,
substituted article removed and replaced without additional cost to the County.
6. The County has a right to a deductive Change Order if the substituted product or process is
less costly than the contractually required product or process.
7. If the County does not accept the substitution proposal the Contractor shall proceed,
without delay or cost to the County, with the Contract Work as originally specified.
K. CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY
AND PERSONS
1. The Contractor shall be responsible for conditions of the Site, including safety of all persons
and property, during performance of the Work. The Contractor shall maintain the Site and
perform the Work in a manner which meets all statutory and common law requirements or
other specific contractual requirements for the provision of a safe place to work and which
adequately protects the safety of all persons and property on or near the Site. This
obligation shall apply continuously and shall not be limited to normal working hours. The
County’s inspection of the Work or presence at the Site does not and shall not be
construed to include review of the adequacy of the Contractor’s safety measures in, on or
near the site of the Work.
2. The Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs, including adequate safety training, in connection with the
Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations
and lawful orders of any public authority bearing on the safety of persons or property or
their protection from damage, injury or loss.
3. Unless otherwise required in the Contract Documents the Contractor shall protect and be
responsible for any damage or loss to the Work or to the materials and equipment
associated with the Work until the date of Substantial Completion. The Contractor remains
responsible for any damage or loss caused directly or indirectly by the acts or omissions of
the Contractor, Subcontractors, Suppliers, or third parties authorized or allowed on the Site
by the Contractor until Final Acceptance.
4. The Contractor shall also be solely and completely responsible for damages arising from
the Work that affect property adjacent to the Site.
5. The Contractor shall repair or replace without cost to the County any damage or loss that
may occur, except damages or loss caused by the acts or omissions of the County.
6. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or
security measures and persons to protect the Work until the Owner Representative
authorizes in writing the removal of signs, fencing, barricades, lights or security measures.
5.02 PERMITS, FEES, AND NOTICES
A. Unless otherwise provided in the Contract Documents, Contractor shall pay for and obtain
all permits, licenses, and inspections necessary for proper execution and completion of the
Bid 042-15SR NCRTS Scale Replacement 58
RR8744
Work. Prior to Final Acceptance, the approved, signed permits shall be delivered to
Owner.
B. Contractor shall comply with and give notices required by all federal, state, and local laws,
ordinances, rules, regulations, and lawful orders of public authorities applicable to
performance of the Work.
5.03 PATENTS AND ROYALTIES
Contractor is responsible for, and shall pay, all royalties and license fees. Contractor shall defend,
indemnify, and hold Owner harmless from any costs, expenses, and liabilities arising out of the
infringement by Contractor of any patent, copyright, or other intellectual property right used in the
Work; however, provided that Contractor gives prompt notice, Contractor shall not be responsible
for such defense or indemnity when a particular design, process, or product of a particular
manufacturer or manufacturers
is required by the Contract Documents. If Contractor has reason to believe that use of the
required design, process, or product constitutes an infringement of a patent or copyright, it shall
promptly notify Owner of such potential infringement.
5.04 PREVAILING WAGES
A. Contractor shall pay the prevailing rate of wages to all workers, laborers, or mechanics
employed in the performance of any part of the Work in accordance with RCW 39.12 and
the rules and regulations of the Department of Labor and Industries. The schedule of
prevailing wage rates for the locality or localities of the Work, is determined by the
Industrial Statistician of the Department of Labor and Industries. It is the Contractor’s
responsibility to verify the applicable prevailing wage rate.
By including the hourly minimum rates for wages and fringe benefits in the contract
provisions, the Owner does not imply that the Contractor will find labor available at those
rates. The Contractor shall be responsible for any amounts above the minimums that will
actually have to be paid. The Contractor shall bear the cost of paying wages above those
shown in the contract provisions.
The Contractor shall ensure that any firm (supplier, manufacturer, or fabricator) that falls
under the provisions of RCW 39.12 because of the definition “Contractor†in WAC 296-
127-010 complies with all the requirements of RCW
39.12.
B. Before commencing the Work, Contractor shall submit to the Owner approved copies of a
“Statement of Intent to Pay Prevailing Wages†for itself and for each firm that will provide
work and materials for the contract. As required by RCW
39.12.040, the Owner will make no payment under this contract for the work performed
by the Contractor or any other firms until their approved forms have been received.
C. Disputes regarding prevailing wage rates shall be referred for arbitration to the Director of
the Department of Labor and Industries. The arbitration decision shall be final and
conclusive and binding on all parties involved in the dispute as provided for by RCW
39.12.060.
D. Each Application for Payment submitted by Contractor shall state that prevailing wages
have been paid in accordance with the pre-filed statement(s) of intent, as approved. Copies
of the approved intent statement(s) shall be posted on the job site with the address and
telephone number of the Industrial Statistician of the Department of Labor and Industries
where a complaint or inquiry concerning prevailing wages may be made.
Bid 042-15SR NCRTS Scale Replacement 59
RR8744
E. In compliance with chapter 296-127 WAC, Contractor shall pay to the Department of Labor
and Industries the currently established fee(s) for each statement of intent and/or affidavit
of wages paid submitted to the Department of Labor and Industries for certification.
F. Any subcontractor awarded a contract by the Contractor after the Work commences shall
submit copies of approved Statement of Intent to Pay Prevailing Wages with the Contractor’s
next application for payment.
G. The Contractor and all subcontractors shall promptly submit to the Owner certified payroll
copies if requested.
5.05 HOURS OF LABOR
A. Contractor shall comply with all applicable provisions of RCW 49.28 and they are incorporated
herein by reference. Pursuant to that statute, no laborer, worker, or mechanic employed by
Contractor, any Subcontractor, or any other person performing or contracting to do the whole
or any part of the Work, shall be permitted or required to work more than eight hours in any
one calendar day, provided, that in cases of extraordinary emergency, such as danger to life
or property, the hours of work may be extended, but in such cases the rate of pay for time
employed in excess of eight hours of each calendar day shall be not
less than one and one-half times the rate allowed for this same amount of time during eight
hours' service.
B. Notwithstanding the preceding paragraph, RCW 49.28 permits a contractor or subcontractor
in any public works contract subject to those provisions, to enter into an agreement with its
employees in which the employees work up to ten hours in a calendar day. No such
agreement may provide that the employees work ten-hour days for more than four calendar
days a week. Any such agreement is subject to approval by the employees. The overtime
provisions of RCW 49.28 shall not apply to the hours worked, up to forty hours per week,
pursuant to any such agreement.
5.06 Not Used
5.07 SAFETY PRECAUTIONS
A. Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the performance of the Work in accordance
with the Washington Industrial Safety Health Act (WISHA) and all applicable provisions of
the following regulations:
1. Chapter 296-155 WAC: Safety Standards for Construction Work.
2. Chapter 19.27 RCW: State Building Code (Uniform Building, Electrical,
Mechanical, Fire and Plumbing)
3. Chapter 212-12 WAC: Fire Marshal Standards
4. Chapter 296-92 WAC: Hazardous Communications
5. Chapter 296-62-071 WAC: Respirator Standards
6. Chapter 296-62 WAC: General Occupation Health Standards
7. Chapter 296-24 WAC: General Safety and Health Standards
8. Chapter 49.70 RCW: Right to Know Act
B. In carrying out its responsibilities according to the Contract Documents, Contractor shall
protect the lives and health of employees performing the Work and other persons who may
be affected by the Work; prevent damage to materials, supplies, and equipment whether on
site or stored off-site; and prevent damage to other property at the site or adjacent thereto.
Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of
any public body having jurisdiction for the safety of persons or property or to
Bid 042-15SR NCRTS Scale Replacement 60
RR8744
protect them from damage, injury, or loss; shall erect and maintain all necessary safeguards
for such safety and protection; and shall notify owners of adjacent property and utilities when
prosecution of the Work may affect them.
C. Contractor shall maintain an accurate record of exposure data on all incidents relating to the
Work resulting in death, traumatic injury, occupational disease, or damage to property,
materials, supplies, or equipment. Contractor shall immediately report any such incident to
Owner. Owner shall, at all times, have a right of access to all records of exposure.
D. Contractor shall provide all persons working on the Project site with information and training
on hazardous chemicals in their work at the time of their initial assignment, and whenever a
new hazard is introduced into their work area.
1. Information. At a minimum, Contractor shall inform persons working on the
Project site of:
a. The requirements of Chapter 296-62 WAC, General Occupational HealthStandards;
b. Any operations in their work area where hazardous chemicals are present;
and
c. The location and availability of written hazard communication programs, including the
required list(s) of hazardous chemicals and material safety data sheets required by
chapter 296-62 WAC.
2. Training. At a minimum, Contractor shall provide training for persons working on
the Project site, which includes:
a. Methods and observations that may be used to detect the presence or release of a
hazardous chemical in the work area (such as monitoring conducted by the
employer, continuous monitoring devices, visual appearance or odor of hazardous
chemicals when being released, etc.);
b. The physical and health hazards of the chemicals in the work area;
c. The measures such persons can take to protect themselves from these hazards,
including specific procedures Contractor, or its subcontractors, or others have
implemented to protect those on the Project site from exposure to hazardous
chemicals, such as appropriate work practices, emergency procedures, and personal
protective equipment to be used; and
d. The details of the hazard communications program developed by Contractor, or its
Subcontractors, including an explanation of the labeling system and the material
safety data sheet, and how employees can obtain and use the appropriate hazard
information.
E. Contractor's responsibility for hazardous, toxic, or harmful substances shall include the
following duties:
1. Contractor shall not keep, use, dispose, transport, generate, or sell on or about the
Project site, any substances now or hereafter designated as, or which are subject to
regulation as, hazardous, toxic, dangerous, or harmful by any federal, state or local law,
regulation, statute or ordinance (hereinafter collectively referred to as "hazardous
substances", in violation of any such
law, regulation, statute, or ordinance, but in no case shall any such hazardous substance
be stored more than 90 days on the Project site.
Bid 042-15SR NCRTS Scale Replacement 61
RR8744
2. Contractor shall promptly notify Owner of all spills or releases of any hazardous substances
that are otherwise required to be reported to any regulatory agency and pay the cost of
cleanup. Contractor shall promptly notify Owner of all failures to comply with any federal,
state, or local law, regulation, or ordinance; all inspections of the Project site by any
regulatory entity concerning the same; all regulatory orders or fines; and all responses or
interim cleanup actions
taken by or proposed to be taken by any government entity or private party on the Project
site.
F. All Work shall be performed with due regard for the safety of the public.
Contractor shall perform the Work so as to cause a minimum of interruption of vehicular
traffic or inconvenience to pedestrians. All arrangements to care for such traffic shall be
Contractor's responsibilities. All expenses involved in the maintenance of traffic by way of
detours shall be borne by Contractor.
G. In an emergency affecting the safety of life or the Work or of adjoining property, Contractor is
permitted to act, at its discretion, to prevent such threatened loss or injury, and Contractor
shall so act if so authorized or instructed.
H. Nothing provided in this section shall be construed as imposing any duty upon Owner or A/E
with regard to, or as constituting any express or implied assumption of control or
responsibility over, Project site safety, or over any other safety conditions relating to
employees or agents of Contractor or any of its Subcontractors, or the public.
I. Prior to receiving a Notice to Proceed, the Contractor shall submit to the Owner a written, site-
specific, accident prevention program pursuant to applicable
code requirements that meets or exceeds the current Chapter 296-155 WAC, which must
be approved by the Owner. At a minimum, the written, site- specific, accident prevention
program shall address the following subjects:
1. Hazard communication
2. Personal protective clothing and equipment
3. Fall prevention
4. Lockout / tagout
5. Respiratory protection
6. Hearing protection
7. Confined spaces
8. Open trenches
9. Heavy lifting and rigging
10. Fire prevention and response
11. Emergency response plan, including notification, evacuation and employee
training
12. Safety guidelines, training, enforcement and incentives
The Contractor shall ensure that all personnel and visitors to the site, including, but not
limited to, subcontractors, vendors, their employees, agents and/or assigns, comply with the
approved accident prevention program. The Contractor shall have and enforce a disciplinary
schedule for the occurrence of safety violations. The Contractor shall provide documentation
of all safety violations to the Owner’s representative and indicate the corrective action taken.
J. The Contractor shall designate, by name, the Safety Supervisor who shall be on the work
site at all times for the duration of the Project. The Safety Supervisor shall be solely
dedicated to safety management on the project and serve as the “Competent Person†as
defined in Chapter 296-155-012 WAC. The Safety Supervisor shall have the authority to
stop or redirect all work activities in the interest of safety.
Bid 042-15SR NCRTS Scale Replacement 62
RR8744
The Safety Supervisor shall provide a safety orientation to all new employees on the Project,
including subcontractor employees. The Safety Supervisor shall hold weekly safety
meetings with on-site personnel and provide to the Owner’s representative a copy of
attendance signatures and meeting minutes.
H. The Owner reserves the right to amend the site safety requirements and procedures of this
contract. Nothing in this part shall be construed as imposing a duty upon the Owner or A/E
to prescribe safety conditions relating to employees, public, or agents of the Contractors.
5.08 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS
A. Contractor shall confine all operations, including storage of materials, to Owner- approved
areas.
B. Contractor shall ensure that Owner operations and public access within or adjacent to the
project site remain unimpeded at all times. Contractor shall submit to the Owner a written
shut-down notice no less that forty-eight (48) hours in advance for any pre-planned
interruptions or temporary shut downs to Owner operations and public access. Approval of
pre-planned operations or public access shut-downs shall be at the discretion of the Owner
and not unreasonably withheld.
C. Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be provided by
Contractor only with the consent of Owner and without expense to Owner. The temporary
buildings and utilities shall remain the property of Contractor and shall be removed by
Contractor at its expense upon completion of the Work.
D. Contractor shall use only established roadways or temporary roadways authorized by Owner.
When materials are transported in prosecuting the Work, vehicles shall not be loaded beyond
the loading capacity recommended by the manufacturer of the vehicle or prescribed by
federal, state, or local law or regulation.
E. Ownership and control of all materials or facility components to be demolished or removed
from the Project site by Contractor shall immediately vest in Contractor upon severance of
the component from the facility or severance of the material from the Project site. Contractor
shall be responsible for compliance with all laws governing the storage and ultimate
disposal. Contractor shall provide Owner with a copy of all manifests and receipts
evidencing proper disposal when required by Owner or applicable law.
F. Contractor shall be responsible for the proper care and protection of its materials and
equipment delivered to the Project site. Materials and equipment may be stored on the
premises subject to approval of Owner. When Contractor uses any portion of the Project site
as a shop, Contractor shall be responsible for any repairs, patching, or cleaning arising from
such use.
G. Contractor shall protect and be responsible for any damage or loss to the Work, or to the
materials or equipment until the date of Substantial Completion, and shall repair or replace
without cost to Owner any damage or loss that may
occur, except damages or loss caused by the acts or omissions of Owner. Contractor shall
also protect and be responsible for any damage or loss to the Work, or to the materials or
equipment, after the date of Substantial
Completion, and shall repair or replace without cost to Owner any such damage or loss that
might occur, to the extent such damages or loss are caused by the acts or omissions of
Contractor or any Subcontractor.
Bid 042-15SR NCRTS Scale Replacement 63
RR8744
5.09 PRIOR NOTICE OF EXCAVATION
A. "Excavation" means an operation in which earth, rock, or other material on or below the
ground is moved or otherwise displaced by any means, except the tilling of soil less than 12
inches in depth for agricultural purposes, or road ditch maintenance that does not change the
original road grade or ditch flow line. Before commencing any excavation, Contractor shall
provide notice of the scheduled commencement of excavation to all owners of underground
facilities or utilities, through locator services.
5.10 UNFORESEEN PHYSICAL CONDITIONS
A. If Contractor encounters conditions at the site that are subsurface or otherwise concealed
physical conditions that differ materially from those indicated in the Contract Documents, or
unknown physical conditions of an unusual nature that differ materially from those ordinarily
found to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then Contractor shall give written notice to Owner
promptly and in no event later than 7 days after the first observance of the conditions.
Conditions shall not be disturbed prior to such notice.
B. If such conditions differ materially and cause a change in Contractor's cost of, or time required
for, performance of any part of the Work, the Contractor may be entitled to an equitable
adjustment in the Contract Time or Contract Sum, or both, provided it makes a request
therefore as provided in Part 7.
5.11 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES,
AND IMPROVEMENTS
A. Contractor shall protect from damage all existing structures, equipment, improvements,
utilities, and vegetation at or near the Project site and on adjacent property of a third party,
the locations of which are made known to or should be known by Contractor. Contractor shall
repair any damage, including that to the property of a third party, resulting from failure to
comply with the requirements of the Contract Documents or failure to exercise reasonable
care in performing the Work. If Contractor fails or refuses to repair the damage promptly,
Owner may have the necessary work performed and charge the cost to Contractor.
B. Contractor shall only remove trees when specifically authorized to do so, and shall protect
vegetation that will remain in place.
5.12 LAYOUT OF WORK
A. Contractor shall plan and lay out the Work in advance of operations so as to coordinate all
work without delay or revision.
B. Contractor shall lay out the Work from Owner-established baselines and bench marks
indicated on the Drawings, and shall be responsible for all field measurements in connection
with the layout. Contractor shall furnish, at its own expense, all stakes, templates, platforms,
equipment, tools, materials, and labor required to lay out any part of the Work. Contractor
shall be responsible for executing the Work to the lines and grades that may be established.
Contractor shall be responsible for maintaining or restoring all stakes and other marks
established.
5.13 MATERIAL AND EQUIPMENT
A. All equipment, material, and articles incorporated into the Work shall be new and of the most
suitable grade for the purpose intended, unless otherwise specifically provided in the Contract
Documents. References in the Specifications to equipment, material, articles, or patented
processes by trade name, make, or catalog number, shall be regarded as establishing a
standard quality and shall not be construed as limiting competition. Contractor may, at its
Bid 042-15SR NCRTS Scale Replacement 64
RR8744
option, use any equipment, material, article, or process that, in the judgment of A/E, is equal to
that named in the specifications, unless otherwise specifically provided in the Contract
Documents.
B. Contractor shall do all cutting, fitting, or patching that may be required to make its several
parts fit together properly, or receive or be received by work of others set forth in, or
reasonably implied by, the Contract Documents. Contractor shall not endanger any work by
cutting, excavating, or otherwise altering the Work and shall not cut or alter the work of any
other contractor unless approved in advance by Owner.
C. Should any of the Work be found defective, or in any way not in accordance with the Contract
Documents, Owner may reject this work in whatever stage of completion at the time.
D. MATERIALS AND EQUIPMENT FURNISHED BY COUNTY
1. Unless otherwise specifically provided in the Contract Documents, if the Contract requires that
the Contractor install materials and equipment provided by the County, in the absence of a
reasonably apparent defect, such materials and equipment shall be considered compliant with
the Contract Documents.
1. If the Contractor discovers defects in the County-furnished material or equipment the
Contractor shall immediately notify the County in writing.
2. After such discovery, the Contractor shall not proceed with Work involving such County
materials and equipment unless otherwise authorized in writing by the County.
3. Contractor’s failure to provide immediate written Notice of any defects in material or
equipment shall constitute acceptance of such materials and equipment as fit for
incorporation into the Work.
4. Contractor shall be responsible for any damages or delays resulting from Contractor’s
failure to provide timely written Notice or Contractor’s improper incorporation of such
defective materials or equipment into the Work.
2. Unless otherwise specifically provided in the Contract Documents, materials and equipment
furnished by the County, which are not of local origin, are considered to be Free On Board
“FOB†to the point of destination which is the railroad, truck or port terminal nearest to the Site.
1. The County shall inspect the equipment at the point of destination and notify the Contractor
that the County-furnished material and equipment is available for immediate receipt,
possession, and inspection at the point of destination.
2. Upon such notice, the Contractor shall, within seven (7) days, inspect such County-
furnished material and equipment at point of destination and provide immediate written
Notice of rejection of said material and equipment if it is defective or does not meet the
requirements of the Contract.
a. The Contractor shall identify the causes for its rejection, including but not limited to the
specific defect or nonconformance with the Contract.
b. Failure to provide such written rejection shall result in a presumption that the Contractor
accepts the County-furnished material and equipment, except as to defects not then
reasonably discovered.
3. After receipt by the Contractor at the point of destination all risk of loss and damage to such
materials and equipment shall be borne by the Contractor. The Contractor shall promptly
unload, transport, store and/or protect such material and equipment from damage.
Bid 042-15SR NCRTS Scale Replacement 65
RR8744
5.14 AVAILABILITY AND USE OF UTILITY SERVICES
A. Owner shall make all reasonable utilities available to Contractor from existing outlets and
supplies, as specified in the Contract Documents. Unless otherwise provided in the Contract
Documents, the utility service consumed shall be charged to or paid for by Contractor at
prevailing rates charged to Owner or, where the utility is produced by Owner, at reasonable
rates determined by Owner. Contractor will carefully conserve any utilities furnished.
B. Contractor shall, at its expense and in a skillful manner satisfactory to Owner, install and
maintain all necessary temporary connections and distribution lines, together with appropriate
protective devices, and all meters required to measure the amount of each utility used for the
purpose of determining charges. Prior to the date of Final Acceptance, Contractor shall
remove all temporary
connections, distribution lines, meters, and associated equipment and materials.
C. Prior to the commencement of construction activities, a formal utility shutdown notice
procedure shall be negotiated between the Owner and the Contractor. The shutdown notice
procedure shall be utilized throughout the project for temporary or permanent disruption to
Owner’s utilities. At a minimum, the Contractor shall submit to the Owner a written shut-
down notice no less that forty-eight (48) hours in advance for any pre-planned interruptions
or temporary shut downs to Owner utilities. Approval of pre-planned utility shut-downs shall
be at the discretion of the Owner and not unreasonably withheld.
5.15 TESTS AND INSPECTION
A. Contractor shall maintain an adequate testing and inspection program and perform such
tests and inspections as are necessary or required to ensure that the Work conforms to the
requirements of the Contract Documents. Contractor shall be responsible for inspection and
quality surveillance of all its Work and all Work performed by any Subcontractor in accordance
with Division 1, Section
01400. Unless otherwise provided, Contractor shall make arrangements for such tests,
inspections, and approvals with an independent testing laboratory or entity acceptable to
Owner, or with the appropriate public authority, and shall bear all related costs of tests,
inspections, and approvals. Contractor shall give Owner timely notice of when and where
tests and inspections are to be made. Contractor shall maintain complete inspection records
and make them available to Owner.
B. Owner will retain the services of an independent testing and inspection company that may, at
any reasonable time, conduct such inspections and tests as it
deems necessary to ensure that the Work is in accordance with the Contract Documents.
Contractor shall coordinate, schedule and provide complete access for the Owner’s separate
testing agency. Owner shall promptly notify Contractor if an inspection or test reveals that the
Work is not in accordance with the Contract Documents. Unless the subject items are
expressly accepted by
Owner, such Owner inspection and tests are for the sole benefit of Owner and do not:
1. Constitute or imply acceptance;
2. Relieve Contractor of responsibility for providing adequate quality control measures;
3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or
equipment;
4. Relieve Contractor of its responsibility to comply with the requirements of the
Contract Documents; or
Bid 042-15SR NCRTS Scale Replacement 66
RR8744
5. Impair Owner's right to reject defective or nonconforming items, or to avail itself of any
other remedy to which it may be entitled.
C. Neither observations by an inspector retained by Owner, the presence or absence of such
inspector on the site, nor inspections, tests, or approvals by others, shall relieve
Contractor from any requirement of the Contract Documents, nor is any such inspector
authorized to change any term or condition of the Contract Documents.
D. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and
equipment reasonably needed for performing such safe and convenient inspections and
tests as may be required by Owner. Owner may charge Contractor any additional cost of
inspection or testing when Work is not ready at the time specified by Contractor for
inspection or testing, or when prior rejection makes re-inspection or retest necessary. Owner
shall perform its inspections and tests in a manner that will cause no undue delay in the
Work.
5.16 CORRECTION OF NONCONFORMING WORK
A. If a portion of the Work is covered contrary to the requirements in the Contract Documents, it
must, if required in writing by Owner, be uncovered for Owner's observation and be replaced
at the Contractor's expense and without change in the Contract Time.
B. If, at any time prior to Final Completion, Owner desires to examine the Work, or any portion of
it, which has been covered, Owner may request to see such Work and it shall be uncovered
by Contractor. If such Work is in accordance with the Contract Documents, the Contractor
shall be entitled to an adjustment in the Contract Sum for the costs of uncovering and
replacement, and, if completion of the Work is thereby delayed, an adjustment in the Contract
Time, provided it makes a request therefore as provided in Part 7. If such Work is not in
accordance with the Contract Documents, the Contractor shall pay the costs of examination
and reconstruction.
C. Contractor shall promptly correct Work found by Owner not to conform to the requirements of
the Contract Documents, whether observed before or after Substantial Completion and
whether or not fabricated, installed, or completed. Contractor shall bear all costs of correcting
such nonconforming Work, including additional testing and inspections.
D. If, within one year after the date of Substantial Completion of the Work or designated portion
thereof, or within one year after the date for commencement of any system warranties
established under section 6.08, or within the terms of any applicable special warranty
required by the Contract Documents, any of the Work is found to be not in accordance with
the requirements of the Contract
Documents, Contractor shall correct it promptly after receipt of written notice from Owner to do
so. Owner shall give such notice promptly after discovery of the condition. This period of one
year shall be extended, with respect to portions of Work first performed after Substantial
Completion, by the period of time between Substantial Completion and the actual performance
of the Work. Contractor's duty to correct with respect to Work repaired or replaced shall run for
one year from the date of repair or replacement. Obligations under this paragraph shall survive
Final Acceptance.
E. Contractor shall remove from the Project site portions of the Work that are not in accordance
with the requirements of the Contract Documents and are neither corrected by Contractor nor
accepted by Owner.
F. If Contractor fails to correct nonconforming Work within a reasonable time after written
notice to do so, Owner may replace, correct, or remove the nonconforming Work and charge
the cost thereof to the Contractor.
Bid 042-15SR NCRTS Scale Replacement 67
RR8744
G. Contractor shall bear the cost of correcting destroyed or damaged Work, whether completed
or partially completed, caused by Contractor's correction or removal of Work that is not in
accordance with the requirements of the Contract Documents.
H. Nothing contained in this section shall be construed to establish a period of limitation with
respect to other obligations that the Contractor might have according to the Contract
Documents. Establishment of the time period of one year as described in paragraph 5.16D
relates only to the specific obligation of Contractor to correct the Work, and has no
relationship to the time within which the Contractor's obligation to comply with the Contract
Documents may be sought to be enforced, including the time within which such proceedings
may be commenced.
I. If Owner prefers to accept Work that is not in accordance with the requirements of the
Contract Documents, Owner may do so instead of requiring its removal
and correction, in which case the Contract Sum may be reduced as appropriate and
equitable.
5.17 CLEAN UP
Contractor shall at all times keep the Project site, including hauling routes, infrastructures,
utilities, and storage areas, free from accumulations of waste materials. Before completing
the Work, Contractor shall remove from the premises its garbage, surplus and waste
materials, tools, scaffolding, equipment, and materials. Upon completing the Work,
Contractor shall leave the Project site in a clean, neat, and orderly condition satisfactory to
Owner. If Contractor fails to clean up as provided herein, and after reasonable notice from
Owner, Owner may do so and the cost thereof shall be charged to Contractor.
5.18 ACCESS TO WORK
Contractor shall provide Owner and A/E access to the Work in progress wherever located.
5.19 OTHER CONTRACTS
Owner may undertake or award other contracts for additional work at or near the Project site.
Contractor shall reasonably cooperate with the other contractors and with Owner's employees
and shall carefully adapt scheduling and perform the Work in accordance with these Contract
Documents to reasonably accommodate the other work.
5.20 SUBCONTRACTORS AND SUPPLIERS
A. Before submitting the first Application for Payment, Contractor shall furnish in writing to Owner
on Owner provided form(s) the names, addresses, telephone numbers, and Tax Identification
Numbers (TIN) of all subcontractors, as well as suppliers providing materials in excess of
$2,500.00. Contractor shall utilize subcontractors and suppliers, which are experienced and
qualified, and meet the requirements of the Contract Documents, if any. Contractor shall not
utilize any subcontractor or supplier to whom the Owner has a reasonable objection, and shall
obtain Owner’s written consent before making any substitutions or additions.
B. All Subcontracts must be in writing. By appropriate written agreement, Contractor shall
require each Subcontractor, so far as applicable to the Work to be performed by the
Subcontractor, to be bound to Contractor by terms of the Contract Documents, and to
assume toward Contractor all the obligations and responsibilities that Contractor assumes
toward Owner in accordance with the Contract Documents. Each Subcontract shall
preserve and protect the rights of Owner in accordance with the Contract Documents with
respect to the Work to be performed by the Subcontractor so that subcontracting thereof
will not prejudice such rights. Where appropriate, Contractor shall require each
Bid 042-15SR NCRTS Scale Replacement 68
RR8744
Subcontractor to enter into similar agreements with Sub-subcontractors. However, nothing
in this paragraph shall be construed to alter the contractual relations between Contractor
and its Subcontractors with respect to insurance or bonds.
C. Contractor shall schedule, supervise, and coordinate the operations of all Subcontractors.
No Subcontracting of any of the Work shall relieve Contractor from its responsibility for the
performance of the Work in accordance with the Contract Documents or any other
obligations of the Contract Documents.
D. Each subcontract agreement for a portion of the Work is hereby assigned by Contractor to
Owner provided that:
1. The assignment is effective only after termination by Owner for cause pursuant to Part 9.01
and only for those Subcontracts that Owner accepts by notifying the Subcontractor in
writing; and
2. After the assignment is effective, Owner will assume all future duties and obligations
toward the Subcontractor, which Contractor assumed in the Subcontract.
3. The assignment is subject to the prior rights of the surety, if any, obligated under any
bond provided in accordance with the Contract Documents.
5.21 WARRANTY OF CONSTRUCTION
A. In addition to any special warranties provided elsewhere in the Contract, Contractor
warrants that all Work conforms to the requirements of the Contract and is free from any
defect in equipment, material, design, or workmanship performed by Contractor or its
Subcontractors and Suppliers.
B. The warranty period shall be for the longer period of: one (1) year from the date of
Substantial Completion of the entire Project or the duration of any special extended
warranty period required by the Contract or the duration of any special extended warranty
offered by a supplier or common to the trade.
C. With respect to all warranties, express or implied, for Work performed or materials
furnished according to the Contract, Contractor shall:
1. Obtain all warranties that would be given in normal commercial practice from the
supplier and/or manufacturer;
2. Prior to Final Acceptance require all warranties be executed, in writing, for the benefit
of the County;
3. Enforce all warranties for the benefit of the County; and
4. Be responsible to enforce any warranty of a Subcontractor, manufacturer, or Supplier,
should they extend beyond the period specified in the Contract.
D. If, within an applicable warranty period, any part of the Work is found not to conform to
the Contract, the Contractor shall correct it promptly after receipt of written Notice from
the County to do so. In the event the County determines that Contractor corrective action
is not satisfactory and/or timely performed, then the County has the right to either correct
the problem itself or procure the necessary services, recommendations, or guidance from
a third party. All damages incurred by the County and all costs for the County’s remedy
shall be reimbursed by the Contractor.
E. The warranty provided in this provision shall be in addition to any other rights or remedies
provided elsewhere in the Contract or by applicable law.
Bid 042-15SR NCRTS Scale Replacement 69
RR8744
PART 6 - PAYMENTS AND COMPLETION
6.01 CONTRACT SUM
Owner shall pay Contractor the Contract Sum for performance of the Work, in accordance with
the Contract Documents. The Contract Sum shall include all taxes imposed by law and properly
chargeable to the Project, including sales tax.
6.02 SCHEDULE OF VALUES
A. Before submitting its first Application for Payment, the Contractor shall submit to the
Owner for approval a breakdown Schedule of Values allocating the total Contract Sum to
each principle category of work, including all subcontract work of each principal category,
in such detail as requested by Owner. The approved Schedule of Values shall include
appropriate amounts for demobilization, record drawings, O&M manuals and any other
requirements for Project closeout, and shall be used by Owner as the basis for progress
payments. Payment for Work shall be made only for and in accordance with those items
included in the Schedule of Values. Change Orders shall be added independently to the
Schedule of Values after they are approved by Owner.
B. The Schedule of Values must be prepared in the format depicted in Section 01 20 00
Payment Procedures and in such detail as requested by Owner.
6.03 APPLICATION FOR PAYMENT
A. At monthly intervals, unless determined otherwise by Owner, Contractor shall submit to
Owner an itemized Application for Payment for Work completed in accordance with the
Contract Documents and the approved Schedule of Values. Each application shall be
supported by such substantiating data as Owner may require. The Contractor shall include a
copy of each Subcontractor’s Application for Payment with its own Application for Payment.
B. By submitting an Application for Payment, Contractor is certifying that all
Subcontractors have been paid, less earned retainage in accordance with RCW
60.28.010, as their interests appeared in the last preceding certificate of payment. By
submitting an Application for Payment, Contractor is re-certifying that the representations set
forth in Part 1.03 are true and correct, to the best of Contractor's knowledge, as of the date of
the Application for Payment.
C. At the time it submits an Application for Payment, Contractor shall analyze and reconcile, to
the satisfaction of Owner, the actual progress of the Work with the Progress Schedule.
D. If authorized by Owner, the Application for Payment may include request for payment for
material delivered to the Project site and suitably stored, or for completed preparatory work.
Payment may similarly be requested for 50% of the value of material stored off the Project
site, provided Contractor complies with or furnishes satisfactory evidence of the following:
1. The material will be placed in a warehouse that is structurally sound, dry, lighted and
suitable for the materials to be stored;
2. The warehouse is located within a 10-mile radius of the Project. Other locations may
be utilized, if approved in writing, by Owner;
3. Only materials for the Project are stored within the warehouse (or a secure portion of a
warehouse set aside for the Project);
Bid 042-15SR NCRTS Scale Replacement 70
RR8744
4. Contractor furnishes Owner a certificate of insurance extending Contractor's insurance
coverage for damage, fire, and theft to cover the full value of all materials stored, or in
transit;
5. The warehouse (or secure portion thereof) is continuously under lock and key, and only
Contractor's authorized personnel shall have access;
6. Owner shall at all times have the right of access in presence of Contractor;
7. The Contractor or Subcontractor, as appropriate, and its surety assume total responsibility
for the stored materials without any recourse against the County and its insurers; and
8. Contractor furnishes to Owner certified lists of materials stored, bills of lading, invoices,
and other information as may be required, and shall also furnish notice to Owner when
materials are moved from storage to the Project site.
E. Payment by Owner to the Contractor for materials and equipment intended for the Work shall
not diminish or alter the Contractor’s responsibility for proper care and security, in accordance
with Section 5.08.G.
6.04 PROGRESS PAYMENTS
A. The Contractor shall utilize AIA Document G702 to submit its application for payment. Owner
shall make progress payments, in such amounts as Owner determines are properly due, within
30 days after receipt of a properly executed Application for Payment. Owner shall notify
Contractor in accordance with RCW
39.76 if the Application for Payment does not comply with the requirements of the Contract
Documents.
B. Owner shall retain 5% of the amount of each progress payment until 60 days after Final
Acceptance and receipt of all documents required by law or the Contract Documents,
including, at Owner's request, consent of surety to release of the retainage. In accordance
with RCW 60.28, Contractor may request that monies reserved be retained in a fund by
Owner, deposited by Owner in a bank or savings and loan, or placed in escrow with a bank or
trust company to be converted into bonds and securities to be held in escrow with interest to
be paid to Contractor. Owner may permit Contractor to provide an appropriate bond in lieu of
the retained funds.
C. Title to all Work and materials covered by a progress payment shall pass to Owner at the time
of such payment free and clear of all liens, claims, security interests, and encumbrances.
Passage of title shall not, however, relieve Contractor from any of its duties and responsibilities
for the Work or materials, or waive any rights of Owner to insist on full compliance by
Contractor with the Contract Documents.
D. Payments due and unpaid in accordance with the Contract Documents shall bear interest
as specified in RCW 39.76.
6.05 PAYMENTS WITHHELD
A. Owner may withhold or, on account of subsequently discovered evidence, nullify the whole
or part of any payment to such extent as may be necessary to protect Owner for loss or
damage from reasons including but not limited to:
1. Work not in accordance with the Contract Documents;
2. Reasonable evidence that the Work required by the Contract Documents cannot be
completed for the unpaid balance of the Contract Sum;
Bid 042-15SR NCRTS Scale Replacement 71
RR8744
3. Work by Owner to correct defective Work or complete the Work in accordance
with Section 5.16;
4. Failure to perform in accordance with the Contract Documents; or
5. Cost or liability that may occur to Owner as the result of Contractor's fault or negligent acts
or omissions.
B. In any case where part or all of a payment is going to be withheld for unsatisfactory
performance, Owner shall notify Contractor in accordance with RCW 39.76.
6.06 RETAINAGE AND BOND CLAIM RIGHTS
RCW chapters 39.08 and 60.28, concerning the rights and responsibilities of Contractor and
Owner with regard to the performance and payment bonds and retainage, are made a part of the
Contract Documents by reference as though fully set forth herein.
6.07 SUBSTANTIAL COMPLETION
A. When the Contractor considers that all Work or Work associated with Contract milestones is
substantially complete, the Contractor shall give written Notice to the County.
1. The County shall promptly inspect the Work and, if the County does not agree that the
Work is substantially complete, the County will prepare a Punch List (list of items to be
completed or corrected).
i. The County reserves the right to add to, modify, or change the Substantial
Completion Punch List as circumstances dictate.
ii. Failure by the County to include any items on such list does not alter the
responsibility of the Contractor to complete or correct the Work in accordance with
the Contract.
B. At the Contractor’s request, the County may identify those Punch List items that must be
completed or corrected in order for the Contractor to achieve Substantial Completion.
1. When the County determines that those Punch List items have been completed or
corrected by the Contractor, the County shall make a determination that the Work is
Substantially Complete.
2. A Certificate of Substantial Completion will be issued by the County, which shall
establish the date of Substantial Completion.
3. This Certificate of Substantial Completion shall state the responsibilities of the County
and the Contractor for security, maintenance, heat, utilities, damage to the Work,
insurance, and the time to complete remaining Punch List work before liquidated
damages begin to accrue for the Contractor’s failure to achieve Completion/Final
Acceptance in a timely manner.
4. The County shall assess liquidated damages for the Contractor’s failure to complete or
correct the required Punch List items for Substantial Completion within the Contract
Time.
C. As provided in the Contract, the County may grant Substantial Completion to specific
subsystems or portions of the Work. The dates of Substantial Completion shall be
determined, in writing, by the County.
6.08 PRIOR OCCUPANCY
A. Owner may, upon written notice thereof to Contractor, take possession of or use any
completed or partially completed portion of the Work ("Prior Occupancy") at any time prior to
Bid 042-15SR NCRTS Scale Replacement 72
RR8744
Substantial Completion. Unless otherwise agreed in writing, Prior Occupancy shall not: be
deemed an acceptance of any portion of the
Work; accelerate the time for any payment to Contractor; prejudice any rights of Owner
provided by any insurance, bond, guaranty, or the Contract Documents; relieve Contractor of
the risk of loss or any of the obligations established by the Contract Documents; establish a
date for termination or partial termination of the assessment of liquidated damages; or
constitute a waiver of claims.
B. Notwithstanding anything in the preceding paragraph, Owner shall be responsible for loss of
or damage to the Work resulting from Prior Occupancy. Contractor's one year duty to repair
and any system warranties shall begin on building systems activated and used by Owner as
agreed in writing by Owner and Contractor.
6.09 FINAL COMPLETION, ACCEPTANCE, AND PAYMENT
A. FINAL INSPECTION AND FINAL PUNCH LIST
1. All remaining Punch List items that were not corrected prior to Substantial Completion shall be
successfully completed by the Contractor prior to the Contractor’s request for Final
Acceptance. When the Contractor considers that all Contract Work is ready for final inspection
and Final Acceptance, the Contractor shall give written Notice to the County.
2. County shall promptly perform a final inspection of the Work and, if necessary, prepare a Final
Punch List (a list of items to be completed or corrected by the Contractor prior to the County
granting Final Acceptance).
3. Punch List items may include but are not limited to: Copies of the warranties and guarantees
required by the Contract; Permit approvals and Certificate of Occupancy; Operation and
Maintenance Manuals; Record Set of Drawings and Specifications; and Stamped permit set of
documents; Right of Way, Easements and Property Releases, and any other documents
called for elsewhere in the Contract.
4. The Contractor shall complete or correct the items identified in the Final Punch List within the
time period as required in the Certificate of Substantial Completion. Should the Contractor fail
to complete or correct all remaining Final Punch List items within the required time, the County
may assess liquidated damages against the Contractor for failure to achieve Final Acceptance
in a timely manner.
5. After the Contractor completes all items identified in the Final Punch List(s), the
Contractor shall notify the County in writing that the Final Punch List items have been
successfully completed. After verification by the County that such completion was
satisfactory, the Contractor shall submit a Final Application for Payment..
B. REQUIREMENTS FOR FINAL APPLICATION FOR PAYMENT
1. In addition to any other requirement identified in the Contract Documents, the Final
Application for Payment shall include the following documents:
a. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law;
b. Contractor’s release of claims against the County, except for Claims specifically described
in the release document and submitted in accordance with Part 8 – Claims and Dispute
Resolution;
c. Contractor certification that all Subcontractors and Suppliers have been paid and there are
no outstanding liens;
Bid 042-15SR NCRTS Scale Replacement 73
RR8744
d. Right of Way, Easements and Property Releases; and
e. All reports identified in the Affidavit and Certificate of Compliance including but not
limited to, Subcontractor Monthly Utilization reports, as appropriate.
C. COMPLETION/FINAL ACCEPTANCE
1. Completion/Final Acceptance shall be achieved when all the obligations of the Contract have
been successfully performed by the Contractor in accordance with the Contract and accepted
by the County.
2. Neither Final Acceptance, nor Final Payment, shall release Contractor or its sureties from any
obligations under this Contract or the Performance and Payment Bonds, or constitute a waiver
of any claims by the County arising from or related to Contractor’s performance or failure to
perform the Work and to meet all Contractual obligations in accordance with the Contract,
including but not limited to:
a. Unsettled liens, security interests or encumbrances;
b. Damaged, non-conforming, or defective Work discovered by the County;
c. Terms of any warranties or guarantees required by the Contract; and
d. Payments made in error.
3. Except for any Claims properly submitted in accordance with Part 8 – Claims and Dispute
Resolution, acceptance of Payment on the Final Application for Payment by the Contractor
shall, on behalf of itself and its Subcontractors or Sureties, forever and unconditionally release
and discharge the County, its officers, agents, employees, from:
a. Any and all disputes or claims, including but not limited to claims for damages, fines,
interest, taxes, attorney fees, or costs, demands, rights, actions or causes of actions,
known or unknown, arising out of or in any way related to the parties’ performance under
the Contract and/or Project; and
b. Any and all known and/or unknown liabilities, obligations, demands, actions, suits, debts,
charges, causes of action, requests for money and/or payment under the Contract,
outstanding invoices, or claims directly or indirectly arising out of or related to the Contract
and/or Project.
Bid 042-15SR NCRTS Scale Replacement 74
RR8744
PART 7 - CHANGES
7.01.01 CHANGE IN THE WORK (BY OWNER)
A. Owner may, at any time and without notice to Contractor's surety, order additions, deletions,
revisions, or other changes in the Work. Any change in the Work shall be incorporated into
the Contract Documents through the execution of a Change Order (CO). If any change in
the Work ordered by Owner causes an increase or decrease in the Contract Sum or the
Contract Time, an equitable adjustment shall be made as provided in section 7.02 or 7.03,
respectively, and such adjustment(s) shall be incorporated into a Change Order.
B. If Owner desires to order a change in the Work, it may request a written Change Order
Proposal from Contractor. Contractor shall submit a Change Order Proposal within 14 days of
the request from Owner, or within such other period as mutually agreed. Contractor's Change
Order proposal shall be full compensation for implementing the proposed change in the Work,
including any adjustment in the Contract Sum or Contract Time, and including compensation
for all delays in connection with such change in the Work and for any expense or
inconvenience, disruption of schedule, or loss of efficiency or productivity occasioned by the
change in the Work.
C. Upon receipt of the Change Order Proposal, or a request for equitable adjustment in the
Contract Sum or Contract Time, or both, as provided in sections 7.02 and 7.03, Owner may
accept or reject the proposal, request further documentation, or negotiate acceptable terms
with Contractor. Pending agreement on the terms of the Change Order, Owner may direct
Contractor to proceed immediately with the Change Order Work. Contractor shall not
proceed with any change in the Work until it has obtained Owner's approval. All Work done
pursuant to any Owner-directed change in the Work shall be executed in accordance with
the Contract Documents.
D. If Owner and Contractor reach agreement on the terms of any change in the Work,
including any adjustment in the Contract Sum or Contract Time, such agreement shall be
incorporated in a Change Order. The Change Order shall constitute full payment and final
settlement of all claims for time and for direct, indirect, and consequential costs, including
costs of delays, inconvenience, disruption of schedule, or loss of efficiency or productivity,
related to any Work either covered or affected by the Change Order, or related to the
events giving rise to the request for equitable adjustment.
E. If Owner and Contractor are unable to reach agreement on the terms of any change in the
Work, including any adjustment in the Contract Sum or Contract Time, Contractor may at
any time in writing, request a final offer from Owner. Owner shall provide Contractor with its
written response within 30 days of Contractor's request. Owner may also provide
Contractor with a final offer at any time. If Contractor rejects Owner's final offer, or the
parties are otherwise unable to reach agreement, the Owner may elect to issue a
Construction Change Directive (CCD) for the work; in which case, the Contractor's only
remedy shall be to file a Claim as provided in Part 8.
F. A Field Authorization (FA) may be issued by the Owner as a directive to proceed with work
when the processing time for an approved Change Order would impact the project.
Bid 042-15SR NCRTS Scale Replacement 75
RR8744
A scope of work must be defined, a maximum not-to-exceed cost indicated, and any
estimated modification to the contract completion time determined. The method of final cost
verification must be noted and supporting cost data must be submitted in accordance with the
requirements of Part 7.02.A.3. Upon satisfactory
submittal and approval of supporting cost data, the completed FA will be processed into a
Change Order. No payment will be made to the Contractor for FA work until that FA is
reconciled by Change Order and the associated work, or equitable
portion thereof, is completed.
7.01.02 CONTRACTOR’S REQUEST FOR A CHANGE ORDER
A. Notice of Intent to Submit a Request for Change Order:
1. The Contractor shall provide the Owner Representative with the written Notice that the
Contractor intends to submit a Request for Change Order no later than seven (7) days, except
as specified below for Differing Site Conditions, after any direction, instruction, interpretation,
determination by the Owner and/or the onset of any event or impact to the Project.
2. The Contractor shall include the following information in the Notice of intent to Request a
Change Order.
a. The date, circumstances, and source of the direction, instruction, interpretation,
determination by the Owner and/or the event or impact to the Project.
b. Reasonable order of magnitude estimate of the change to the Contract Price;
c. Reasonable order of magnitude estimate of the time impact to the Contract Time; and
d. Contractual provisions and substantive basis to support the Request.
B. Request for Change Order:
1. Within twenty-one (21) days after the Direction and/or the onset of the event or impact to the
Project, the Contractor may request an extension of time for filing its Request for Change
Order. The Contractor shall state the reasons for the request and identify a date certain when
the Contractor shall provide all documentation required in its Request for Change Order.
2. Unless the Owner Representative issues written Notice authorizing the Contractor additional
time to submit the Request for Change Order, the Contractor shall provide, in writing, a
detailed Request for Change Order to the Owner Representative no later than thirty-five (35)
days after the Direction and/or onset of the event or impact to the Project.
3. The Request for a Change Order shall include:
a. Specific dollar amount covering all costs associated in accordance with Part 7 – Changes;
b. Specific request for time extension (number of days);
c. A copy of the written Notice of Intent, including all attachments; and
d. All documentation supporting the Request for a Change Order, including but not limited to
all cost records, schedule analysis, and the documents identified in General Conditions,
which are in any way relevant to the Contractor’s Request for Change Order.
Bid 042-15SR NCRTS Scale Replacement 76
RR8744
C. Owner’s Response to Contractor’s Request for Change Order:
1. The Owner will make a written determination with respect to the Contractor’s Request for
Change Order within thirty (30) days of receipt of said Request, unless one of the following
activities occurs:
a. The Owner may request additional information and specify a time period for receipt of the
information. The Contractor shall comply with the Owner’s request for additional
information.
b. The Owner may inform the Contractor that additional time is needed to review the
Contractor’s Request for Change Order and identify a date certain when a decision will be
rendered.
2. If the Owner requests additional information, the Owner will make a written determination
within thirty (30) days receipt of Contractor’s additional information.
3. If the Owner does not make a determination within the applicable time period, the Request for
Change Order is deemed denied.
D. Approval of Request for Change Order and Execution of Change Order:
1. If the Owner determines that a Change Order is necessary, the parties may negotiate
acceptable terms and conditions and execute a Change Order.
E. Contractor Procedure upon Denial or Deemed Denial of a Request for a Change Order:
1. If the Contractor disagrees with the denial, the Contractor’s sole remedy shall be to file a fully
documented Claim within thirty (30) days of deemed denial or the Contractor’s receipt of the
denial in accordance with Part 8 – Claims and Dispute Resolution.
F. Contractor’s Obligation to Continue to Work:
1. Pending resolution of the Contractor’s Request for a Change Order, the Contractor shall
continue to perform all Work including, at the written request of the Owner that work
associated with the pending Request for Change Order. The Contractor shall maintain its
progress with the Work.
G. Waiver:
1. Failure to follow the provisions set forth herein shall constitute a waiver of the Contractor’s
right to receive any additional time or money as a result of any alleged direction, instruction,
interpretation, determination by the Owner and/or the event or impact to the Project.
7.02 CHANGE IN THE CONTRACT SUM
A. General Application
1. The Contract Sum shall only be revised by a Change Order. The Contractor shall
include any request for a change in the Contract Sum in its Change Order Proposal.
2. If the cost of Contractor's performance is changed due to the fault or negligence of
Owner, or anyone for whose acts Owner is responsible, Contractor shall be entitled to
make a request for an equitable adjustment in the Contract Sum in accordance with the
following procedure. No change in the Contract Sum shall be allowed to the extent:
Contractor's changed cost of performance is due to the fault or negligence of
Contractor, or anyone for whose acts Contractor is responsible; the change is
concurrently caused by Contractor and Owner; or the change is caused by an act of
Force Majeure as defined in Section 3.05.
Bid 042-15SR NCRTS Scale Replacement 77
RR8744
a. A request for an equitable adjustment in the Contract Sum shall be based on
written notice delivered to Owner within 7 days of the occurrence of the event
giving rise to the request. For purposes of this part, "occurrence" means when
Contractor knew, or in its diligent prosecution of the Work should have known, of
the event giving rise to the request. If Contractor believes it is entitled to an
adjustment in the Contract Sum, Contractor shall immediately notify Owner and
begin to keep and maintain complete, accurate, and specific daily records.
Contractor shall give Owner access to any such records and, if requested, shall
promptly furnish copies of such records to Owner.
b. Contractor shall not be entitled to any adjustment in the Contract Sum for any
occurrence of events or costs that occurred more than 7 days before Contractor's
written notice to Owner. The written notice shall set forth, at a minimum, a
description of: the event giving rise to the request for an equitable adjustment in
the Contract Sum; the nature of the impacts to Contractor and its Subcontractors of
any tier, if any; and to
the extent possible the amount of the adjustment in Contract Sum requested.
Failure to properly give such written notice shall, to the extent Owner’s interests are
prejudiced, constitute a waiver of Contractor's right to an equitable adjustment.
c. Within 30 days of the occurrence of the event giving rise to the request, unless Owner
agrees in writing to allow an additional period of time to ascertain more accurate data,
Contractor shall supplement the written notice provided in accordance with
subparagraph a. above with additional supporting data. Such additional data shall
include, at a minimum: the amount of compensation requested, itemized in accordance
with the procedure set forth herein; specific facts, circumstances, and analysis that
confirms not only that Contractor suffered the damages claimed, but that the damages
claimed were actually a result of the act, event, or condition complained of and that the
Contract Documents provide entitlement to an equitable adjustment to Contractor for
such act, event, or condition; and documentation sufficiently detailed to permit an
informed analysis of the request by Owner. When the request for compensation
relates to a delay, or other change in Contract Time, Contractor shall demonstrate the
impact on the critical path, in accordance with section 7.03C. Failure to provide such
additional information and documentation within the time allowed or within the format
required shall, to the extent Owner's interests are prejudiced, constitute a waiver of
Contractor's right to an equitable adjustment.
d. Pending final resolution of any request made in accordance with this paragraph,
unless otherwise agreed in writing, Contractor shall proceed diligently with
performance of the Work.
e. Any requests by Contractor for an equitable adjustment in the Contract Sum and in
the Contract Time that arise out of the same event(s) shall be submitted together.
3. The value of any Work covered by a Change Order, or of any request for an equitable
adjustment in the Contract Sum, shall be determined by one of the following methods:
a. On the basis of a fixed price as determined in paragraph 7.02B.
b. By application of unit prices to the quantities of the items involved as determined
in paragraph 7.02C.
c. On the basis of time and material as determined in paragraph 7.02D.
4. When Owner has requested Contractor to submit a Change Order proposal, Owner may
direct Contractor as to which method in subparagraph 3 above to use when submitting its
Bid 042-15SR NCRTS Scale Replacement 78
RR8744
proposal. Otherwise, Contractor shall determine the value of the Work, or of a request for
an equitable adjustment, on the basis of the fixed price method.
B. Change Order Pricing - Fixed Price
When the fixed price method is used to determine the value of any Work covered by a
Change Order, or of a request for an equitable adjustment in the Contract Sum, the
following procedures shall apply:
1. Contractor's Change Order proposal, or request for adjustment in the Contract Sum, shall
be accompanied by a complete itemization of the costs, including labor, material,
subcontractor costs, and overhead and profit. The costs shall be itemized in the manner
set forth below, and shall be submitted on breakdown sheets in a form approved by
Owner.
2. All costs shall be calculated based upon appropriate industry standard methods of
calculating labor, material quantities, and equipment costs.
3. If any of Contractor's pricing assumptions are contingent upon anticipated actions of
Owner, Contractor shall clearly state them in the proposal or request for an equitable
adjustment.
4. The cost of any additive or deductive changes in the Work shall be calculated as set forth
below, except that overhead and profit shall not be included on deductive changes in the
Work. Where a change in the Work involves additive and deductive work by the same
Contractor or Subcontractor, small tools, overhead, profit, bond and insurance markups will
apply to the net difference.
5. If the total cost of the change in the Work or request for equitable adjustment does not
exceed $1,000, Contractor shall not be required to submit a breakdown if the description of
the change in the Work or request for equitable adjustment is sufficiently definitive for
Owner to determine fair value.
6. If the total cost of the change in the Work or request for equitable adjustment is between
$1,000 and $2,500, Contractor may submit a breakdown in the following level of detail if
the description of the change in the Work or if the request for equitable adjustment is
sufficiently definitive to permit the Owner to determine fair value:
a. Lump sum labor;
b. Lump sum material;
c. Lump sum equipment usage;
d. Overhead and profit as set forth below; and
e. Insurance and bond costs as set forth below.
7. Any request for adjustment of Contract Sum based upon the fixed price method shall
include only the following items:
a. Craft labor costs: These are the labor costs determined by multiplying the estimated
or actual additional number of craft hours needed to perform the change in the Work
by the hourly labor costs. Craft hours should cover direct labor, as well as indirect
labor due to trade inefficiencies. The hourly costs shall be based on the following:
Bid 042-15SR NCRTS Scale Replacement 79
RR8744
(1) Basic wages and benefits: Hourly rates and benefits as stated on the
Department of Labor and Industries approved "statement of intent to pay
prevailing wages." Direct supervision shall be a reasonable percentage not to
exceed 15% of the cost of direct labor. No supervision markup shall be allowed
for a working supervisor's hours.
(2) Worker's insurance: Direct contributions to the state of Washington for industrial
insurance; medical aid; and supplemental pension, by the class and rates
established by the Department of Labor and Industries.
(3) Federal insurance: Direct contributions required by the Federal Insurance
Compensation Act; Federal Unemployment Tax Act; and the State
Unemployment Compensation Act.
(4) Travel allowance: Travel allowance and/or subsistence, if applicable, not
exceeding those allowances established by regional labor union agreements,
which are itemized and identified separately.
(5) Safety: Cost incurred due to the Washington Industrial Safety and Health Act,
which shall be a reasonable percentage not to exceed 2% of the sum of the
amounts calculated in (1), (2), and (3) above.
b. Material costs: This is an itemization of the quantity and cost of materials needed to
perform the change in the Work. Material costs shall be developed first from actual
known costs, second from supplier quotations or if these are not available, from
standard industry pricing guides. Material costs shall consider all available discounts.
Freight costs, express charges, or special delivery charges, shall be itemized.
c. Equipment costs: This is an itemization of the type of equipment and the estimated or
actual length of time the construction equipment appropriate for the Work is or will be
used on the change in the Work. Costs will be allowed for construction equipment only
if used solely for the changed Work, or for additional rental costs actually incurred by
the Contractor. Equipment charges shall be computed on the basis of actual invoice
costs or if owned, from the current edition of one of the following sources:
(1) Associated General Contractors - Washington State Department of
Transportation (AGC WSDOT) Equipment Rental Agreement;
1987 edition.
(2) The state of Washington Utilities and Transportation Commission for trucks
used on highways.
(3) The National Electrical Contractors Association for equipment used on
electrical work.
(4) The Mechanical Contractors Association of America for equipment used on
mechanical work. The Data Quest Rental Rate (Blue Book) shall be used as a
basis for establishing rental rates of equipment not listed in the above sources.
The maximum rate for standby equipment shall not exceed that shown in the
AGC WSDOT Equipment Rental Agreement, 1987 edition.
d. Allowance for small tools, expendables & consumable supplies: Small tools consist of
tools that cost $250 or less and are normally furnished by the performing contractor.
The maximum rate for small tools shall not exceed the following:
(1) For Contractor, 3% of direct labor costs.
Bid 042-15SR NCRTS Scale Replacement 80
RR8744
(2) For Subcontractors, 5% of direct labor costs.
Expendables and consumable supplies directly associated with the change in
Work must be itemized.
e. Subcontractor costs: This is defined as payments Contractor makes to Subcontractors
for changed Work performed by Subcontractors of any tier. The Subcontractors' cost
of Work shall be calculated and itemized in the same manner as prescribed herein for
Contractor.
f. Allowance for overhead: This is defined as costs of any kind attributable to direct and
indirect delay, acceleration, or impact, added to the total cost to Owner of any change in
the Contract Sum but not to the cost of any
change in the Contract Time for which Contractor has been compensated pursuant to
the conditions set forth in Section 7.03. This allowance shall compensate Contractor
for all non-craft labor, temporary construction facilities, field engineering, schedule
updating, as-built drawings, home office cost, B&O taxes, office engineering, estimating
costs, additional overhead because of extended time, and any other cost incidental to
the change in the Work. It shall be strictly limited in all cases to a reasonable amount,
mutually acceptable, or if none can be agreed upon to an amount not to exceed the
rates below:
The following mark-ups for overhead shall apply:
(1) For Contractor, for any Work actually performed by the
Contractor's own forces, 10% of the first $50,000 of the cost, and
4% of the remaining cost, if any.
(2) For each Subcontractor (including lower tier subcontractors), for any Work
actually performed by its own forces, 10% of the first $50,000 of the cost, and 4%
of the remaining cost, if any.
(3) For Contractor, for any Work performed by its Subcontractor(s),
4% of the first $50,000 of the amount due each Subcontractor, and
2% of the remaining amount if any.
(4) For each Subcontractor, for any Work performed by its Subcontractor(s) of
any lower tier, 4% of the first $50,000 of the amount due the sub-
Subcontractor, and 2% of the remaining amount if any.
(5) The cost to which overhead is to be applied shall be determined in accordance
with subparagraphs a - e above.
g. Allowance for profit: This is an amount to be added to the cost of any change in
Contract Sum, but not to the cost of change in Contract Time for which contractor has
been compensated pursuant to the conditions set forth in section 7.03. It shall be
limited to a reasonable amount, mutually acceptable, or if none can be agreed upon,
to an amount not to exceed the rates below:
Bid 042-15SR NCRTS Scale Replacement 81
RR8744
(1) For Contractor or Subcontractor of any tier for work performed by their forces,
5% of the cost developed in accordance with
7.02.B.7.a - e above.
(2) For Contractor or Subcontractor of any tier for work performed by a
subcontractor of a lower tier, 3% of the Subcontractor cost developed in
accordance with 7.02.B.7a - h.
h. Cost of change in insurance or bond premium: This is defined as:
(1) Contractor's liability insurance: The cost of any changes in
Contractor's liability insurance arising directly from execution of the
Change Order not to exceed 1%; and
(2) Public works bond: The cost of the additional premium for Contractor's bond
arising directly from the changed Work not to exceed 1.5%.
The costs of any change in insurance or bond premium shall be added after overhead and
allowance for profit are calculated in accordance with subparagraph f. and g. above.
C. Change Order Pricing -- Unit Prices
1. Whenever Owner authorizes Contractor to perform Work on a unit-price basis, Owner's
authorization shall clearly state:
a. Scope of work to be performed;
b. Type of reimbursement including pre-agreed rates for material quantities;
and
c. Cost limit of reimbursement.
2. Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed.
As requested by Owner, Contractor shall identify workers assigned to the
Change Order Work and areas in which they are working;
b. Leave access as appropriate for quantity measurement; and
c. Not exceed any cost limit(s) without Owner's prior written approval.
3. Contractor shall submit costs in accordance with paragraph 7.02B. and satisfy the
following requirements:
a. Unit prices shall include reimbursement for all direct and indirect costs of the Work,
including overhead and profit, and bond and insurance costs; and
b. Quantities must be supported by field measurement statements signed by Owner.
Bid 042-15SR NCRTS Scale Replacement 82
RR8744
D. Change Order Pricing -- Time-and-Material Prices
1. Whenever Owner authorizes Contractor to perform Work on a time-and- material
basis, Owner's authorization shall clearly state:
a. Scope of Work to be performed;
b. Type of reimbursement including pre-agreed rates, if any, for material quantities or
labor; and
c. Cost limit of reimbursement.
2. Contractor shall:
a. Cooperate with Owner and assist in monitoring the Work being performed.
As requested by Owner, identify workers assigned to the Change Order
Work and areas in which they are working;
b. Identify on daily time sheets all labor performed in accordance with this authorization.
Submit copies of daily time sheets within 2 working days for Owner's review;
c. Leave access as appropriate for quantity measurement;
d. Perform all Work in accordance with this section as efficiently as possible;
and
e. Not exceed any cost limit(s) without Owner's prior written approval.
3. Contractor shall submit costs in accordance with paragraph 7.02B and additional
verification supported by:
a. Labor detailed on daily time sheets; and
b. Invoices for material identifying quantities, measurements, unit prices and date of
delivery.
7.03 CHANGE IN THE CONTRACT TIME
A. The Contract Time shall only be changed by a Change Order. Contractor shall include any
request for a change in the Contract Time in its Change Order proposal.
B. If the time of Contractor's performance is changed due to an act of Force Majeure, or due
to the fault or negligence of Owner or anyone for whose acts Owner is responsible,
Contractor shall be entitled to make a request for an equitable adjustment in the Contract
Time in accordance with the following procedure. No adjustment in the Contract Time shall
be allowed to the extent Contractor's changed time of performance is due to the fault or
negligence of Contractor, or anyone for whose acts Contractor is responsible.
1. A request for an equitable adjustment in the Contract Time shall be based on written notice
delivered within 7 days of the occurrence of the event giving rise to the request. If
Contractor believes it is entitled to adjustment of
Bid 042-15SR NCRTS Scale Replacement 83
RR8744
Contract Time, Contractor shall immediately notify Owner and begin to keep and maintain
complete, accurate, and specific daily records. Contractor shall give Owner access to any
such record and if requested, shall promptly
furnish copies of such record to Owner.
2. Contractor shall not be entitled to an adjustment in the Contract Time for any events that
occurred more than 7 days before Contractor's written notice to Owner. The written notice
shall set forth, at a minimum, a description of: the event giving rise to the request for an
equitable adjustment in the Contract Time; the nature of the impacts to Contractor and its
Subcontractors of any tier, if any; and to the extent possible the amount of the adjustment
in Contract Time requested. Failure to properly give such written notice shall,
to the extent Owner's interests are prejudiced, constitute a waiver of
Contractor's right to an equitable adjustment.
3. Within 30 days of the occurrence of the event giving rise to the request, unless Owner
agrees in writing to allow an additional period of time to ascertain more accurate data,
Contractor shall supplement the written notice provided in accordance with subparagraph
7.03B.2 with additional supporting data. Such additional data shall include, at a minimum:
the amount of delay claimed, itemized in accordance with the procedure set forth herein;
specific facts, circumstances, and analysis that confirms not only that Contractor suffered
the delay claimed, but that the delay claimed was actually a result of the act, event, or
condition complained of, and that the Contract Documents provide entitlement to an
equitable adjustment in Contract Time for such act, event, or condition; and supporting
documentation sufficiently detailed to permit an informed analysis of the request by Owner.
Failure to provide
such additional information and documentation within the time allowed or within the
format required shall, to the extent Owner's interests are prejudiced, constitute a
waiver of Contractor's right to an equitable adjustment.
4. Pending final resolution of any request in accordance with this paragraph, unless
otherwise agreed in writing, Contractor shall proceed diligently with performance of the
Work.
C. Any change in the Contract Time covered by a Change Order, or based on a request for an
equitable adjustment in the Contract Time, shall be limited to the change in the critical path of
Contractor's schedule attributable to the change of Work or event(s) giving rise to the request
for equitable adjustment. Any Change Order proposal or request for an adjustment in the
Contract Time shall demonstrate the impact on the critical path of the schedule. Contractor
shall be responsible for showing clearly on the Progress Schedule that the change or event:
had a specific impact on the critical path, and except in case of concurrent delay, was the sole
cause of such impact; and could not have been avoided by re-sequencing of the Work or
other reasonable alternatives.
D. Contractor may request compensation for the cost of a change in Contract Time in
accordance with this paragraph, 7.03D, subject to the following conditions:
1. The change in Contract Time shall solely be caused by the fault or negligence of
Owner or A/E;
2. Compensation under this paragraph is limited to changes in Contract Time for which
Contractor is not entitled to be compensated under section 7.02;
3. Contractor shall follow the procedure set forth in paragraph 7.03B;
Bid 042-15SR NCRTS Scale Replacement 84
RR8744
4. Contractor shall establish the extent of the change in Contract Time in accordance
with paragraph 7.03C; and
5. The daily cost of any change in Contract Time shall be limited to the items below, less
funds that may have been paid pursuant to a change in the Contract Sum that
contributed to this change in Contract Time:
a. Cost of nonproductive field supervision or labor extended because of the delay;
b. Cost of weekly meetings or similar indirect activities extended because of the delay;
c. Cost of temporary facilities or equipment rental extended because of the delay;
d. Cost of insurance extended because of the delay;
e. General and administrative overhead in an amount to be agreed upon, but not to
exceed 3% of Contract Sum divided by the Contract Time for each day of the delay
Bid 042-15SR NCRTS Scale Replacement 85
RR8744
PART 8 - CLAIMS AND DISPUTE RESOLUTION
8.01 CLAIMS PROCEDURE
A. If the parties fail to reach agreement on the terms of any Change Order for Owner-directed
Work as provided in Section 7.01, or on the resolution of any request for an equitable
adjustment in the Contract Sum as provided in Section
7.02 or the Contract Time as provided in Section 7.03, Contractor's only remedy shall be to file
a Claim with Owner as provided in this section.
B. Contractor shall file its Claim within the earlier of: 120 days from Owner's final offer in
accordance with either Paragraph 7.01E or the date of Final Acceptance.
C. The Claim shall be deemed to cover all changes in cost and time (including direct, indirect,
impact, and consequential) to which Contractor may be entitled. It shall be fully substantiated
and documented. At a minimum, the Claim shall contain the following information:
1. A detailed factual statement of the Claim for additional compensation and time, if any,
providing all necessary dates, locations, and items of Work affected by the Claim;
2. The date on which facts arose which gave rise to the Claim
3. The name of each employee of Owner or A/E knowledgeable about the
Claim;
4. The specific provisions of the Contract Documents that support the Claim;
5. The identification of any documents and the substance of any oral
communications that support the Claim;
6. Copies of any identified documents, other than the Contract Documents, that support the
Claim;
7. If an adjustment in the Contract Time is sought; the specific days and dates for which it is
sought; the specific reasons Contractor believes an extension in the Contract Time should
be granted; and Contractor's analysis of its Progress Schedule to demonstrate the reason
for the extension in Contract Time;
8. If an adjustment in the Contract Sum is sought, the exact amount sought and a breakdown
of that amount into the categories set forth in, and in the detail required by, Section 7.02;
and
9. A statement certifying, under penalty of perjury, that the Claim is made in good faith, that
the supporting cost and pricing data are true and accurate to the best of Contractor's
knowledge and belief, that the Claim is fully supported by the accompanying data, and that
the amount requested accurately reflects the adjustment in the Contract Sum or Contract
Time for which Contractor believes Owner is liable.
D. After Contractor has submitted a fully documented Claim that complies with all applicable
provisions of Parts 7 and 8, Owner shall respond, in writing, to Contractor as follows:
1. If the Claim amount is less than $50,000, with a decision within 60 days from the date the
Claim is received; or
Bid 042-15SR NCRTS Scale Replacement 86
RR8744
2. If the Claim amount is $50,000 or more, with a decision within 60 days from the date the
Claim is received, or with notice to Contractor of the date by which it will render its
decision. Owner will then respond with a written decision in such additional time.
E. To assist in the review of Contractor's Claim, Owner may visit the Project site, or request
additional information, in order to fully evaluate the issues raised by the Claim. Contractor
shall proceed with performance of the Work pending final resolution of any Claim. Owner's
written decision as set forth above shall be
final and conclusive as to all matters set forth in the Claim, unless Contractor follows the
procedure set forth in Section 8.02.
F. Any Claim of the Contractor against the Owner for damages, additional compensation, or
additional time, shall be conclusively deemed to have been waived by the Contractor
unless timely made in accordance with the requirements of this section.
8.02 DISPUTE RESOLUTION
A. If Contractor disagrees with Owner’s decision rendered in accordance with paragraph
8.01.D, Contractor may appeal such decision under the procedures described in this Section
8.02.
B. In order to appeal such a decision, Contractor shall be required to provide the Owner, with a
copy to the Architect, a complete written appeal within 14 days after the date of the Owner’s
decision. In order to be considered complete, an appeal must contain all of the elements
stated in paragraph 8.02.C. If the Contractor does not timely file a complete written appeal,
the Owner’s decision shall be final and binding without right of appeal or litigation in any
court.
C. An appeal shall state the portion(s) of the Owner’s decision that are in dispute, the
compensation and any other remedy sought, and the documents that support the
Contractor’s contention that the Owner’s decision is incorrect. The statement shall be
accompanied by a list of five (5) or more dates and times proposed for a negotiation meeting.
The proposed dates shall be non-holiday weekdays, and the proposed times shall be within
normal working hours. The proposed dates shall be not less than three (3) weeks and not
more than eight (8) weeks after the date on which the statement is delivered to the
responding party.
D. Negotiation
As a prerequisite to any other dispute resolution procedures, the parties shall conduct at
least one (1) negotiation meeting in accordance with the following:
1. Within seven (7) days of receiving the appeal, the Owner shall deliver to the Contractor a
notice confirming one (1) of the dates and times proposed by Contractor. In cases
involving disputes that must be resolved on an expedited basis, the parties may, by
mutual consent, schedule dates for negotiation on less than three weeks notice. The
negotiation meeting shall be held at the Owner’s office on the date and time thus chosen.
2. Within fourteen (14) days of receiving the appeal, the Owner shall submit to the
Contractor, with a copy to the Architect, a statement explaining its position on the dispute.
3. Both the statement by the Contractor and the statement submitted by the
Owner shall be deemed to be settlement communications.
4. An individual representing each party who has full authority to settle the dispute shall
attend the negotiation meeting; provided however, that any agreement reached may have
to be put before the Owner’s Legislative Body (County Council) for final action. Each party
shall also be represented by such individuals whose presence is necessary to discuss the
details of the dispute.
Bid 042-15SR NCRTS Scale Replacement 87
RR8744
5. The parties shall negotiate in good faith. If a resolution of the dispute is
accomplished, such resolution shall be reduced to writing and signed by each party.
E. Mediation
If, and only if, a negotiation meeting that complies with the preceding provision has been
held and does not result in a resolution, either party may, within fourteen days (14) days of
the adjournment of the negotiation meeting, request voluntary, non-binding mediation upon
mutual consent in accordance with the following:
1. If either party does not consent to mediation, then the appeal shall be forwarded to a
Dispute Review Board (DRB or Board) in accordance with Part 8.02.F below.
2. Unless the parties mutually agree otherwise in a signed document, non- binding
mediation shall be conducted under the auspices of the American Arbitration
Association acting under its Construction Industry Mediation
Rules and shall be administered by a neutral person as selected and agreed upon by both
parties.
3. The mediation proceedings shall be conducted at the place designated by the mediator.
4. Each party shall pay one-half of the mediator’s compensation and the administration
fees.
5. Each party shall bear its own expense associated with the mediation, including but
not limited to its own attorney and expert consultant fees.
6. An individual representing each party who has full authority to settle the dispute shall
attend the mediation proceeding accompanied by such other person(s) as may be
reasonably necessary to participate knowledgeably in a mediation proceeding, provided
however, that any agreement reached may have to be put before the Owner’s Legislative
Body (County Council) for final action.
7. If, after having agreed to mediation, either party determines that continued mediation
efforts will not be fruitful, the party may terminate mediation delivering written notice to
the other party. The appeal shall then be forwarded to the DRB in accordance with
paragraph 8.02.F below.
F. Dispute Review Board
If, and only if, a negotiation meeting that complies with paragraph 8.02.D has been held and
does not result in a resolution, and after any agreed mediation, the appeal shall be delivered
to the DRB in accordance with the procedures outlined below.
1. The Board shall review the merits of each party’s position based on the information
presented in each party’s written statements, pertinent documents relating to the claim, as
well as interviews with representatives of each party.
2. At the conclusion of the Board’s deliberation, the Board shall render a consensus decision
with regard to rights, responsibilities and compensation that shall be binding on both
parties without right of appeal or litigation in any court.
3. Within thirty (30) days of the Board’s decision, the parties shall implement the Board’s
decision regarding the matter, either in the form of a Change Order from the Owner or a
letter of claim dismissal from the Contractor. Any dispute regarding the form of the
implementation may be taken directly to the Board for resolution.
Bid 042-15SR NCRTS Scale Replacement 88
RR8744
7. Pending the results of any such appeal to the Board, the Contractor shall proceed with
the Work of the project in accordance with the approved schedule, including the portion
in dispute, unless directed otherwise by the Owner.
G. Nothing stated in this section shall be deemed a waiver of any notice or requirements
imposed elsewhere in this agreement.
H. Immediately upon issuance of a Notice to Proceed and prior to Commencement of the Work
on this project, the Owner and the Contractor shall select two members of a DRB who shall be
mutually acceptable. The two Board members will then select a third member of the Board,
who shall act as the presiding Board member. In the event that the parties cannot agree on
Board members within 20 business days, the Presiding Judge of the Snohomish County Court
shall, upon application by either party, appoint the Board members. No member of the Board
shall have a financial interest in the work, except for compensation as a member of the Board.
The procedures of the Board shall be established by the Board promptly after the Board is
created.
The Owner and the Contractor shall set up specific requirements for the administration of the
Board by executing a contract with the Board members in substantially the form of the
agreement attached as Exhibit A.. The Contractor and Owner shall each be responsible for
half the cost of the Board’s fees for administering claims involving the Owner and the
Contractor. Such cost is not reimbursable. Although the Owner may allow the Board to
resolve subcontractor disputes, such cost for resolving subcontractor claims shall be borne
exclusively by the Contractor.
8.03 CLAIMS AUDITS
A. All Claims filed against Owner shall be subject to audit at any time following the filing of the
Claim. Failure of Contractor, or Subcontractors of any tier, to maintain and retain sufficient
records to allow Owner to verify all or a portion of the Claim or to permit Owner access to the
books and records of Contractor, or Subcontractors of any tier, shall constitute a waiver of the
Claim and shall bar any recovery.
B. In support of Owner audit of any Claim, Contractor shall, upon request, promptly make
available to Owner the following documents:
1. Daily time sheets and supervisor's daily reports;
2. Collective bargaining agreements;
3. Insurance, welfare, and benefits records;
4. Payroll registers;
5. Earnings records;
6. Payroll tax forms;
7. Material invoices, requisitions, and delivery confirmations;
8. Material cost distribution worksheet;
9. Equipment records (list of company equipment, rates, etc.);
Bid 042-15SR NCRTS Scale Replacement 89
RR8744
10. Vendors', rental agencies', Subcontractors', and agents' invoices;
11. Contracts between Contractor and each of its Subcontractors, and all lower-tier
Subcontractor contracts and supplier contracts;
12. Subcontractors' and agents' payment certificates;
13. Cancelled checks (payroll and vendors);
14. Job cost report, including monthly totals;
15. Job payroll ledger;
16. Planned resource loading schedules and summaries;
17. General ledger;
18. Cash disbursements journal;
19. Financial statements for all years reflecting the operations on the Work. In addition, the
Owner may require, if it deems it appropriate, additional financial statements for 3 years
preceding execution of the Work;
20. Depreciation records on all company equipment whether these records are
maintained by the company involved, its accountant, or others;
21. If a source other than depreciation records is used to develop costs for Contractor's
internal purposes in establishing the actual cost of owning and operating equipment, all
such other source documents;
22. All non-privileged documents that relate to each and every Claim
together with all documents that support the amount of any adjustment in
Contract Sum or Contract Time sought by each Claim;
23. Work sheets or software used to prepare the Claim establishing the cost components
for items of the Claim including but not limited to labor, benefits and insurance,
materials, equipment, Subcontractors, all documents that establish the time periods,
individuals involved, the hours for the individuals, and the rates for the individuals; and
24. Work sheets, software, and all other documents used by Contractor to prepare its
bid.
C. The audit may be performed by employees of Owner or a representative of Owner.
Contractor, and its Subcontractors, shall provide adequate facilities acceptable to Owner, for
the audit during normal business hours. Contractor, and all Subcontractors, shall make a
good faith effort to cooperate with Owner's auditors.
Bid 042-15SR NCRTS Scale Replacement 90
RR8744
PART 9 - TERMINATION OF THE WORK
9.01 TERMINATION BY OWNER FOR CAUSE
A. Owner may, upon 7 days written notice to Contractor and to its surety, terminate
(without prejudice to any right or remedy of Owner) the Work, or any part of it, for cause
upon the occurrence of any one or more of the following events:
1. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to
ensure Substantial Completion of the Work within the Contract Time;
2. Contractor fails in a material way to replace or correct Work not in conformance
with the Contract Documents;
3. Contractor repeatedly fails to supply skilled workers or proper materials or equipment;
4. Contractor repeatedly fails to make prompt payment due to Subcontractors or for labor;
5. Contractor materially disregards or fails to comply with laws, ordinances, rules,
regulations, or orders of any public authority having jurisdiction; or
6. Contractor is otherwise in material breach of any provision of the Contract
Documents.
B. Upon termination, Owner may at its option:
1. Take possession of the entire Project, or portions thereof, and take possession of or
use all materials, equipment, tools, and construction equipment and machinery
thereon owned by Contractor to maintain the orderly progress of, and to finish, the
Work;
2. Accept assignment of subcontracts pursuant to section 5.21; and
3. Finish the Work by whatever other reasonable method it deems expedient. C. Owner's
rights and duties upon termination are subject to the prior rights and
duties of the surety, if any, obligated under any bond provided in accordance
with the Contract Documents.
D. When Owner terminates the Work in accordance with this section, Contractor shall take the
actions set forth in paragraph 9.02B, and shall not be entitled to receive further payment
until the Work is accepted.
E. If the unpaid balance of the Contract Sum exceeds the cost of finishing the
Work, including compensation for A/E's services and expenses made necessary thereby
and any other extra costs or damages incurred by Owner in completing the Work, or as a
result of Contractor's actions, such excess shall be paid to Contractor. If such costs
exceed the unpaid balance, Contractor shall pay the difference to Owner. These
obligations for payment shall survive termination.
F. Termination of the Work in accordance with this section shall not relieve
Contractor or its surety of any responsibilities for Work performed.
Bid 042-15SR NCRTS Scale Replacement 91
RR8744
G. If Owner terminates Contractor for cause, and it is later determined that none of the
circumstances set forth in paragraph 9.01A exist, then such termination shall be deemed a
termination for convenience pursuant to section 9.02.
9.02 TERMINATION BY OWNER FOR CONVENIENCE
A. Owner may, upon written notice, terminate (without prejudice to any right or remedy of
Owner) the Work, or any part of it, for the convenience of Owner.
B. Unless Owner directs otherwise, after receipt of a written notice of termination for either
cause or convenience, Contractor shall promptly:
1. Stop performing Work on the date and as specified in the notice of
termination;
2. Place no further orders or subcontracts for materials, equipment, services or facilities,
except as may be necessary for completion of such portion of the Work as is not
terminated;
3. Cancel all orders and subcontracts, upon terms acceptable to Owner, to the extent
that they relate to the performance of Work terminated;
4. Assign to the Owner all of the right, title and interest of the Contractor in all orders
and subcontractor’s order affected.
5. Take such action as may be necessary or as directed by Owner to preserve and
protect the Work, Project site, and any other property related to this Project in the
possession of Contractor in which Owner has an interest; and
6. Continue performance only to the extent not terminated.
C. If Owner terminates the Work or any portion thereof for convenience, Contractor shall be
entitled to make a request for an equitable adjustment for its reasonable direct costs incurred
prior to the effective date of the termination, plus a reasonable allowance for overhead and
profit on Work performed prior to termination, plus the reasonable administrative costs of the
termination, but shall not be entitled to any other costs or damages, whatsoever, provided
however, the total sum payable upon termination shall not exceed the Contract Sum reduced
by prior payments. Contractor shall be required to make its request in accordance with the
provisions of Part 7.
D. If Owner terminates the Work or any portion thereof for convenience, the
Contract Time shall be adjusted as determined by Owner.
Bid 042-15SR NCRTS Scale Replacement 92
RR8744
PART 10 - MISCELLANEOUS PROVISIONS
10.01 GOVERNING LAW
The Contract Documents and the rights of the parties herein shall be governed by the laws of the
state of Washington. Venue shall be in the county in which Owner's principal place of business is
located, unless otherwise specified.
10.02 SUCCESSORS AND ASSIGNS
Owner and Contractor respectively bind themselves, their partners, successors, assigns, and legal
representatives to the other party hereto and to partners, successors, assigns, and legal
representatives of such other party in respect to covenants, agreements, and obligations contained
in the Contract Documents. Neither party shall assign the Work without written consent of the
other, except that Contractor
may assign the Work for security purposes, to a bank or lending institution authorized to do
business in the state of Washington. If either party attempts to make such an assignment without
such consent, that party shall nevertheless remain legally responsible for all obligations set forth in
the Contract Documents.
10.03 MEANING OF WORDS
Unless otherwise stated in the Contract Documents, words that have well-known technical or
construction industry meanings are used in the Contract Documents in accordance with such
recognized meanings. Reference to standard specifications, manuals, or codes of any technical
society, organization, or association, or to the code of any governmental authority, whether such
reference be specific or by implication, shall be to the latest standard specification, manual, or
code in effect on the date for submission of bids, except as may be otherwise specifically stated.
Wherever in these Drawings and Specifications an article, device, or piece of equipment is referred
to in the singular manner, such reference shall apply to as many such articles as are shown on the
drawings, or required to complete the installation.
10.04 RIGHTS AND REMEDIES
No action or failure to act by Owner or A/E shall constitute a waiver of a right or duty afforded
them under the Contract Documents, nor shall such action or failure to act constitute approval of
an acquiescence in a breach therein, except as may be specifically agreed in writing.
10.05 CONTRACTOR REGISTRATION
Pursuant to RCW 39.06, Contractor shall be registered or licensed as required by the laws of the
State of Washington, including but not limited to RCW 18.27.
10.06 TIME COMPUTATIONS
When computing any period of time, the day of the event from which the period of time begins shall
not be counted. The last day is counted unless it falls on a weekend or legal holiday, in which
event the period runs until the end of the next day that is not a weekend or holiday. When the
period of time allowed is less than 7 days, intermediate Saturdays, Sundays, and legal holidays are
excluded from the computation.
Bid 042-15SR NCRTS Scale Replacement 93
RR8744
10.07 RECORDS RETENTION
The wage, payroll, and cost records of Contractor, and its Subcontractors, and all records subject
to audit in accordance with Section 8.03, shall be retained for a period of not less than 6 years
after the date of Final Acceptance.
10.08 THIRD-PARTY AGREEMENTS
The Contract Documents shall not be construed to create a contractual relationship of any kind
between: A/E and Contractor; Owner and any Subcontractor; or any persons other than Owner
and Contractor.
10.09 ANTITRUST ASSIGNMENT
Owner and Contractor recognize that in actual economic practice, overcharges
resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, Contractor
hereby assigns to Owner any and all claims for such overcharges as to goods, materials, and
equipment purchased in connection with the Work performed in accordance with the Contract
Documents, except as to overcharges that result from antitrust violations commencing after the
Contract Sum is established and which are not passed on to Owner under a Change Order.
Contractor shall put a similar clause in its Subcontracts, and require a similar clause in its sub-
Subcontracts, such that all claims for such overcharges on the Work are passed to Owner by
Contractor.
10.10 APPRENTICE REQUIREMENTS
A. In accordance with Chapter 3.05 Snohomish County Code (SCC), the apprenticeship utilization
participation for this project is fifteen percent (15%) of total project labor hours. With
submission of a signed bid, the Bidder acknowledges that it shall comply with the project’s
established apprentice utilization participation.
B. An apprentice is a person enrolled in an apprentice training program approved by the Washington
State Apprenticeship and Training Council. No worker shall be employed as an apprentice in
any work classification in which the employee has successfully completed a training course
leading to journeyman status or in which the employee has been employed as a journeyman.
C. Apprentice Participation – the total number of labor hours performed by prime and subcontractor
apprentices divided by the total number of labor hours performed by all hourly labor
(apprentice and journey) at the job site, expressed as a percentage. The denominator shall not
include hours spent by contractor/subcontractor personnel not directly involved in the work at
the job site and shall not include hours spent by personnel at the site that are not paid
prevailing wages, such as owners and superintendents.
D. Per RCW 49.04.130 the Contractor and all Subcontractors shall make every effort to enlist
women and racial minority representation in their apprenticeship programs. However, this
provision is not intended and shall not be used to discriminate against any applicant to an
apprenticeship program, whether that person is a minority, women, or otherwise.
E. Compliance and Good Faith Efforts
1. It is acknowledged that there may be circumstances in which apprenticeship
requirements may not be met. At the pre-construction meeting, the Contractor shall
submit the County’s Apprentice Utilization Plan to the Project Manager demonstrating
intended compliance with this contract requirement. An electronic copy of the
Bid 042-15SR NCRTS Scale Replacement 94
RR8744
Apprentice Utilization Plan is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
2. If the plan does not reasonably demonstrate compliance with the established apprentice
utilization, a Request for Modification of Apprentice Utilization form and justification with
supporting documentation must accompany the plan which clearly shows that the
request for waiver or the reduction criteria are met (See item G – Qualifying Criteria for
a Waiver or Reduction below). An electronic copy of the Request for Modification of
Apprentice Utilization form is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
3. The County’s Project Manager will evaluate each Request for Modification of Apprentice
Utilization and make a recommendation to the Purchasing Manager. The Purchasing
Manager will consider the request for a waiver or reduction. If the waiver or reduction
request does not meet the SCC code requirements, it will be denied. The Purchasing
Manager will submit his or her recommendation of the request to the Executive.
F. Qualifying Criteria for a Waver or Reduction
SCC 3.05.040, reproduced below in part, sets out the qualifying criteria for a waiver or
reduction and allows for the apprentice utilization participation to be reduced or waived if:
1) the contractor has demonstrated that it has utilized its "best efforts" to meet the
established percentage requirement but remains unable to fulfill the goal,
2) in order to meet the requirement, the contractor will be forced to displace members of its
workforce; or
3) the reasonable and necessary requirements of the contract render apprentice utilization
infeasible at the required levels.â€
G. Reporting:
1. The Contractor shall submit the Monthly Apprentice Utilization Report electronically on a
monthly basis throughout the term of the contract. This report shall include all labor and
apprentice hours for the Contractor and all Subcontractors. The Monthly Apprentice
Utilization Report Form has been included in these General Conditions as Exhibit A. An
electronic version of the form is available on the County’s website at:
http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
2. The Contractor’s Monthly Apprentice Utilization Report for the prior month shall be due
within ten (10 business days following the first of the month or shall accompany each
progress payment request. (For example, Contractor’s Monthly Apprentice Utilization
Report for January is due 10 business days into February). The Contractor’s Monthly
Apprentice Utilization Report shall reflect all work of the same time period
corresponding to any progress payment requests.
3. The Contractor’s Monthly Apprentice Utilization Report for the prior month shall be due
within ten (10) business days following the first of the month or shall accompany each
progress payment request. (For example, Contractor’s Monthly Apprentice Utilization
Report for February is due 10 business days into March.) The Contractor’s Monthly
Apprentice Utilization Report shall reflect all work of the same time period
corresponding to any progress payment requests.
Bid 042-15SR NCRTS Scale Replacement 95
RR8744
4. A Monthly Apprentice Utilization Report shall be submitted with the final pay request
documenting the final apprentice utilization for the completed project.
5. Failure to submit required reports as stated above may delay approval and processing of
the payment request or result in the withholding of payments as provided in RCW
39.76.011.
6. Regardless of the number of days allowed for completion of the project, the Contractor
shall monitor the apprenticeship labor hours and shall monitor compliance with the
project’s established apprentice utilization participation.
7. The Contractor shall retain all records regarding apprenticeship requirements for a period
of three (3) years following acceptance of the contract work, and the Contractor shall
make the records available at reasonable time and places for inspection by authorized
representatives of either Snohomish County or the Washington State Apprenticeship
and Training Council.
H. Additional Information
Contractors may find more information of the County apprenticeship program, good faith
efforts, and State approved apprenticeship programs on the County’s Purchasing Division
website at: http://www.snohomishcountywa.gov/186/Purchasing, on the left hand side, click on
Apprenticeship.
Bid 042-15SR NCRTS Scale Replacement 96
RR8744
EXHIBIT A
Monthly Apprentice Utilization Report Form
Bid 042-15SR NCRTS Scale Replacement 97
RR8744
SUPPLEMENTAL CONDITIONS
1. GENERAL
A. The Owner has a separate agreement with the Architect/Engineer (A/E) to design the
facility and to provide the limited construction observation services necessary to ensure
that the construction conforms to the drawings and specifications.
Both the Contractor and the A/E shall be given direction by the Owner's Project
Manager or his/her designated representative. The relationship between the
Contractor and the A/E is intended to be cooperative and proactive.
B. The provisions of this contract shall apply to all subcontracts. The Contractor’s subcontract
form and other conditions specific to the project are allowed to the extent that the
Contractor’s documents do not conflict with the County documents.
2. PAYMENT AND PERFORMANCE BONDS
A. A payment and performance bond for 100% of the Contract Sum shall be furnished by
the Contractor in accordance with RCW 39.08 and the Instructions to Bidders.
B. Additional performance bonds, if any, shall be issued by the Contractor to local utility
agencies having jurisdiction in the amount and time duration as required to assure the
completion and reliability of all workmanship, materials and equipment incorporated in the
utility Work of the Contract. Such additional performance bonds for utility systems shall be
provided on a cost reimbursable basis without Contractor mark-up.
3. COST OF THE WORK
The cost of any and all work provided in the execution and completion of the Work defined by
the Contract Documents shall include, but not limited to:.
A. Labor, materials and equipment incorporated in the construction, testing and close-
out of the Work. Labor rates shall be in accordance with the prevailing wages
determined by the Department of Labor and Industries that are in effect at the time of
the sub-contract bid.
B. Transportation of materials and equipment incorporated in the completed construction.
C. The cost of unused, excess materials shall be borne by the Contractor.
Amounts realized from reduction in materials purchased, but not consumed, shall be
credited to the Owner as a deduction from the Cost of the Work or sold by the
Contractor at the Owner’s option.
D. Temporary heat and electrical power for construction; weather protection for
construction; hoisting; lifting; tool trailers and office space for Contractor and
subcontractors; material and equipment storage; communications; specialty permits
and fees; temporary roads; surface water management; and, erosion control.
E. Provisions to ensure total site safety in accordance with Part 5.07.
Bid 042-15SR NCRTS Scale Replacement 98
RR8744
4. BID SPECIFIED GENERAL CONDITIONS WORK
The Contractor must provide Specified General Conditions Work from the Notice to Proceed
through Final Acceptance and subsequent warranty work. If the Contractor completes the
Work ahead of schedule, any savings in Specified General Conditions Work shall accrue to
the Contractor. The Specified General Conditions Work shall include, but not be limited to:
A. Administration
Staff and consultant costs and benefits to include costs by the Contractor for taxes, B & O
taxes, contributions, assessments, and benefits required by law or collective bargaining
agreements. For personnel not covered by such agreements, customary benefits such as
sick leave, medical and health benefits, holidays, vacations, and pensions, are considered to
be provided within wages and salaries paid.
B. Supervision
1. The Contractor shall provide, for the duration of the project, the full complement of field
staff necessary to maintain a communication structure that assures thoroughness and
continuity in the management of Contractor services for the scope of Work.
2. Unless otherwise agreed in writing by the Owner, the Contractor guarantees that the
Contractor Project Manager will attend and participate in construction meetings on at
least a weekly basis for the duration of the project.
3. The Contractor shall provide site supervision for: ongoing coordination between
subcontractors; trade crafts; job-site safety and security; quality control; settling
disputes between subcontractors; negotiating Change Orders with the Owner;
producing, revising and forwarding submittals and requests for information (RFIs) to
the Architect and Owner for action; project record and close-out documentation; and,
all warranty work.
4. The Contractor shall provide a site Safety Supervisor in accordance with
Part 5.07.
C. Field Office
1. Provide and maintain in accordance with Section 01 50 00 TEMPORARY FACILITIES
AND CONTROLS
D. Survey and Building Lines
1. A site survey and topographical map will be provided by the Owner, as confirmed by
the A/E. The Owner will establish the physical site bench mark in the field for
Contractor’s reference. The A/E will provide on the plan drawings the locations of the
site bench mark, site corners, on-site improvements, site access and utilities. The
Contractor shall establish survey markers, site controls, and building lines on the site,
based on the general survey provided by Owner, as part of the General Conditions
work that is bid.
Bid 042-15SR NCRTS Scale Replacement 99
RR8744
E. Contractor Documentation
The Contractor shall provide full documentation to the Owner of all work, including, but not
limited to: minutes of all weekly construction progress meetings; inspection reports; a
comprehensive monthly project report; progress photos; and punch-list reports as needed;
updates to schedule; budgets; as-built record documents; and, all related items.
1. Monthly Reports shall include:
a. Executive summary
b. Progress photographs
c. Critical issues
d. Critical path schedule with analysis
e. Cost control report
f. Apprenticeship
g. Status of construction
F. Manage and document Apprenticeship requirements including recruitment and reporting,
to assure maximum apprentice participation levels are achieved.
5. WASHINGTON STATE SALES TAX (WSST)
Washington State Sales Tax (WSST) is applied to the amount of work in place. The Owner
will add WSST to each payment to the Contractor. WSST is to be paid to the Washington
State Department of Revenue by the Contractor.
Bid 042-15SR NCRTS Scale Replacement 100
RR8744
PROJECT NCRTS Scale Replacement Project BID NO. 042-15SR
COMPANY BID AMOUNT
ADDRESS TELEPHONE NO.
Snohomish County is committed to fostering a diverse contractor
program. Minority (MBE) and Women (WBE) Owned Businesses are
encouraged to participate in the county competitive solicitation process.
Please indicate if your company is a MWBE:
MBE: Yes _____ No _____ or WBE: Yes _____ No _____
BID PROPOSAL
For bidder's convenience, this insert is provided as a bid submittal
package that may be completed and return to the County on or before
the time, stipulated.
Federal Suspension and Debarment Certification
Federal Executive Order 12549 prohibits federal, state and local public agencies receiving grant funding from contracting
with individuals, organizations, or companies who have been excluded from participating in federal contracts or grants.
The purpose of this certification is for the contractor/vendor to advise Snohomish County, in writing, of any current Federal
Suspension and Debarment.
Debarment Certification. By signing and submitting a response to this competitive solicitation, I certify that this firm and
its principals are not currently suspended or debarred by any Federal Department or Agency from participating in Federal
Funded Contracts.
Bid 042-15SR NCRTS Scale Replacement 101
RR8744
BIDDER'S CHECKLIST
THE FOLLOWING FORMS, ITEMS 1 – 3 AND 5, MUST BE COMPLETED IN FULL AS REQUIRED, AND
SUBMITTED COLLECTIVELY AS THE BID PROPOSAL PACKAGE PRIOR TO THE BID SUBMITTAL
DEADLINE. ITEM NO. 4 MUST BE SUBMITTED WITH THE BID PROPOSAL OR WITHIN ONE (1) HOUR
AFTER THE PUBLISHED BID SUBMITTAL TIME.
____ (1) BID PROPOSAL FORM
The unit prices bid must be shown in the space provided. Show unit prices in both
words and figures. Bids must be submitted on the bid proposal form provided.
____ (2) BID DEPOSIT
The attached bid bond form, or equivalent standard industry bid bond form, must be
completed by the surety company and bidder, and submitted with the bid unless bid
is accompanied by a certified check, postal money order, cash, or cashier's check.
The bid deposit amount shall be not less than five percent (5%) of the total bid
amount, excluding sales tax.
____ (3) STATEMENT OF BIDDER'S QUALIFICATIONS
____ (4) IDENTIFICATION LIST FOR SUBCONTRACTORS OR CONTRACTOR ITSELF
TO PERFORM HVAC, PLUMBING AND ELECTRICAL WORK
____ (5) CERTIFICATION OF FEDERAL-AID CONTRACTS AND DISCLOSURE OF
LOBBYING ACTIVITIES
Bid 042-15SR NCRTS Scale Replacement 102
RR8744
SNOHOMISH COUNTY BID PROPOSAL FORM
Snohomish County Purchasing Division
6th Floor Robert J. Drewel Building
3000 Rockefeller Ave, MS 507
Everett, Washington 98201
The bidder, in compliance with your Invitation For Bids for the North County RTS Scale Replacement
Project, having examined the specifications, drawings, related documents, and the site of the
proposed work, and being familiar with all of the conditions surrounding the work of the proposed
project including the availability of material and labor, hereby proposes to furnish all labor, materials
and incidentals, and to perform the work in accordance with the contract documents at the prices
stated below. These prices are to cover all expenses incurred in performing the Work required under
the Contract Documents, of which this bid proposal is a part.
Bidder hereby agrees to commence work, as required by contract, upon receipt of written Notice to
Proceed and to fully complete work as described.
1. BASE BID: For base bid as defined in the technical specifications.
Bid Description Unit Price
Item #
1. NCRTS Scale Replacement Project LS $
Sub-Total: $
Sales Tax (8.8%) $
TOTAL BASE BID: $
2. OVERHEAD AND PROFIT: The undersigned agrees that all of the above named base bid, and
alternate bids if applicable, includes all contractor's overhead and profit or fee.
3. SALES TAX: All applicable sales tax shall be shown as a separate line item on this bid proposal
form.
4. PERMITS: The undersigned agrees that all of the above named base bid, and alternate bids if
applicable, includes permit costs.
5. RIGHT OF REJECTION: Bidder agrees that the Owner reserves the right to reject any or all bids,
or the bid on any alternate, and to waive any informalities in the bidding.
6. CONTRACT AND BONDS: If the undersigned be notified of the acceptance of this bid within
sixty (60) days of the date set for opening bids, or any time thereafter before this bid is withdrawn,
the undersigned agrees to execute a contract for the above work in the standard form of
agreement noted in the specifications for a compensation computed from the sums stipulated in
the Form of Bid and to furnish insurance and performance and payment bonds as stipulated.
Bid 042-15SR NCRTS Scale Replacement 103
RR8744
BID PROPOSAL FORM (Cont’d)
7. BID DEPOSIT: The bid deposit is attached in the sum of ______________________________
dollars ($____________). The undersigned agrees that the check or bid bond accompanying
this bid is left in escrow with the Owner, that the amount of the check, or sum of the bond, is the
measure of damages which the Owner will sustain by the failure of the undersigned to deliver
said documents within ten (10) days after written Notice of Award. The check shall become the
property of the Owner or the bid bond shall remain in full effect. But if this bid is not accepted
within sixty (60) days after the time set for that period, or if the undersigned delivers said
contract, bonds and insurance as instructed, then the check shall be returned to the bidder or
the bond shall become void.
8. ADDENDA: Receipt of addenda numbered ____ throughout ____ is hereby acknowledged.
9. LIQUIDATED DAMAGES: See General Conditions, Paragraph 3.07__________________.
10. NON-COLLUSION DECLARATION: By signing the bid proposal herein, I hereby declare, under
penalty of perjury under the laws of Washington State, the following:
That the bid submitted is genuine and is not a sham or collusive bid, and is not made in the
interest or on behalf of any person or company not named therein.
This bidder has not directly or indirectly induced or solicited any other bidder on subject work or
materials to submit a sham bid, or to refrain from bidding, and has not in any manner sought by
collusion to secure an advantage over other bidders.
11. CONTRACTOR'S SIGNATURE: _____________________________________
COMPANY NAME
____________________________________ ____________________________________
Street Address Signature of Company Officer
____________________________________ ____________________________________
City/State/Zip Printed Name and Title
____________________________________ ____________________________________
Telephone License Number
_____________________________________
U.B.I. # (Unified Business Identifier Account Number)
If bidder is a corporation, write State of Incorporation under signature. If partnership, give full names
of all partners.
Bid 042-15SR NCRTS Scale Replacement 104
RR8744
BID DEPOSIT
Herewith find deposit in the form of a ________________________ (state whether cashier's
check, certified check, cash, postal money order, or surety bond) in the amount of $____________
which is not less than five percent (5%) of the total amount of the bid excluding sales tax.
------------------------------------------------------------------------------------------------------------------------------------
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS, THAT ______________________________
a corporation duly organized under the laws of the State of ______________________, as principal,
and __________________________________________, a corporation duly organized under the
laws of the State of ____________________________ and authorized to do business in the State of
Washington, as surety, are held and firmly bound unto the County of Snohomish in the full and penal
sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter
described for the payment of which, well and truly to be made, we bind our heirs, executors,
administrators and assigns, and successors and assigns, firmly by these presents.
The condition of this bond is such, that whereas the principal herein is herewith submitting their
sealed proposal for the following construction project, to wit:_________________________________
________________________________________________________________________________
said bid and proposal, by reference hereto, being made a part hereof:
NOW, THEREFORE, if the said proposal bid by said principal be accepted, and the contract
be awarded to said principal, and if said principal shall duly make and enter into and execute said
contract and shall furnish a performance, payment and warranty bond as required by the County of
Snohomish within a period of ten (10) days from and after said award, exclusive of the day of such
award, then this obligation shall be null and void, otherwise it shall remain and be in full force and
effect.
IN TESTIMONY WHEREOF, the principal and surety have caused these presents to be signed
and sealed this _____ day of ___________________, _____.
_____________________________________________________________________________
Surety, Name of CompanyPrincipal, Name of Company
_____________________________________________________________________________
Signature of Surety Agent Principal Signature
_____________________________________________________________________________
Printed Name of Surety Agent Printed Name of Principal/Title
*This bond must be accompanied by a fully executed Power of Attorney appointing the Attorney-in-
Fact.
Bid 042-15SR NCRTS Scale Replacement 105
RR8744
STATEMENT OF BIDDER'S QUALIFICATIONS
Each bidder submitting a bid proposal on work included in these specifications shall prepare and
submit, as part of this bid, the data requested in the following schedule:
1. Name of Bidder: ______________________________________________________________
2. Business Address: ____________________________________________________________
E-mail Address: ____________________________________________________________
3. Telephone Number: ________________________ Fax Number: _______________________
4. How many years has said bidder been engaged in the contracting business under the present
firm name?___________________________________________________________________
5. Contracts now in hand (gross amount): $_______________________________
6. General character of work performed by said company: ________________________________
____________________________________________________________________________
____________________________________________________________________________
7. List of more important projects constructed by said company, including approximate cost and
dates. (Submit additional sheet if necessary.) ______________________________________
8. List three recent customer references where similar work has been completed. Include
organization name, address, telephone number, and name of contact person:
Organization: Address:
Contact: Telephone:
Organization: Address:
Contact: Telephone:
Organization: Address:
Contact: Telephone:
9. Bank references: _____________________________________________________________
10. Contractor's License No.: ______________________UBI No.: __________________________
Federal ID No.
If Applicable:
Workers Comp Acct No.:
Employment Sec Dept No.:
Excise Tax Registration No.:
___________________________________ _______________________________________
Company Name By
___________________________________________________________________________________
Date Printed Name and Title
Bid 042-15SR NCRTS Scale Replacement 106
RR8744
IDENTIFICATION LIST FOR SUBCONTRACTORS OR CONTRACTOR ITSELF
TO PERFORM HVAC, PLUMBING AND ELECTRICAL WORK
RCW 39.30.060 requires a bidder on certain public work as part of its bid, or within one hour after the
published bid submittal time, (1) to submit the names of the subcontractors with which the bidder, if awarded
the contract, will subcontract for the performance of heating, ventilation, and air conditioning (“HVACâ€),
plumbing (as described in Chapter 18.106 RCW), and electrical (as described in Chapter 19.28 RCW) work, or
(2) to name itself for the work.
Bidders are notified that PVC or metal conduit, junction boxes, etc., are considered electrical equipment and
must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or
electric current is connected during the project. A licensed electrical contractor must be listed to perform the
work.
Bidders must indicate on the table below the category of work (HVAC, plumbing or electrical), must identify the
subcontractor or name itself to perform that category of work, and must submit this form as part of its bid or
within one hour after the published bid submittal time.
The bidder shall not list more than one subcontractor for each category of work identified, unless
subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be
used for which alternate.
Failure of the bidder to submit as part of its bid, or within one hour after the published bid submittal
time, the names of such subcontractors or to name itself to perform such work, or the naming of two
or more subcontractors to perform the same work, shall render the bidder’s bid nonresponsive and
therefore void.
Work Category
(HVAC, Plumbing or Subcontractor or Contractor Name
Electrical)
ATTACH ADDITIONAL PAGES IF NECESSARY: _____ PAGES ATTACHED
Bid 042-15SR NCRTS Scale Replacement 107
RR8744
Local Agency Certification for Federal-Aid Contracts
The prospective participant certifies by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form-LLL, “Disclosure
Form
to Report Lobbying,†in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each failure.
The prospective participant also agrees by submitting his or her bid or
proposal that he or she shall require that the language of this certification be
included in all lower tier subcontracts, which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
DOT Form 272-040A
Bid 042-15SR NCRTS Scale Replacement 108
RR8744
Bid 042-15SR NCRTS Scale Replacement 109
RR8744
Bid 042-15SR NCRTS Scale Replacement 110
RR8744
S A M P L E
CONTRACT DOCUMENTS
These documents will be submitted by the successful bidder
within ten (10) days following the Notice of Award.
Bid 042-15SR NCRTS Scale Replacement 111
RR8744
CONTRACT DOCUMENTS CHECKLIST
THE FOLLOWING FORMS ARE TO BE EXECUTED BY THE SUCCESSFUL BIDDER AND SUBMITTED TO
THE COUNTY WITHIN TEN (10) CALENDAR DAYS AFTER THE NOTICE OF AWARD.
____ (1) AGREEMENT, INSURANCE REQUIREMENTS.
This agreement is to be executed by the successful bidder in triplicate.
____ (2) PERFORMANCE, PAYMENT & WARRANTY BOND.
To be executed by the successful bidder and his surety company.
In an effort to standardize usage of forms, to insure compliance with performance
bond requirements and to help expedite processing of contract documents, the
successful bidder is requested to utilize the enclosed Performance, Payment &
Warranty Bond form rather than their surety's standard form.
____ (3) CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF
STATUTORY RETAINED PERCENTAGE.
"Contractor's Declaration of Option for Management of Statutory Retained
Percentage" - to be executed by the successful bidder.
Bid 042-15SR NCRTS Scale Replacement 112
RR8744
AGREEMENT
This agreement (the “AGREEMENTâ€) is made this _____ of __________________, _____, by and
between SNOHOMISH COUNTY (the "OWNER" or the “COUNTYâ€) and
______________________________________________________, doing business as a
(Firm Name)
________________________________ duly licensed to conduct business in the State of
(Corporation, Individual, or Partnership)
Washington (the "CONTRACTOR").
WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned:
1. The term "CONTRACT DOCUMENTS" means and includes the following, which are incorporated
herein by reference as if fully set forth herein:
(A) Notice of Call for Bids (I) Special Conditions
(B) Instructions to Bidders (J) Performance & Payment Bond
(C) Project/Bid Proposal (K) Insurance Requirements
(D) Bid Bond (L) Plans & Specifications and/or
Technical Specifications
(E) AGREEMENT (M) Bid Award Letter
(F) General Conditions (N) Drawings
(G) Supplemental General Conditions (O) Change Order
(P) Contract Provisions Required for FEMA Public
(H) Addenda: Assistance Disaster Grants Contract per 44 CFR 13.36
No. , Dated , .
No. , Dated , .
No. , Dated , .
and all modifications or changes issued pursuant to the CONTRACT DOCUMENTS.
In the event of an inconsistency between the terms of this AGREEMENT and any of the other
CONTRACT DOCUMENTS, the terms of this AGREEMENT shall control. In the event of an
inconsistency among other CONTRACT DOCUMENTS, there shall be no order of precedence.
2. The CONTRACTOR will perform the __________________________________, Bid #
__________ (the “WORKâ€), in accordance with the CONTRACT DOCUMENTS.
3. The CONTRACTOR will commence the WORK required by the CONTRACT DOCUMENTS within ten
(10) calendar days after the date of the written notice to proceed (the “NOTICE TO PROCEEDâ€)
and will complete the WORK within _____ (__) calendar days from receipt of the NOTICE TO
PROCEED, unless the period for completion is otherwise extended in accordance with the
CONTRACT DOCUMENTS.
4. The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor and other
services necessary for the construction and completion of the WORK described herein, in
accordance with the CONTRACT DOCUMENTS.
5. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS
for the sum of _____________________________________________ ($______________), plus
applicable Washington state sales tax.
Bid on Public Work Over $40,000
Bid 042-15SR NCRTS Scale Replacement 113
RR8744
6. The OWNER will pay to the CONTRACTOR, in the manner and at such times as set forth, such
amounts as required by the CONTRACT DOCUMENTS.
7. The CONTRACTOR must verify mandatory responsibility criteria for each first tier subcontractor,
and its subcontractors of any tier that hire other subcontractors must verify mandatory
responsibility criteria for each of its subcontractors. Verification shall include that each
subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW
39.04.350(1) and SCC 3.04.131(2) and possesses an electrical contractor license, if required by
Chapter 19.28 RCW, or an elevator contractor license, if required by Chapter 70.87 RCW.
8. This AGREEMENT shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
9. The CONTRACTOR shall defend, indemnify and hold the COUNTY, its officers, officials,
employees and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this AGREEMENT,
except for injuries and damages caused by the sole negligence of the COUNTY.
Should a court of competent jurisdiction determine that this AGREEMENT is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the CONTRACTOR
and the COUNTY, its officers, officials, employees and volunteers, the CONTRACTOR’s liability
hereunder shall be only to the extent of the CONTRACTOR’s negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
CONTRACTOR’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this AGREEMENT.
10. The CONTRACTOR shall procure and maintain for the duration of the AGREEMENT, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the WORK hereunder by the CONTRACTOR, its agents,
representatives, employees or subcontractors, as set forth in Exhibit A, attached hereto and
incorporated herein by this reference.
11. Non-discrimination. It is the policy of the County to reject discrimination which denies equal
treatment to any individual because of his or her race, creed, color, national origin, families with
children, sex, marital status, sexual orientation, age, honorably discharged veteran or military
status, or the presence of any sensory, mental, or physical disability or the use of a trained dog
guide or service animal by a person with a disability as provided in Washington’s Law against
Discrimination, Chapter 49.60 RCW, and the Snohomish County Human Rights Ordinance,
Chapter 2.460 SCC. These laws protect against specific forms of discrimination in employment,
credit transactions, public accommodation, housing, county facilities and services, and county
contracts.
The Contractor shall comply with the substantive requirements of Chapter 2.460 SCC, which are
incorporated herein by this reference. Execution of this Agreement constitutes a certification by
the Contractor of the Contractor's compliance with the requirements of Chapter 2.460 SCC. If the
Contractor is found to have violated this provision, or to have furnished false or misleading
information in an investigation or proceeding conducted pursuant to this Agreement or Chapter
2.460 SCC, this Agreement may be subject to a declaration of default and termination at the
County's discretion. This provision shall not affect the Contractor's obligations under other
federal, state, or local laws against discrimination.
Bid 042-15SR NCRTS Scale Replacement 114
RR8744
12. Title VI (Federal) Non-discrimination
Snohomish County assures that no person shall on the grounds of race, color, national origin, or
sex as provided by Title VI of the Civil Rights Act of 1964, as amended, and the Civil Rights
Restoration Act 1987 (P.L. 100.259), be excluded from participation in, be denied the benefits of,
or be otherwise subjected to discrimination under any County sponsored program or activity.
Snohomish County further assures every effort will be made to ensure nondiscrimination in all of
its programs and activities, whether those programs and activities are federally funded or not.
IN WITNESS WHEREOF, the CONTRACTOR has executed this instrument on the day and year first
written above, and the OWNER has caused this instrument to be executed by, and in the name of
Snohomish County, the day and year first written below.
SNOHOMISH COUNTY CONTRACTOR
By _________________________________ By __________________________________
Bramby Tollen Date Signature of Company Officer Date
Purchasing Manager
__________________________________
Approved as to form: Printed Name and Title
___________________________________ __________________________________
Deputy Prosecuting Attorney Date Contractor Name
Bid on Public Work Over $40,000
Bid 042-15SR NCRTS Scale Replacement 115
RR8744
Exhibit A
INSURANCE REQUIREMENTS
No Limitation. CONTRACTOR’s maintenance of insurance as required by the AGREEMENT shall not be
construed to limit the liability of the CONTRACTOR to the coverage provided by such insurance, or otherwise
limit the insurance to the additional insured, or the COUNTY’s recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance and Limits
CONTRACTOR shall obtain insurance of the types described below:
1. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 aggregate. Insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from Premises Operations, Products-Completed Operations, Personal Injury/Advertising
Injury, and Liability assumed under an insured contract. There shall be no endorsement or modification
of the Commercial General Liability insurance for liability arising from explosion, collapse or
underground property damage.
2. Automobile Liability insurance covering Any Auto (Symbol 1) with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01, or a substitute form, providing equivalent liability coverage.3.
3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
4. Builders Risk ( Applicable X Not Applicable) insurance covering interests of the COUNTY, the
CONTRACTOR, subcontractors, and sub-subcontractors in the WORK in the amount of the completed
value of the WORK with no coinsurance provisions. Builders Risk insurance shall be on an all-risk
policy form and shall insure against the perils of fire and extended coverage for physical loss or
damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. Deductibles for flood and earthquake perils may be accepted by the
COUNTY upon written request by the CONTRACTOR and written acceptance by the COUNTY. Any
increased deductibles accepted by the COUNTY will remain the responsibility of the CONTRACTOR.
The Builders Risk insurance shall be maintained until final acceptance of the WORK by the COUNTY.
B. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability, Commercial General Liability and Builders Risk (if applicable) insurance:
1. ‘Snohomish County, its officers, elected officials, agents and employees’ shall be named as additional
insured including Products-Completed Operations. An Additional Insured Endorsement must be
attached to the Certificate of Liability Insurance. The following Additional Insured Endorsements are
acceptable: an ISO standard CG 20 10 Owners, Lessees, Contractors – Scheduled Person or
Organization AND CG 20 37 Owners, Lessees, Contractors – Completed Operations, or their
equivalent.
2. Insurance placed with insurers with a current A.M. Best rating of not less than A:VII.
3. The CONTRACTOR’s insurance coverage shall be primary insurance with respect to the COUNTY.
Any insurance or self-insurance coverage maintained by the COUNTY shall be excess of the
CONTRACTOR’s insurance and shall not contribute with it. The COUNTY reserves the right to
approve all deductibles and to receive a certified copy of insurance policies.
RM Bid Pkg Form Rev (2015/04)
Bid 042-15SR NCRTS Scale Replacement 116
RR8744
C. Contractor’s Insurance for Other Losses
The CONTRACTOR shall assume full responsibility for all loss or damage from any cause whatsoever to any
tools, CONTRACTOR’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by
the CONTRACTOR, or the CONTRACTOR’s agents, suppliers or contractors as well as to any temporary
structures, scaffolding and protective fences.
D. Waiver of Subrogation
The CONTRACTOR and the COUNTY 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
extend covered by Builders Risk insurance (if applicable) or other property insurance obtained pursuant to the
Insurance Requirements provisions of this CONTRACT or other property insurance applicable to the WORK.
The policies shall provide such waivers by endorsement or otherwise.
E. Verification of Coverage
CONTRACTOR shall furnish the COUNTY with a Certificate of Insurance and a copy of the amendatory
endorsements, including but not necessarily limited to the Additional Insured Endorsements, evidencing the
compliance with the required insurance by the CONTRACTOR before commencement of the WORK.
Before any exposure to loss may occur, the CONTRACTOR shall file with the COUNTY a copy of the
Builders Risk insurance policy (if applicable) that includes all applicable conditions, exclusions,
definitions, terms and endorsements related to the WORK.
The COUNTY reserves the right to require complete, certified copies of all required insurance policies at any
time.
F. Subcontractors
CONTRACTOR shall ensure that each subcontractor of every tier obtain at a minimum the same insurance
coverage and limits as stated herein for the CONTRACTOR (with the exception of Builders Risk insurance, if
applicable). At the request of the COUNTY, the CONTRACTOR shall provide evidence of such insurance.
Bid 042-15SR NCRTS Scale Replacement 117
RR8744
Page 1 of 2 BID NO.________ BOND NO._________
PERFORMANCE, PAYMENT & WARRANTY BOND
RCW 39.08
KNOW ALL PERSONS BY THESE PRESENTS, that, ____________________________________ doing
(Name of Contractor)
business as an __________________________________ and licensed to do business in the State of
(Individual, Partnership, or Corporation organized under the laws of the State of )
Washington as a contractor, as PRINCIPAL, and ______________________________________ as a
(Name of Surety)
corporation organized under the laws of the State of __________ and authorized to transact business
(if not corp. explain ________________________________________)
in the State of Washington as a surety, as SURETY, their heirs, executors, administrators, successors
and assigns, are jointly and severally held and bound unto the COUNTY of Snohomish, Washington,
hereinafter called COUNTY, for payment in the sum of _______________________________ Dollars
($____________). Surety agrees that in all matters relating to this obligation, that surety is bound by
the laws of the State of Washington and that surety is subject to the jurisdiction of the State of
Washington.
THE CONDITION OF THIS OBLIGATION IS THAT: WHEREAS, on the ____ day of __________, 20__,
the PRINCIPAL executed a contract with the COUNTY for
Project Name: _______________________________________________________________
Project Number: ______________________________________ Bid Number:_____________
WHEREAS, the PRINCIPAL, in the terms, conditions and provisions of the contract, agreed to furnish
all material and do certain work, to-wit: that the PRINCIPAL will undertake and complete the project
identified above according to the maps, plans, specifications and other documents made a part of
said contract, which contract as so executed, is attached hereto, and by this reference is incorporated
herein and made a part hereof as fully for all purposes as if set forth at length.
NOW, THEREFORE, if the PRINCIPAL shall faithfully and truly observe and comply with the terms,
conditions, and provisions of said contract in all respects and shall well and truly and fully do and
perform all matters and things undertaken to be performed under said contract, upon the terms
proposed therein, and within the time prescribed therein, and until the same is accepted by the
COUNTY, and shall pay all laborers, mechanics, subcontractors and material persons, and all persons
who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of
such work, and shall in all respects faithfully perform said contract according to law, then this
obligation is to be void, otherwise to remain in full force and effect.
WITNESS our hands this ____ day of _____________, ____.
PRINCIPAL
Name:______________________________________ By:______________________________________
(Signature of Authorized Rep.)
Address:____________________________________ _________________________________________
(Typed Name of Authorized Rep.)
___________________________________________ Title:_____________________________________
Bid 042-15SR NCRTS Scale Replacement 118
RR8744
Page 2 of 2 BID NO.________ BOND NO.__________
SURETY
Name: ___________________________________ By: __________________________________
(Attorney-in-fact for SURETY*)
_________________________________________ _____________________________________
Name/Address of Local Office or Agent (Typed name of Attorney-in-Fact)
ACCEPTED: SNOHOMISH COUNTY
By: ______________________________________ Date: ________________________________
Bramby Tollen, Purchasing Manager
Approved as to form:
By: ______________________________________ Date: ________________________________
Deputy Prosecuting Attorney
*This bond must be accompanied by a fully executed Power of Attorney appointing the
Attorney-in-Fact.
Bid 042-15SR NCRTS Scale Replacement 119
RR8744
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT
OF STATUTORY RETAINED PERCENTAGE
(REFERENCE - CHAPTERS 60.28 AND 39.12 RCW)
Project Name:______________________________________________________ #_____________
I hereby elect to have the retained percentage of this contract: (Choose One)
A. FUNDS TO BE HELD BY AGENCY:
Retained in a fund by the County for a period of thirty (30) days after date of final acceptance, or
until receipt of all necessary releases from the department of revenue and the department of
Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is
latter, and in accordance with Chapters 60.28 and 39.08 RCW.
Date:______________________ Signed: _________________________________________
B. FUNDS TO BE PLACED IN SAVINGS ACCOUNT:
Deposited by the County in an interest bearing account in a bank, mutual savings bank, or
savings and loan association, not subject to withdrawal until thirty (30) days after date of final
acceptance, or until receipt of all necessary releases from the department of revenue and the
department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,
whichever is latter, and in accordance with Chapters 60.28 and 39.08 RCW. Interest on such
account shall be paid to the Contractor.
If this option is selected, complete an "Assignment of Savings†or the attached “Time Deposit
Escrow Retained Percentage Holding Account" form.
Date:_______________________ Signed: ________________________________________
C. FUNDS TO BE PLACED IN AN ESCROW ACCOUNT CHOSEN BY CONTRACTOR:
Placed in escrow with ___________________________________________________________
(designate a bank or trust company) by the County until thirty (30) days after date of final
acceptance, or until receipt of all necessary releases from the department of revenue and the
department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,
whichever is latter, and in accordance with Chapters 60.28 and 39.08 RCW.
Submit 3 signed escrow agreements from your bank and attach to this option form.
When the monies reserved are to be placed in escrow, the County shall issue a check
representing the sum of the monies reserved payable to the bank or trust company and the
Contractor jointly. This check shall be converted into bonds and securities chosen by the
Contractor and approved by the County and such bonds and securities shall be held in escrow.
Interest on such bonds and securities shall be paid to the Contractor as the said interest accrues.
I further agree to be fully responsible for payment of all costs or fees incurred as a result of
placing said retained percentage in escrow and investing it as authorized by statute. The County
shall not be liable in any way for any costs or fees in connection therewith.
Date:______________________ Signed: _________________________________________
Bid 042-15SR NCRTS Scale Replacement 120
RR8744
ASSIGNMENT OF SAVINGS OR TIME DEPOSIT ESCROW
RETAINED PERCENTAGE HOLDING ACCOUNT
The undersigned ___________________________________________________ hereby referenced
to as "Contractor" has directed SNOHOMISH COUNTY herein referred to as "Agency" to deliver its
warrants or checks payable to _______________________________, hereinafter the “Bank†and the
Contractor jointly. Such warrants or checks shall be deposited to Account # ____________________
as an Escrow Retained Percentage Holding Account.
All deposits to the account shall not be subject to withdrawal until the Bank is notified by the Agency,
in writing, authorizing the release of such funds. All interest earned on this account shall be paid to
the Contractor. Any costs or fees incurred as a result of placing the said retained percentage funds in
this account shall be paid by the Contractor.
______________________________________ SNOHOMISH COUNTY
Contractor Agency
Signature:_________________________________Signature:__________________________________
Name:____________________________________Name:_____________________________________
Title: _____________________________________Title: ______________________________________
Address:__________________________________Address: __________________________________
___________________________________________________________________________________
Date:_____________________________________Date:______________________________________
_________________________________________
Bank
Signature:_________________________________
Name:____________________________________
Title: _____________________________________
Address:__________________________________
_________________________________________
Phone: ___________________________________
Date:_____________________________________
Bid 042-15SR NCRTS Scale Replacement 121
RR8744
Snohomish County
SNOHOMISH COUNTY
ESCROW AGREEMENT INSTRUCTIONS
Attached are three escrow agreements to be completed by your company and forwarded to your
escrow agent for completion and retention as follows:
1) Have the escrow agent retain one completed signed agreement
2) Retain one completed agreement for your files
3) Return the third completed agreement to:
Contact Name: ______________________________________________________
Dept/Division: ______________________________________________________
Address: ______________________________________________________
______________________________________________________
If you have any questions, contact _________________________ at (425) ___-____, ext. ____.
*County Departments: Please send copy of completed agreement to Finance c/o Accounting Analyst.
Bid 042-15SR NCRTS Scale Replacement 122
RR8744
Snohomish County
Contract No.: ____________________________________________ Public Body: Snohomish County
Project Name: ___________________________________________ Completion Date: _______________
_______________________________________________________ Escrow No.: ___________________
ESCROW AGREEMENT
TO: ____________________________________________________________________ ESCROW AGENT
(ESCROW AGENCY AND BRANCH)
________________________________ _____________________________________ __________________
ESCROW AGENCY ADDRESS CITY
WASHINGTON ____________
ZIP CODE
This Escrow Agreement is for the investment of the retained percentages of the above contract in accordance with
Chapter 38, Laws of 1970, amending RCW 60.28.011, 60.28.030 and 60.28.050.
The Undersigned, _________________________________________________, hereinafter referred to as the Contractor,
has directed Snohomish County, hereinafter referred to as the Public Body, to deliver to you its warrants, checks or drafts
which shall be payable to you and the Contractor jointly. Such warrants, checks or drafts are to be held and disposed of
by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth.
INSTRUCTIONS
1. Upon delivery to you, warrants, checks or drafts made payable to you and the Contractor jointly shall be endorsed by
you and forwarded for collection. The moneys from all such warrants, checks or drafts received hereunder shall be
used by you to purchase bonds or other securities selected by the Contractor and approved by the Public Body. For
the purpose of each such purchase, you may follow the last written direction received by you from the Contractor,
provided said direction otherwise conforms with the restrictions on investments recited herein. The Contractor,
subject to express written approval of the Public Body, may select other bonds or securities, except stocks.
2. The investments selected by the Contractor, approved by the Public Body and purchased by you must mature on or
before the date set for the completion of the contract, including extensions thereof. After the completion date of the
contract, you shall not be required to invest the money held by you and derived from the sale or redemption of
matured investments until authorized to do so by the Contractor and the Public Body, which authorization shall
include the completion date of the extension.
3. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect
such interest and forward it to the Contractor at its address designated below unless otherwise directed by the
Contractor.
4. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this
agreement (or any moneys derived from the sale of such securities, or the negotiation of the Public Body's warrants)
except in accordance with the written instructions from the Public Body. Compliance with such instructions shall
relieve you of any further liability related thereto.
5. In the event the Public Body orders you to do so in writing, you shall, within thirty-five (35) days of receipt of such
order, reconvert into money the securities held by you pursuant to this agreement and return such money together
with any other moneys held by you, hereunder, to the Public Body.
Bid 042-15SR NCRTS Scale Replacement 123
RR8744
Snohomish County
6. The Contractor agrees to pay you for your services and hereunder compensation in accordance with your published
schedule of Escrow Fees - Public Works Contracts. Payment of all fees shall be the sole responsibility of the
Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless
the Public Body directs the release to the Contractor of the securities and moneys held hereunder whereupon you
shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such
property for the entire amount of your fees as with respect to the property held by you hereunder, or in the event that
the conditions of this escrow are not promptly fulfilled or that you are required to render any service not provided for
in these instructions, or that there is any assignment of the interests of this escrow or any modification hereof, you
shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement
from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay,
controversy or litigation.
7. This agreement shall not be binding until executed by the Contractor and the Public Body and accepted by you.
8. This instrument contains the entire agreement between you, the Contractor, and the Public Body with respect to this
escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be
required to give notice or demand, nor required to take any action whatever except as herein expressly provided; you
shall not be liable for any loss or damage not caused by your own negligence or willful misconduct.
9. The foregoing provisions shall be binding upon the assigns, successors, personal representatives and heirs of the
parties hereto.
The undersigned have read and hereby approve the instructions as given above governing the administration of this
escrow and do hereby execute this agreement on this _________day of______________________, 20____.
_______________________________________________ Snohomish County
(Contractor) (Public Body)
By __________________________________________________________________________________________
(Title)
_______________________________________________ ______________________________________________
(Address) (Date)
_______________________________________________
(City, State, Zip code)
_______________________________________________
(Tax Identification No.)
The above escrow instructions received and accepted this _______ day of ________________________, 20____.
____________________________________________ ESCROW AGENT
By _________________________________________ AUTHORIZED OFFICER
Bid 042-15SR NCRTS Scale Replacement 124
RR8744
CONTRACT PROVISIONS REQUIRED FOR
FEMA PUBLIC ASSISTANCE DISASTER GRANTS CONTRACT
PER 44 CFR 13.36
Bid 042-15SR NCRTS Scale Replacement 125
RR8744
(July 30, 2012)
(SC May 21, 2014)
Required FEMA/State Funding Provisions
The Required provisions for State and Federal Laws to be Observed (FEMA/State
Funding included within this Contract), and the amendments thereto supersede any
conflicting provisions of the Standard Specifications and are made a part of this Contract;
provided, however, that if any of the provisions of the State and Federal Laws to be
Observed, as amended, are less restrictive than Washington State Law, then the
Washington State Law shall prevail.
The provisions of the State and Federal Laws to be Observed, as amended, included
in this Contract require that the Contractor insert the State and Federal Laws to be
Observed and amendments thereto in each subcontract, together with the Washington
State prevailing wage rates. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the State and Federal Laws to be Observed, and
amendments thereto in any lower tier subcontracts, together with the Washington State
prevailing wage rates. The Contractor shall also ensure that this section, REQUIRED
FEMA/STATE FUNDING PROVISIONS, is inserted in each subcontract for
subcontractors and lower tier subcontractors. For this purpose, upon request to the
Project Engineer, the Contractor will be provided with extra copies of the State and
Federal Laws to be Observed, the amendments thereto, the applicable wage rates, and
this Special Provision.
Contractor shall comply with 44 CFR Section 13.36.
§ 215.48 Contract provisions.
The recipient shall include, in addition to provisions to define a sound and complete
agreement, the following provisions in all contracts. The following provisions shall also be
applied to subcontracts.
(a) Contracts in excess of the small purchase threshold shall contain contractual
provisions or conditions that allow for administrative, contractual, or legal remedies in
instances in which a contractor violates or breaches the contract terms, and provide
for such remedial actions as may be appropriate.
(b) All contracts in excess of the small purchase threshold shall contain suitable
provisions for termination by the recipient, including the manner by which termination
shall be effected and the basis for settlement. In addition, such contracts shall
describe conditions under which the contract may be terminated for default as well as
conditions where the contract may be terminated because of circumstances beyond
the control of the contractor.
(c) Except as otherwise required by statute, an award that requires the contracting (or
subcontracting) for construction or facility improvements shall provide for the recipient
to follow its own requirements relating to bid guarantees, performance bonds, and
payment bonds unless the construction contract or subcontract exceeds $100,000.
For those contracts or subcontracts exceeding $100,000, the Federal awarding
agency may accept the bonding policy and requirements of the recipient, provided the
Federal awarding agency has made a determination that the Federal Government’s
interest is adequately protected. If such a determination has not been made, the
minimum requirements shall be as follows.
(1) A bid guarantee from each bidder equivalent to five percent of the
bid price. The ‘‘bid guarantee’’ hall consist of a firm commitment such
Bid 042-15SR NCRTS Scale Replacement 126
RR8744
as a bid bond, certified check, or other negotiable instrument
accompanying a bid as assurance that the bidder shall, upon
acceptance of his bid, execute such contractual documents as may be
required within the time specified.
(2) A performance bond on the part of the contractor for 100 percent of
the contract price. A ‘‘performance bond’’ is one executed in connection
with a contract to secure fulfillment of all the contractor’s obligations
under such contract.
(3) A payment bond on the part of the contractor for 100 percent of the
contract price. A ‘‘payment bond’’ is one executed in connection with a
contract to assure payment as required by statute of all persons
supplying labor and material in the execution of the work provided for in
the contract.
(4) Where bonds are required in the situations described herein, the
bonds shall be obtained from companies holding certificates of authority
as acceptable sureties pursuant to 31 CFR part 223, ‘‘Surety
Companies Doing Business with the United States.’’
(d) All negotiated contracts (except those for less than the small purchase threshold)
awarded by recipients shall include a provision to the effect that the recipient, the
Federal awarding agency, the Comptroller General of the United States, or any of their
duly authorized representatives, shall have access to any books, documents, papers
and records of the contractor which are directly pertinent to a specific program for the
purpose of making audits, examinations, excerpts and transcriptions.
(e) All contracts, including small purchases, awarded by recipients and their
contractors shall contain the procurement provisions of appendix A to this part, as
applicable.
APPENDIX A TO PART 215—CONTRACT PROVISIONS
All contracts, awarded by a recipient including small purchases, shall contain the
following provisions as applicable:
1. Equal Employment Opportunity—All contracts shall contain a provision requiring
compliance with E.O. 11246, ‘‘Equal Employment Opportunity’’ (30 FR 12319, 12935, 3
CFR, 1964–1965 Comp., p. 339), as amended by E.O. 11375, ‘‘Amending Executive
Order 11246 Relating to Equal Employment Opportunity,’’ and as supplemented by
regulations at 41 CFR part 60, ‘‘Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.’’
2. Copeland ‘‘Anti-Kickback’’ Act (18 U.S.C. 874 and 40 U.S.C. 276c)—All contracts
and subgrants in excess of $2000 for construction or repair awarded by recipients and
subrecipients shall include a provision for compliance with the Copeland ‘‘Anti-Kickback’’
Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part
3, ‘‘Contractors and Subcontractors on Public Building or Public Work Financed in Whole
or in Part by Loans or Grants from the United States’’). The Act provides that each
contractor or subrecipient shall be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of
the compensation to which he is otherwise entitled. The recipient shall report all
suspected or reported violations to the Federal awarding agency.
3. Davis-Bacon Act, as amended (40 U.S.C. 276a to a–7)—When required by Federal
program legislation, all construction contracts awarded by the recipients and
Bid 042-15SR NCRTS Scale Replacement 127
RR8744
subrecipients of more than $2000 shall include a provision for compliance with the Davis-
Bacon Act (40 U.S.C. 276a to a–7) and as supplemented by Department of Labor
regulations (29 CFR part 5, ‘‘Labor Standards Provisions Applicable to Contracts
Governing Federally Financed and Assisted Construction’’). Under this Act, contractors
shall be required to pay wages to laborers and mechanics at a rate not less than the
minimum wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors shall be required to pay wages not less than once a week. The
recipient shall place a copy of the current prevailing wage determination issued by the
Department of Labor in each solicitation and the award of a contract shall be conditioned
upon the acceptance of the wage determination. The recipient shall report all suspected
or reported violations to the Federal awarding agency.
4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333)—Where
applicable, all contracts awarded by recipients in excess of $2000 for construction
contracts and in excess of $2500 for other contracts that involve the employment of
mechanics or laborers shall include a provision for compliance with sections 102 and 107
of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333), as
supplemented by Department of Labor regulations (29 CFR part 5). Under section 102 of
the Act, each contractor shall be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard
work week is permissible provided that the worker is compensated at a rate of not less
than 11â„2 times the basic rate of pay for all hours worked in excess of 40 hours in the
work week. Section 107 of the Act is applicable to construction work and provides that no
laborer or mechanic shall be required to work in surroundings or under working
conditions which are unsanitary, hazardous or dangerous. These requirements do not
apply to the purchases of supplies or materials or articles ordinarily available on the open
market, or contracts for transportation or transmission of intelligence.
5. Rights to Inventions Made Under a Contract or Agreement—Contracts or
agreements for the performance of experimental, developmental, or research work shall
provide for the rights of the Federal Government and the recipient in any resulting
invention in accordance with 37 CFR part 401, ‘‘Rights to Inventions Made by nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and
Cooperative Agreements,’’ and any implementing regulations
issued by the awarding agency.
6. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33
U.S.C. 1251 et seq.), as amended—Contracts and subgrants of amounts in excess of
$100,000 shall contain a provision that requires the recipient to agree to comply with all
applicable standards, orders or regulations issued pursuant to the Clean Air Act (42
U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C.
1251 et seq.). Violations shall be reported to the Federal awarding agency and the
Regional Office of the Environmental Protection Agency (EPA).
7. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors who apply or bid for
an award of $100,000 or more shall file the required certification. Each tier certifies to the
tier above that it will not and has not used Federal appropriated funds to pay any person
or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant or any
other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with
non-Federal funds that takes place in connection with obtaining any Federal award .
Such disclosures are forwarded from tier to tier up to the recipient.
8. Debarment and Suspension (E.O.s 12549 and 12689)—No contract shall be made
to parties listed on the General Services Administration’s List of Parties Excluded from
Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and
Bid 042-15SR NCRTS Scale Replacement 128
RR8744
12689, ‘‘Debarment and Suspension.’’ This list contains the names of parties debarred,
suspended, or otherwise excluded by agencies, and contractors declared ineligible under
statutory or regulatory authority other than E.O. 12549. Contractors with awards that
exceed the small purchase threshold shall provide the required certification regarding its
exclusion status and that of its principal employees.
§ 215.44 Procurement procedures.
(a) All recipients shall establish written procurement procedures. These procedures
shall provide for, at a minimum, that paragraphs (a)(1), (2) and (3) of this section
apply.
(1) Recipients avoid purchasing unnecessary items.
(2) Where appropriate, an analysis is made of lease and purchase
alternatives to determine which would be the most economical and
practical procurement for the Federal Government.
(3) Solicitations for goods and services provide for all of the following.
(i) A clear and accurate description of the technical requirements
for the material, product or service to be procured. In competitive
procurements, such a description shall not contain features which
unduly restrict competition.
(ii) Requirements which the bidder/offeror must fulfill and all other
factors to be used in evaluating bids or proposals.
(iii) A description, whenever practicable, of technical
requirements in terms of functions to be performed or
performance required, including the range of acceptable
characteristics or minimum acceptable standards.
(iv) The specific features of ‘‘brand name or equal’’ descriptions
that bidders are required to meet when such items are included in
the solicitation.
(v) The acceptance, to the extent practicable and economically
feasible, of products and services dimensioned in the metric
system of measurement.
(vi) Preference, to the extent practicable and economically
feasible, for products and services that conserve natural
resources and protect the environment and are energy efficient.
(b) Positive efforts shall be made by recipients to utilize small businesses,
minority-owned firms, and women’s business enterprises, whenever possible.
Recipients of Federal awards shall take all of the following steps to further this
goal.
(1) Ensure that small businesses, minority- owned firms, and women’s
business enterprises are used to the fullest extent practicable.
(2) Make information on forthcoming opportunities available and arrange
time frames for purchases and contracts to encourage and facilitate
participation by small businesses, minority- owned firms, and women’s
business enterprises.
(3) Consider in the contract process whether firms competing for larger
contracts intend to subcontract with small businesses, minority-owned
firms, and women’s business enterprises.
Bid 042-15SR NCRTS Scale Replacement 129
RR8744
(4) Encourage contracting with consortiums of small businesses,
minority-owned firms and women’s business enterprises when a
contract is too large for one of these firms to handle individually.
(5) Use the services and assistance, as appropriate, of such
organizations as the Small Business Administration and the Department
of Commerce’s Minority Business Development Agency in the
solicitation and utilization of small businesses, minority-owned firms and
women’s business enterprises.
(c) The type of procuring instruments used (e.g., fixed price contracts, cost
reimbursable contracts, purchase orders, and incentive contracts) shall be
determined by the recipient but shall be appropriate for the particular
procurement and for promoting the best interest of the program or project
involved. The ‘‘cost-plus-a-percentage-of-cost’’ or ‘‘percentage of construction
cost’’ methods of contracting shall not be used.
(d) Contracts shall be made only with responsible contractors who possess the
potential ability to perform successfully under the terms and conditions of the
proposed procurement. Consideration shall be given to such matters as
contractor integrity, record of past performance, financial and technical
resources or accessibility to other necessary resources. In certain
circumstances, contracts with certain parties are restricted by agencies’
implementation of E.O.s 12549 and 12689, ‘‘Debarment and Suspension.’’
(e) Recipients shall, on request, make available for the Federal awarding
agency, pre-award review and procurement documents, such as request for
proposals or invitations for bids, independent cost estimates, etc., when any of
the following conditions apply.
(1) A recipient’s procurement procedures or operation fails to comply
with the procurement standards in the Federal awarding agency’s
implementation of this part.
(2) The procurement is expected to exceed the small purchase
threshold fixed at 41 U.S.C. 403 (11) (currently $25,000) and is to be
awarded without competition or only one bid or offer is received in
response to a solicitation.
(3) The procurement, which is expected to exceed the small purchase
threshold, specifies a ‘‘brand name’’ product.
(4) The proposed award over the small purchase threshold is to be
awarded to other than the apparent low bidder under a sealed bid
procurement.
(5) A proposed contract modification changes the scope of a contract or
increases the contract amount by more than the amount of the small
purchase threshold.
§ 13.37 Subgrants.
(a) States. States shall follow state law and procedures when awarding and
administering subgrants (whether on a cost reimbursement or fixed amount basis) of
financial assistance to local and Indian tribal governments. States shall:
Bid 042-15SR NCRTS Scale Replacement 130
RR8744
(1) Ensure that every subgrant includes any clauses required by Federal
statute and executive orders and their implementing regulations;
(2) Ensure that subgrantees are aware of requirements imposed upon
them by Federal statute and regulation;
(3) Ensure that a provision for compliance with § 13.42 is placed in
every cost reimbursement subgrant; and
(4) Conform any advances of grant funds to subgrantees substantially to
the same standards of timing and amount that apply to cash advances
by
Federal agencies.
(b) All other grantees. All other grantees shall follow the provisions of this part which
are applicable to awarding agencies when awarding and administering subgrants
(whether on a cost reimbursement or fixed amount basis) of financial assistance to
local and Indian tribal governments. Grantees shall:
(1) Ensure that every subgrant includes a provision for compliance with
this part;
(2) Ensure that every subgrant includes any clauses required by Federal
statute and executive orders and their implementing regulations; and
(3) Ensure that subgrantees are aware of requirements imposed upon
them by Federal statutes and regulations.
(c) Exceptions. By their own terms, certain provisions of this part do not apply to the
award and administration of subgrants:
(1) Section 13.10;
(2) Section 13.11;
(3) The letter-of-credit procedures specified in Treasury Regulations at
31 CFR part 205, cited in § 13.21; and
(4) Section 13.50.
§ 13.40 Monitoring and reporting program performance.
(a) Monitoring by grantees. Grantees are responsible for managing the day-to- day
operations of grant and subgrant supported activities. Grantees
must monitor grant and subgrant supported activities to assure compliance with
applicable Federal requirements and that performance goals are being achieved.
Grantee monitoring must cover each program, function or activity.
(b) Nonconstruction performance reports. The Federal agency may, if it decides that
performance information available from subsequent applications contains sufficient
information to meet its programmatic needs, require the grantee to submit a
performance report only upon expiration or termination of grant support. Unless
waived by the Federal agency this report will be due on the same date as the final
Financial
Status Report.
(1) Grantees shall submit annual performance reports unless the
awarding agency requires quarterly or semi-annual reports. However,
performance reports will not be required more frequently than quarterly.
Annual reports shall be due 90 days after the grant year, quarterly or
semi-annual reports shall be due 30 days after the reporting period. The
final performance report will be due 90 days after the expiration
Bid 042-15SR NCRTS Scale Replacement 131
RR8744
or termination of grant support. If a justified request is submitted by a
grantee, the Federal agency may extend the due date for any
performance
report. Additionally, requirements for unnecessary performance reports
may be waived by the Federal agency.
(2) Performance reports will contain, for each grant, brief information on
the following:
(i) A comparison of actual accomplishments to the objectives
established for the period. Where the output of the project can be
quantified, a computation of the cost per unit of output may be
required if that information will be useful.
(ii) The reasons for slippage if established
objectives were not met.
(iii) Additional pertinent information including, when appropriate,
analysis and explanation of cost overruns or high unit costs.
(3) Grantees will not be required to submit more than the original and
two copies of performance reports.
Bid 042-15SR NCRTS Scale Replacement 132
RR8744
North County RTS Scale Replacement
Project
Technical Specifications
Project# RR8744
Volume 1
Division 01
May 2015
Bid Set
North County RTS Scale Replacement
May 29, 2015
Specifications Table of Contents
DIVISION 1 DIVISION 1 –DIVISION 1 ––– GENERAL REQUIREMENTSGENERAL REQUIREMENTSGENERAL REQUIREMENTS GENERAL REQUIREMENTS
01 11 00 SUMMARY OF WORK
01 12 16 WORK SEQUENCE
01 14 00 WORK RESTRICTIONS
01 20 00 PAYMENT PROCEDURES
01 26 00 CONTRACT MODIFICATION PROCEDURES
01 30 00 ADMINISTRATIVE REQUIREMENTS
01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION
01 33 00 SUBMITTAL PROCEDURES
01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES
01 41 20 REGULATORY REQUIREMENTS
01 42 00 REFERENCES
01 43 00 QUALITY ASSURANCE AND CONTROL
01 43 20 SURVEYING
01 50 00 TEMPORARY FACILITIES AND CONTROLS
01 60 00 PRODUCT REQUIREMENTS
01 63 00 SUBSTITUTION PROCEDURES
01 73 00 EXECUTION AND CLOSEOUT
01 73 23 STRUCTURAL DESIGN AND ANCHORAGE REQUIREMENTS FOR NON-STRUCTURAL
COMPONENTS AND NON-BUILDING STRUCTURES
01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
01 77 00 CLOSEOUT PROCEDURES
01 78 23 OPERATION AND MAINTENANCE DATA
01 91 00 LEAD AND ASBESTOS
01 91 10 PCB CONTAINING MATERIALS
DIVISION 2 DIVISION 2 –DIVISION 2 ––– EXISTING CONDITIONSEXISTING CONDITIONSEXISTING CONDITIONS EXISTING CONDITIONS
02 41 00 DEMOLITION
DIVISION 3 DIVISION 3 –DIVISION 3 ––– CONCRETECONCRETECONCRETE CONCRETE
03 11 00 FORMWORK
03 20 00 CONCRETE REINFORCEMENT
03 30 00 CAST-IN-PLACE CONCRETE
03 60 00 GROUT
DIVISION 5 DIVISION 5 –DIVISION 5 ––– METALSMETALSMETALS METALS
05 05 14 HOT-DIP ZINC COATING
05 05 23 ANCHOR BOLTS
05 10 00 STRUCTURAL METALS
05 50 00 MISCELLANEOUS METAL FABRICATIONS
DIVISION 6DIVISION 6 DIVISION 6 –––– WOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITES WOOD, PLASTICS AND COMPOSITES
06 41 00 ARCHITECTURAL WOOD CASEWORK
DIVISION 7DIVISION 7 DIVISION 7 –––– THERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTION THERMAL AND MOISTURE PROTECTION
07 21 00 EXTERIOR THERMAL INSULATION
North County RTS Scale Replacement
May 29, 2015
DIVISION 9DIVISION 9 DIVISION 9 –––– FINISHES FINISHES FINISHES FINISHES
09 96 00 PERFORMANCE COATINGS
DIVISION 10 DIVISION 10 –DIVISION 10 ––– SPECIALTIESSPECIALTIESSPECIALTIES SPECIALTIES
10 14 50 SITE SIGNAGE
10 88 15 SCALEHOUSE EQUIPMENT RELOCATION AND INSTALLATION
10 88 20 TRUCK SCALE INSTALLATION
DIVISION 13 DIVISION 13 –DIVISION 13 ––– SPECIAL STRUCTURESSPECIAL STRUCTURESSPECIAL STRUCTURES SPECIAL STRUCTURES
13 34 23 FABRICATED BUILDINGS
DIVISION DIVISION 22 DIVISION 22 22 –22 ––– PLUMBING PLUMBING PLUMBING PLUMBING
22 07 19 PLUMBING PIPING INSULATION
22 08 00 COMMISSIONING OF PLUMBING
22 11 16 WATER PIPING
22 13 16 SOIL, WASTE AND VENT PIPING
DIVISION 23 DIVISION 23 –DIVISION 23 ––– HVACHVACHVAC HVAC
23 05 93 TESTING, ADJUSTING AND BALANCING
23 08 00 COMMISSIONING OF HVAC
23 09 00 MECHANICAL CONTROLS
23 31 13 DUCTWORK
DIVISION 26 DIVISION 26 –DIVISION 26 ––– ELECTRICALELECTRICALELECTRICAL ELECTRICAL
26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
26 05 19 LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES
26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
26 05 74 ARC FLASH ANALYSIS, SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE
COORDINATION REPORT
26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS
26 21 16 LOW-VOLTAGE UNDERGROUND ELECTRICAL SERVICE ENTRANCE
26 24 16 PANELBOARDS
26 27 26 WIRING DEVICES
26 36 13 MANUAL TRANSFER SWITCHES
26 50 00 LIGHTING
DIVISION 2DIVISION 27DIVISION 2777 –––– COMMUNICATIONSCOMMUNICATIONSCOMMUNICATIONS COMMUNICATIONS
27 00 00 GENERAL COMMUNICATIONS REQUIREMENTS
27 08 00 COMMUNICATIONS SYSTEM TESTING
27 11 16 COMMUNICATIONS CABINETS, RACKS, FRAMES AND ENCLOSURES
27 11 19 COMMUNICATIONS TERMINATION BLOCKS, PATCH PANELS AND PATCH CORDS
27 15 43 COMMUNICATIONS FACEPLATES AND CONNECTORS
DIVISION 28 DIVISION 28 –DIVISION 28 ––– ELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITY ELECTRONIC SAFETY AND SECURITY
28 23 00 VIDEO SURVEILLANCE
North County RTS Scale Replacement
May 29, 2015
DDDIVISION 31 DIVISION 31 IVISION 31 –IVISION 31 ––– EARTHWORKEARTHWORKEARTHWORK EARTHWORK
31 10 00 SITE CLEARING
31 22 00 GRADING
31 23 00 EXCAVATION AND FILL
31 23 33 TRENCH SAFETY SYSTEMS
31 25 00 EROSION AND SEDIMENT CONTROL
DIVISION 32 DIVISION 32 –DIVISION 32 ––– EXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTS EXTERIOR IMPROVEMENTS
32 12 00 FLEXIBLE PAVING AND OVERLAY
32 16 00 CONCRETE CURBS AND SIDEWALKS
32 17 23 PAVEMENT MARKING
32 92 13 SEEDING
DIVISION 33 DIVISION 33 –DIVISION 33 ––– UTILITIESUTILITIESUTILITIES UTILITIES
33 10 00 WATER UTILITIES
33 30 00 WASTEWATER UTILITIES
DIVISION 3DIVISION 34DIVISION 3444 –––– TRANSPORTATIONTRANSPORTATIONTRANSPORTATION TRANSPORTATION
34 41 16 TRAFFIC CONTROL EQUIPMENT
34 71 13 VEHICLE BARRIERS
SECTION 01 11 00
SUMMARY OF WORK
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Work covered by Contract Documents.
2. Work by Owner and others.
B. Related Sections:
1. Section 01 12 16 – Work Sequence.
2. Section 10 88 20 – Truck Scale Installation.
1.02 CONCURRENT FACILITY OPERATION
A. This Project involves selective demolition and construction at the municipal solid
waste transfer station known as:
North County Recycling & Transfer Station
19600 63rd Ave NE
Arlington, WA 98223
B. The facility provides a critical public health service function and its satisfactory
operation shall not be materially impacted by the Contractor.
1. Necessary interruptions of service for water, electricity, and other utilities are
to be scheduled, coordinated, restored promptly, and performed in close
cooperation with the Owner Representative.
2. The Contractor is not authorized nor entitled to disconnect, sever, or
otherwise interrupt any safety system, control system, water or electric
service utility during facility operation hours.
3. The Contractor is not entitled to conduct its operations in a manner
inconsistent with the requirements of the Contract, nor to impede or prevent
persons including the Owner Representative, inspectors, consultants, A/E
Representative, transfer station operations personnel and managers from
accessing the entire facility at any time, night or day.
C. The facility shares property boundaries with a residential neighborhood to the north
and east.
1. The Contractor is required to be responsive, vigilant and protective of the
rights of the residential neighborhood for the enjoyment of their property.
2. Excessive noise, repeated disruptions, or willful neglect of the Contractor’s
responsibilities will result in comprehensive enforcement of work restrictions.
3. The Contractor shall not be entitled to additional compensation on the basis
of compliance with the full requirements.
D. The Contractor shall schedule and perform the Work in accordance with the
restrictions placed on work hours identified in Section 01 14 00 – Work Restrictions.
E. The Owner has provided the Contractor with appropriate work area limits as indicated
on the Drawings, and those areas are exclusively available to the Contractor through
NCRTS Scale Replacement 01 11 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
the construction period provided the Contractor complies with the requirements of
the Contract.
F. The Contractor shall be responsible to schedule, coordinate, and perform all its
activities in a manner which mitigates and limits effects to neighbors, facility
operations, operations procedures, vehicle traffic, roads, scales, queues, and the
transfer building.
G. The Contractor shall be responsible to manage and mitigate its production of noise,
dust, debris, excavated materials, and other detrimental and dangerous effects to
persons and property, including neighboring property, vegetated areas, landscaping,
permanent improvements, and equipment.
H. The Contractor shall be responsible to appropriately stage its activities inside the
allotted areas which are the same as the work area limits indicated on the Drawings.
1. Comply with the requirements of Section 01 14 00 – Work Restrictions.
I. The Contractor shall be responsible to consult with and keep apprised with the
requirements of the Owner Representative on a continual and daily basis throughout
the performance of the Work.
1.03 PROJECT DESCRIPTION
A. General:
1. The following identifies in broad terms the general nature of the Work that is
part of the contract.
2. These descriptions in this Section are not intended to provide or be construed
as a complete summary of the Contract Documents.
a. This Section is not suitable for use in determining measurement and
payment.
3. This Section should be read as if ‘Provide and Install’ were included at the front
of each sentence.
a. Responsibility for the providing and installing of every element is borne
by the Contractor.
4. Refer to Section 01 12 16 – Work Sequence for sequencing of Work.
B. Testing and Inspection Services:
1. Contractor Responsibilities for Testing and Inspections:
a. The Contractor shall provide and pay for testing of Work that is subject
to corrective action or that was otherwise untested, not observed or
other the result of some other problem attributable to the Contractors
performance of the Work, and without additional compensation from
the Project.
C. Site:
1. Temporary facilities including office trailers, sani-cans, power feeders, site
lighting, telephones, data and communication signals and all other similar
requirements.
2. Fencing, signage, and other means of protecting the public from hazards of the
construction site, and to maintain a constant physical barrier around the facility
perimeter, and to separate users of the facility from construction operations.
Project No. RR8744 01 11 00-2 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
3. Field survey, construction layout, staking and verification of heights, utilities,
datum verification, and construction placement.
4. Partial removal and selective demolition of existing permanent and
impermanent structures and improvements.
5. Temporary erosion and sedimentation control.
6. Excavation.
a. Excavation and export of soil, and other materials.
b. Handling and disposal of those materials.
c. Protection of existing surfaces.
d. Cleaning, removal, and maintenance of roadways, surfaces, pavement
markings, and permanent improvements.
7. Earthwork including structural excavation, backfill, final grading and topsoil
placement.
a. Excavation and Hauling of Materials: Any and all material, including but
not limited to general excavated material, concrete materials, rock,
cobble, oversize materials, and similar difficult to handle materials,
within the volumes of the excavation are the responsibility of the
Contractor and no additional costs will be assessed against the Owner
for such work.
b. The Contractor shall be entitled to additional compensation on the basis
of over-excavation required by the Owner Representative.
8. Protection of moisture sensitive soil substrates during excavation operations.
9. Soil stabilization, dust control, sweeping, vacuuming, and immediate removal of
excavation materials.
10. Concrete construction for modifications to existing site retaining walls indicated
on the Drawings; curbs; pedestals; and equipment pads.
11. Site utility modifications and improvements to the following systems:
a. Water.
b. Non-potable water.
c. Storm drainage.
d. Building drains.
e. Site electrical.
f. Site communications systems.
g. Site lighting.
12. Importation and placement of selected soil, aggregate and planting materials.
13. Repairs to road, pavement and sidewalk construction including curbs.
14. Modification and improvements to site elements including:
a. Roadway lighting, including lamp head, pole and bases.
b. Remote building electrical service equipment.
c. Curb stops.
d. Bollards.
e. Fencing.
f. Road channelization and pavement markings.
g. Signage.
15. Landscaping.
16. Irrigation modifications to accommodate the new construction, and to limit plant
mortality.
D. Building:
1. Installation and commissioning of a pre-manufactured concrete scale
building.
NCRTS Scale Replacement 01 11 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
2. Recovery, salvage, refurbishment, and reinstallation of items indicated to be
reused as indicted on the Drawings.
3. Drainage around and associated with site retaining walls.
4. Subgrade improvements including aggregate and compaction.
5. Reinforced concrete construction including all necessary formwork, reinforcing,
embedded materials, anchors, drilled anchors and related Work.
6. Un-reinforced concrete construction in the limited locations indicated on the
Drawings.
7. Construction including erection of structural steel; installation of cold-formed
metal framing including girts, sag rods, metal roof and wall panels, plastic
glazing, flashing and closure metals.
8. Metal fabrications including but not limited to pedestrian guardrails; vehicle
guardrails; miscellaneous metal fabrications; and bollards.
9. Equipment including pumps and other items of equipment.
10. Exterior door openings, doors, hardware, finishes, trim, security items,
weatherstripping, and related Work.
11. Plumbing systems including:
a. Modifications, improvements, and selective replacement to the non-
potable water distribution system, including hose bibs, hose reels,
outlets, and below-grade work.
12. Building electrical systems including:
a. Commissioning of electrical equipment and systems.
b. Service entrance equipment, utility and generator.
c. Electrical panels and manual transfer switch.
d. Conduit.
e. Raceways.
f. Conductors and cables.
g. Lighting and lighting distribution.
h. Motor Starters.
i. Disconnects.
j. Overload protection.
k. Bonding and grounding.
l. Convenience outlets.
m. Switching.
13. Building communication and low voltage systems including:
a. Commissioning of the equipment and systems.
b. Telecommunications.
c. Data systems.
d. Cameras and recording systems.
14. Building HVAC systems including:
a. Commissioning of equipment and systems.
b. Baseboard heaters.
c. Radiant heaters.
d. Duct heater and fan.
e. Air conditioning equipment.
f. Ductwork inside and outside the building envelope.
15. Other items including:
a. Signage.
E. Vehicle Scales:
Project No. RR8744 01 11 00-4 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
1. Temporary installation and commissioning of two above-grade vehicle scales as
indicated in the Drawings.
2. Relocation of the vehicle scales and reinstallation and commissioning of the
scales in permanent locations as indicated on the drawings.
3. The vehicle scales will be furnished by the Owner.
4. Installation of the truck scales shall be in accordance with Section 10 88 20 –
Truck Scale Installation.
1.04 WORK BY OTHERS AND RELATED WORK BY CONTRACTOR
A. Contractor responsibilities for Work items performed in whole or in part by others are
identified in this Section.
1. This information is provided for the convenience of the Contractor and is not to
be considered complete.
2. The Contractor is advised to develop a clear and complete understanding of the
Work items performed by others.
3. Work not identified clearly ‘by others’ is the responsibility of the Contractor.
B. Permits:
1. The Owner provides the permits identified accordingly in Section 01 41 20 –
Regulatory Requirements.
2. The Contractor is responsible to obtain and pay for the permits identified
accordingly in Section 01 41 20 – Regulatory Requirements.
C. Installation and commissioning of vehicle scales provided by Owner:
1. The Contractor is required to coordinate the temporary and permanent
installation and commissioning of the vehicle scales with the Owner’s
vendor.
1.05 PROGRESS OF THE WORK
A. The Contractor is required to perform the Work in conformance with the narrowly
prescribed sequence identified in Section 01 12 16 – Work Sequence.
1. The Contractor shall prepare his Bid Price in accordance with this narrowly
prescribed sequence of Work, and shall Bid no other sequence of Work.
2. The Contractor’s Work Progress is expected to meet the progress indicated
on the Contractor’s latest Progress Schedule, and in accordance with the
Baseline Schedule.
B. The Contractor is required to increase its workforce, equipment, work hours and
efforts as required to bring the Project to the level of progress indicated in the
Baseline Schedule, together with any subsequent modifications, at no additional cost
to the Owner, and keeping within the allowable days and time for construction
activity.
1.06 NOTICE TO PROCEED
A. The Owner will provide a written ‘Notice to Proceed’ before upon execution of the
Contract.
NCRTS Scale Replacement 01 11 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
B. The Owner may choose to delay or withhold authorization of ‘Notice to Proceed’ if it
deems the Work has not appropriately progressed in the intervening period to the
extent such progress is defined in General Conditions.
C. The Contractor is to prosecute the Work in accordance with the Contract
requirements and is not relieved of any obligation or responsibility of these
requirements as a result or consequence of the Owners issuance or non-issuance of
Notices to Proceed.
1.07 SUBSTANTIAL COMPLETION AND BASIC WARRANTY PERIOD
A. The ‘Basic Warranty Period’ begins at the Owners acknowledgement of Substantial
Completion of the Work.
1. The Owner will issue a Certificate of Substantial Completion to the Contractor.
B. Substantial Completion requires:
1. Issuance of Certificates for Occupancy of the facility by the jurisdiction.
2. The Owner’s beneficial occupancy of the facility.
3. Opening the entire facility, including the limited work areas indicated on the
Drawings, to the public for full resumption of the Owners business.
C. Basic Warranty Period:
1. The requirements for the basic warranty are included in General Conditions.
2. The Contract Documents include requirements for extended terms of
warranty, and service agreements greater than one (1) year duration.
a. Comply with requirements of the individual Sections.
b. Comply with requirements for warranties that are indicated to begin
at Final Acceptance.
D. The Owners issuance of the Certificate of Substantial Completion generally
authorizes the Contractor to:
1. Begin closeout activities.
2. Proceed in earnest with completing the remaining work activities.
3. Remove itself from the area of the Project Site in an appropriate manner
consistent with the needs of the Owner.
4. Perform the remaining required corrective Work including remaining punchlist
corrective items, and related activities.
E. Liquidated damages apply in the event the Contractor does not achieve Substantial
Completion within the Contract Time.
1.08 FINAL ACCEPTANCE
A. The Owner will issue a Certificate of Final Acceptance to the Contractor.
B. Final Acceptance is the Owners acknowledgement of Final Acceptance in accordance
with the requirements of General Conditions.
C. Final Acceptance requires the following, but is not limited to:
1. Completion of the remaining punchlist corrective items.
2. Completion of Owner and Maintenance manuals.
3. Transference of warranties from the Contractor to the Owner.
Project No. RR8744 01 11 00-6 NCRTS Scale Replacement
5/29/2015 10:40 AM Bid Set May 2015
4. Complete statutory retainage obligations.
5. Completion of As-Built Drawings.
D. Liquidated damages apply in the event the Contractor does not achieve Final
Acceptance within twenty (20) working days from Substantial Completion.
1.09 CONTRACT DOCUMENTS
A. Refer to General Conditions for documents comprising the Contract Documents.
B. Documents contained in the volumes marked ‘Available Information’ provided by the
Owner are not part of the Contract Documents.
1. Volumes marked ‘Available Information’ are provided by the Owner for the
benefit of the Contractors information gathering and assessment activities.
a. ‘Available Information’ is not warranted by any party.
b. Verify any information using the Contractors own procedures,
processes, and means.
c. At the Contractors risk, do not rely on the ‘Available Information’ for
decision-making associated with the Project.
2. Geotechnical Report: ‘Geotechnical Engineering Report for North County
Recycling & Transfer Station’ is available from the Owner.
3. North County Transfer Station Scale House ‘Hazardous Building Materials
Survey’.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 11 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:40 AM
SECTION 01 12 16
WORK SEQUENCE
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Narrowly prescribed sequence of Work activities.
2. Option for Contractor-proposed alternative sequence.
1.02 PERFORMANCE
A. The Contractor shall perform the Work in accordance with the narrowly prescribed
sequence of activities included in this Section.
1. The Contractor shall prepare his Bid Price in accordance with this sequence
of Work, and shall Bid no other sequence of Work.
2. The Contractor can propose, after the Bid, to perform the Work in an
alternative sequence.
a. The Owner is not obligated to accept any Contractor proposal to
perform the Work in an alternative sequence.
b. The Contractor is required to completely define any proposal to
perform the Work in an alternative sequence in accordance with the
requirements of this Section, AND to the ultimate satisfaction of the
Owner Representative.
c. The Contractor is not entitled to proceed with implementation of an
alternative sequence until such time the Owner Representative’s
review is complete, and written acceptance has been provided to the
Contractor.
d. The Contractor is required to conduct the Work in the intervening
period prior to receipt of written acceptance or rejection of a
proposed alternative sequence, in concert with the prescribed
sequence, and no other.
B. Date-certain milestones in this Section shall be subject to modification by the Owner
via the change provisions in the Contract General Conditions.
C. The Contractor shall sequence the Work in accordance with the following phases:
1. Phase 1
a. Construction mobilization.
b. Install temporary foundations for Owner-furnished vehicle scales.
c. Install scale decks.
d. Install temporary scale booths.
e. Commission vehicle scales and scale booths in their temporary
locations.
f. Accommodate Owner’s move from existing scalehouse to temporary
scale booths.
2. Phase 2
a. Construction mobilization to Work Area identified on Drawings.
NCRTS Scale Replacement 01 12 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Remove Owner’s signage from existing scales, scalehouse, and
recycling area and store for reinstallation in Phase 4.
c. Decommission existing scalehouse and allow Owner to salvage
equipment.
d. Demolish existing scalehouse and vehicle scales.
e. Perform required site work.
f. Install new scalehouse foundation, scalehouse building, signals, and
associated utilities.
g. Install new vehicle scale foundations and prepare for relocating
temporary vehicle scales.
h. Prepare punchlist.
i. Complete punchlist.
j. Notify Owner that Phase 2 is complete and Transfer Station
operations shall be halted to start Phase 3.
3. Phase 3
a. Accommodate Owner’s move from temporary scale booths to new
scalehouse.
b. Relocate vehicles scales from temporary location to permanent
location.
c. Commission vehicles scales and scalehouse.
d. Acceptance of vehicle scales.
4. Phase 4
a. Complete site restoration activities.
b. Reinstall signage which was removed and stored in Phase 2.
c. Prepare punchlist.
d. Complete punchlist.
5. The Contractor shall notify the Owner no less than three (3) days prior to
initiating the Work of any Project Phase.
D. Time is of the essence for certain areas of the Work as follows:
1. Deadline for submittals associated with Contractor proposal of alternative
sequence shall be provided within 5 working days from Notice to Proceed.
2. Submittal of required shop drawings for the below items of Work shall be
provided to the Owner Representative for A/E Representative’s review within
20 working days from Notice to Proceed:
a. Section 13 34 23 – Fabricated Buildings.
3. The submittals identified shall be corrected in accordance with the marks
provided by the Owner and A/E Representative; AND made acceptable such
that all submittals are returned to the Contractor either “No Exception
Takenâ€, “Make Corrections Noted†OR “No Exceptions Takenâ€, AND orders for
the materials placed within 40 working days from Notice to Proceed.
4. Duration of Phase 3 shall NOT exceed 3 working days. Liquidated damages
shall apply in the event Phase 3 exceeds the allowed number of working
days.
a. Refer to General Conditions for liquidated damages.
1.03 CONTRACTOR PROPOSAL FOR ALTERNATIVE SEQUENCE
A. The Contractor is required to prepare and submit the Project Schedule in accordance
with the narrowly prescribed sequence of activities regardless of the Contractor’s
Project No. RR8744 01 12 16-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
intent to propose an alternative sequence; this sequence will become the basis for
comparison of merit for the Contractor-proposed alternative sequence.
1. The Contractor is required to perform the Work in accordance with the
narrowly prescribed sequence of work activities until such time the Owner
Representative accepts a Contractor proposal for alternative sequence.
2. Acceptance of Contractor proposal for alternative sequence will be
incorporated via Change Order.
B. Contractor proposal for alternative sequence shall be in the timeframe indicated in
this Section, and shall include the following submittal items:
1. A Baseline Schedule in accordance with requirements of Section 01 32 00 –
Construction Progress Documentation.
2. A narrative closely following Article 1.03(C) of this Section, and beginning
“The Contract Time is narrowly prescribed as followsâ€.
C. The Contractor is allowed to make corrections to a rejected proposal, one (1) time
only. Refer to Section 01 33 00 – Submittal Procedures.
D. In the event the Contractor fails to achieve acceptance by the Owner Representative,
the Work shall be performed in accordance with the narrowly-prescribed sequence of
work activities included in this Section.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 12 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 14 00
WORK RESTRICTIONS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Use of site.
2. Work restrictions.
3. Access to Site.
1.02 REFERENCES
A. RCW – Chapter 70.107 – Noise Control Act of 1974.
B. Snohomish County Code – Title 10, Chapter 10.01 – Noise Control.
C. WAC 173-60 – Maximum Environmental Noise Levels.
D. WAC 296-24-960.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 30 00 - Administrative Requirements and Section 01 33 00 – Submittal
Procedures:
1. Traffic Management Plan.
1.04 PERFORMANCE
A. Use of Site:
1. The Contractor shall stage its work activities from the areas delineated as
‘Laydown Areas’ and ‘Construction Limits’ indicated on the Drawings.
a. The designated laydown areas are situated to provide the Contractor
with discrete work areas that can be effectively separated from the
transfer station operations.
b. Refer to Section 01 50 00 – Temporary Facilities and Controls for
permissible Contractor functions and prohibitions with respect to the
Contractor’s rights to the designated laydown areas.
2. The Contractor’s use of the site is limited to hours in which the facility is in
operation, EXCEPT Saturdays and Sundays, which are prohibited work days.
The facility hours of operation are:
a. Monday thru Friday: 7AM-5PM.
b. Saturday and Sunday: 8AM-4PM.
3. The Contractor is NOT permitted to work during the following days and times:
a. Weekend days.
b. New Year’s Day.
c. Easter.
d. Thanksgiving Day.
NCRTS Scale Replacement 01 14 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
e. Christmas Day.
f. After 8 PM.
4. The facility will remain open with its normal service hours during the entire
construction period, EXCEPT during Phase 3.
5. Under no circumstances apart from an emergency threatening life or property
shall the Contractor’s activities require shutdown of the facility.
6. Noise production shall be mitigated and curtailed by the Contractor in a
manner such as to not exceed the applicable requirements of the authority
having jurisdiction, and specifically the City of Arlington.
7. The Contractor shall contact and work with the authority having jurisdiction in
accordance with the requirements of Section 01 41 20 – Regulatory
Requirements, and to coordinate such communications in advance with the
Owner Representative for detailed instructions on facilitating compliance with
the requirements.
8. The Contractor’s use of the North County transfer building and recycling area
is restricted as follows:
a. The Contractor may dispose of waste and recyclables in accordance
with regulations and restrictions currently in force.
b. The Contractor shall pay for disposal of waste and recyclables at
current rates pertaining to private-haul customers.
B. Work Prohibitions:
1. The Contractor is prohibited from entering the site from any location other
than permanent roadways.
a. The Contractor shall mobilize passenger vehicles, light duty trucks,
HC-20 class trucks and over-the road vehicles, including vehicles with
trailers and trucks with pups through the scale facility at the entrance
in accordance with the requirements.
b. Limit vehicle speed through the scale facility to five (5) mph.
c. Truck drivers shall take precautions to avoid heavy application of
brakes when traveling over scales.
C. Work Restrictions:
1. Schedule, coordinate and conduct work periods to comply with requirements
of permits and the authority having jurisdiction.
a. Comply with the hours of operation in effect for the station under
permit with the City of Arlington.
2. Comply with State of Washington requirements.
3. Noise Production:
a. Review noise production conditions with the Owner Representative
periodically to make necessary adjustments.
b. The Owner Representative may at any time instruct the Contractor to
make adjustments to address community feedback or other problems
without adjustment to Contract Price or Contract Time.
c. Assist and be proactive in working with the Owner Representative to
respond to neighbor complaints.
d. Be responsive to the requirements of the authority having jurisdiction,
specifically the City of Arlington.
e. Comply with State of Washington statutory prohibitions and rules
regarding construction-generated noise production including but not
limited to Chapter 70.017 RCW, and WAC 173-60.
Project No. RR8744 01 14 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
f. Comply with Snohomish County prohibitions and rules regarding
construction-generated noise; refer to Chapter 10.01 of the
Snohomish County Code.
4. Overhead and Erection Work:
a. Perform overhead and erection work in accordance with regulations.
b. Schedule, coordinate, mobilize, perform and de-mobilize erection
procedures such that the public is physically excluded from the
affected areas.
c. Overhead and erection work is required to be coordinated
continuously and in advance with the Owner Representative.
5. Perform adjustments required by the Owner Representative.
6. Work to achieve mutual goals of advancing the Project while balancing
neighbor needs with available resources.
7. Respect existing agreements including permit conditions.
D. State law requires any construction work, temporary structures or equipment to
maintain a 10-foot clearance from utility power lines greater than 750 volts in
accordance with WAC 296-24-960.
1. If this Project requires work in proximity to energized lines greater than 750
volts, notify the electric utility immediately so the utility can de-energize and
ground the lines, or relocate the lines temporarily.
E. Public Exclusion Zones:
1. The Contractor shall post appropriate signs delineating the construction
areas in a format acceptable to the Owner.
a. Comply with sound safety practices, regulations, and company
policies to ensure the highest degree of public safety and protection.
b. The specific signage required shall be determined in Contractor
consultation with the Owner Representative during review and
acceptance of the Contractor’s required submitted work plans.
c. The required signage shall meet the requirements and be located and
installed consistent with the instructions provided by the Owner
Representative.
d. The signage is required to be moveable in response to daily work
activities.
e. Provide cordons, high visibility tape, barricades and similar items in
accordance with the requirements of Section 01 50 00 – Temporary
Facilities and Controls.
2. Maintain posted signs in good serviceable condition.
3. Replace damaged or missing signs promptly.
4. Provide sufficient labor and resources to move and relocate signage and
protective and exclusionary devices on a continuous basis in response to
work activities in progress.
5. Remove and store exclusionary devices inside designated laydown areas
indicated on the Drawings during periods when the facility is closed.
F. Access to Site:
1. Earthwork Activities:
a. Direct truck traffic to utilize the existing facility gates.
NCRTS Scale Replacement 01 14 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Contractor personnel shall be on site and available to direct truck and
earthwork equipment traffic at all times such activities are being
mobilized, conducted, and de-mobilized.
c. Do not permit trucks, and trucks with pups, to congregate or queue
outside the property boundaries.
d. Do not obstruct neighborhood traffic patterns; public works
operations, operations and activities at the adjacent recycle facility,
and other off-site groups.
2. Equipment Delivery:
a. Coordinate equipment delivery to occur during low traffic conditions,
specifically early morning hours, and not before 7AM.
b. Do not attempt to unload, operate, or load equipment beyond the
noise production limitations in consultation with the Owner
Representative.
3. Material and Product Deliveries:
a. Conduct in accordance with the requirements of Section 01 50 00 –
Temporary Facilities and Controls.
4. Construction Activities:
a. Coordinate construction deliveries to occur during times when
construction personnel will be on hand to direct the truck driver.
b. Direct drivers regularly through verbal instructions, written materials,
notices, and subcontracts about the traffic management plan
procedures.
c. Recommend adjustments to the traffic management plan as needed
to the Owner Representative.
1.05 OWNER INSTRUCTIONS
A. Parking:
1. Construction personnel are required to park in designated parking areas as
indicated on the Drawings.
2. The Contractor may park additional vehicles including trucks and trucks with
trailers during a) after hours, b) at night, and c) holiday closure periods
PROVIDED all the following four (4) conditions are met:
a. The vehicles are at no time blocking the required fire lane; AND
b. Transfer station personnel and managers are able to access the
entire site freely and without obstruction at all times night and day;
AND
c. Emergency vehicles are not impeded from traveling around the
transfer building, and accessing all areas where solid waste material
may be present both inside the building areas, and at the trailer yard;
AND
d. All such vehicles in excess are removed completely from the Project
site at least thirty (30) minutes prior to the facility opening the
subsequent morning.
3. No Contractor vehicles are to be parked in the trailer yard at any time
whether the facility is closed or open.
4. No Contractor vehicles are to be parked on or partially on, any of the two (2)
truck scales at any time whether the facility is closed or open.
5. Failure of the Contractor to abide by the requirements may result in
Contractor and subcontractor vehicles being immediately towed, refused
Project No. RR8744 01 14 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
access in the future, or otherwise restricted access as determined
appropriate by the Owner Representative; the Contractor shall not be entitled
to additional compensation on the basis of vehicle removal and exclusion
restrictions imposed by the Owner Representative.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 14 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 20 00
PAYMENT PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Schedule of Values.
2. Progress payment procedures.
3. Conditions for payment.
1.02 DEFINITIONS
A. ‘Schedule of Values’:
1. The ‘Schedule of Values’ is to be prepared in accordance with the
requirements of this Section.
1.03 PERFORMANCE
A. Where measurement and payment provisions do not exist in individual Specification
Sections, it shall be incidental to and included in the Contract Price.
B. The Baseline Schedule identified in Section 01 32 00 – Construction Progress
Documentation forms the basis of payment for Work of the Project.
1. Lack of sufficient scheduling information may result in an inability of the
Owner to compensate or pay the Contractor.
2. The materials and information provided by the Contractor shall be suitable
and sufficient to permit the Owner Representative to evaluate the
Contractors performance of the Work for the purposes of payment.
3. Failure of the Contractor to provide suitable and sufficient information may
result in the Owner Representative disapproving an Application for Payment,
the schedule, or both.
1.04 SCHEDULE OF VALUES
A. Software: Microsoft Excel 2010; no other software will be permitted.
B. Format:
1. Utilize Schedule of Values format which is bound into the Project Manual
following this Section.
2. Use the exact Schedule of Values items without modifications.
3. Do not change the order of the Schedule of Values lines or items.
4. Allocate costs to the Schedule of Values items consistent with the scope of
work associated with the line item.
C. Prorate overhead and profit to the activities.
1. Each item in the Schedule of Values, and Applications for Payment, are to be
complete, including its proportional share of supervision, general overhead
and profit margin.
NCRTS Scale Replacement 01 20 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
2. Activities are to correspond to the Work Breakdown Structure developed in
accordance with Section 01 32 00 – Construction Progress Documentation.
3. Do not include state retail sales tax; WSST will be calculated by the Owner.
D. The Schedule of Values is required to reflect the cost-loaded Baseline Schedule
developed in accordance with Section 01 32 00 – Construction Progress
Documentation.
E. Round activity values to the nearest ten dollars ($10.00).
F. Use exactly the line items indicated on the form.
1. Do not mark out, change, alter, or rename any items.
2. Do not reorganize, re-order, reprioritize or otherwise alter the organization of
the form.
G. Provide documentation substantiating cost allocations of activities when such
activities are determined by the Owner Representative to be imbalanced.
H. The allocation of values for line items may be distributed differently than was
indicated on the Schedule of Values.
1. Add descriptive items when instructed to do so by the Owner Representative.
a. Reallocate the values for the items accordingly.
b. The total must be exactly the same as the Schedule of Values, and
reflecting any subsequent authorized Change Orders.
I. Updates of the Project Schedule of Values:
1. Provide coordinated Schedule of Values accompanying each Monthly Update
Schedule, including approved Changes; for the review, and approval of the
Owner Representative.
2. Show Change Orders as individual line items.
3. Show the calculation to obtain the total, incorporating the authorized Change
Order or Change Orders.
J. On a monthly basis, coordinate the Project Schedule of Values with Monthly Update
Schedules developed in accordance with Section 01 32 00 – Construction Progress
Documentation, including approved Changes.
1. List each Change separately.
2. Break down Changes into amounts, and items, which can be used effectively
to evaluate current and subsequent Applications for Payment.
3. Do not include state retail sales tax; WSST will be calculated buy the Owner.
1.05 PROGRESS PAYMENTS
A. Progress Payments will be made on the basis of the Bid Items exactly as listed on the
Bid Form.
B. Payment for the various items on the bidding schedule, as further specified herein,
shall include all compensation to be received by the Contractor for the furnishing of
all tools, equipment, supplies, and manufactured articles, and for all labor,
operations, and incidentals appurtenant to the items of work begin described as
necessary to complete the various items of work all in accordance with the contract
Project No. RR8744 01 20 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
documents, including all items thereto and including all costs in compliance with the
regulations of public agencies having jurisdiction including safety and health
requirements of the Occupational Safety and Health Administration (OSHA) of the
U.S. Department of Labor.
1. No separate payment will be made for any items that are not specifically set
forth in the bidding schedule, and all costs therefore shall be included in the
prices named in the bidding schedule for the various items of work.
C. Indirect costs such as supervision, overhead and profit, and the General Conditions
specified in the contract shall be allocated to each bid item, which is applicable for
work defined in the bid item.
1. No separate payment will be made to the Contractor for these items.
D. Submit Applications for Payment on a monthly basis, on the first business day of
each month.
1. Submit to the Owner Representative.
2. Use the required Application for Payment form provided at the
Preconstruction Meeting.
3. Submit three (3) original signed and notarized copies each month.
E. The following statement will be included on the form for each progress payment
request:
I hereby represent and affirm that the invoiced amounts are true, fair, and accurate
(verifiable by audit) charges for personnel, services, materials, and equipment
delivered to or for Snohomish County during the invoice period by my firm. All charges
were incurred to fulfill and are invoiced in accordance with the express terms and
conditions of the referenced Contract.
Signed: ____________________________ ______________
Contractor Date
F. Sign by responsible officer of the Contractor.
1. Signer must be authorized to enter into contracts and agreements; and
knowledgeable about the work in progress.
2. Sign and notarize each copy.
1.06 PROGRESS PAYMENT SUPPORTING MATERIALS
A. Provide in a consistent organization month to month.
1. Include the required as-built drawing information required each month in
accordance elsewhere in this Section.
B. Organize in three ring binders, with page separators.
1. Provide two (2) copies.
C. Label page separators with the types of supporting information.
D. Include the following types of information:
1. Percentage complete of cost-loaded items on the Baseline Schedule.
NCRTS Scale Replacement 01 20 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
2. Hours worked and workforce identification, together with any staffing codes,
and experience or pay grade levels.
3. Paid equipment lists and rental agreements.
4. Paid receipts.
5. Material orders.
6. As-Built Drawings:
a. Include the current As-Built Drawings with every Application for
Payment.
b. Provide on 22-inch by 34-inch paper, and under separate cover letter.
c. Maintain current As-Built documentation including marks, notations
and other record keeping sufficient to demonstrate the Work in place
at the time of submittal of the Application for Payment.
d. At the Owner Representative’s discretion, payment may be delayed or
withheld pending completion of the current As-Built documentation.
e. It is not acceptable to submit an Application for Payment without the
current As-Built Drawings requirement being met.
7. Work Purchased but not installed:
a. Provide separate line items on the Application for Payment.
b. Identify the location, and disposition of materials, products,
fabrications, and equipment as of the date of the Application for
Payment.
c. Provide invoices.
d. Provide an insurance certificate or a copy of the bond from the
bonded warehouse storing the material.
e. Provide photo documentation.
f. Identify exact material; include quantity, and measurement unit.
g. Coordinate material identification with the Work Breakdown Structure
described in Section 01 32 00 – Construction Progress
Documentation.
1.07 RESUBMITTAL OF PROGRESS PAYMENTS
A. Should the Owner Representative determine an Application for Payment is
incomplete; improperly executed; insubstantial; or incorrect, it may be returned
without further action.
B. Revise and resubmit ion accordance with provisions of this Section.
C. Processing of the resubmittal will begin when required revisions have been
submitted, and are deemed reviewable by the Owner Representative.
D. Comply with instructions provided by the Owner Representative identifying required
revisions.
1.08 MEASUREMENT AND PAYMENT
A. Payment:
1. Failure to comply with the requirements of this Section will be cause for delay
in review and acceptance of the Application for Payment as defined in the
Contract.
Project No. RR8744 01 20 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
2. The Monthly Update Schedule identified in Section 01 32 00 – Construction
Progress Documentation is required to accompany Applications for Payment
as a condition of receiving payment for Work accomplished each payment
period.
3. Materials on Hand: Material or equipment amounts as allowed in the
Contract.
1.09 CONDITIONS FOR PAYMENT
A. As-Built Drawings:
1. In accordance with the requirements of this Section for Supporting Materials.
B. The following criteria must be met prior to Authorization for Payment of several
specific activities:
1. Mobilization:
a. When five (5) percent of the original Contract Amount is earned, from
Contract items, excluding amounts due or paid for Materials on Hand,
fifty (50) percent of the amount allowed for mobilization will be paid.
b. When ten (10) percent of the original Contract Amount is earned,
from Contract items, excluding amounts due or paid for Materials on
Hand, fifty (50) percent of the amount allowed for mobilization will be
paid.
2. Demobilization:
a. When Substantial Completion is achieved, seventy-five (75) percent
of the amount allowed by this Section for demobilization will be paid.
b. When Final Acceptance is achieved, the final twenty-five (25) percent
of the amount allowed by this Section for demobilization will be paid.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
A. Schedule of Values Form: See the following pages.
**END OF SECTION**
NCRTS Scale Replacement 01 20 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
$$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$
$$$ $$$ $$$ $$$ $$$ $$$ $$$
Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
& Stored to Date Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Date
Quantity to
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Value
This Application
Quantity Value
$ $ 0% $ 0% $ 0%$ 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0%$ 0%$ 0% 0%$ 0% $ 0% $ 0%$ $ 0%$ 0%$ 0%$ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0% 0%$
0%$ $ 0%$ 0% 0% 0%
Previous
Applications
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Amount
Schedule of Values
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
$ $ $
Unit Price
Unit Unit Price
1 Ls1 Ls1 Ls1 1 Ls Ls1 1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls1 Ls Ls1 Ls1 Ls1 1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1
Ls Ls1 1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls
Quantity Unit
Description
Demob, CloseoutShoring and Trench SafetyDiv 2 - DemolitionDiv 3 - Concrete Div 5 - Metals Div 6 - Interior CarpentryDiv 7 - Thermal/Moisture
ProtectionDiv 9 - Finishes Div 10 - SpecialtiesDiv 13 - Special StructuresDiv 22 - Plumbing
Line Item1 Mobilization/General Conditions2 Demob, Closeout3 Shoring and Trench Safety4 5 Phase 1Phase 26 7 Formwork8 Reinforcement9 Cast-in-PlaceGrout10
11Hot-Dip Zinc Coating12Anchor Bolts13Structural Metals14BollardsPedestrian Guardrails15 Casework16 Rigid Insulation17 18Pedestrian Guardrails19Vehicle Guardrails20Trellis21Mechanical
Supports22Light Poles23BollardsRain Diverter24 25Temp Site Signage26Scalehouse DMS - Cutovers27Electronic Truck Scales Install - Phase 1Electronic Truck Scales Install - Phase 328 29Concrete
Pre-Fab Building30LockersInterior Finishes31 32Piping Insulation33Water Piping34Soil, Waste and Vent PipingCommissioning
Project - Snohomish County Recycling and Transfer Station RR8744Schedule of Values
$$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$ $$$
$$$ $$$ $$$
Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $$$
& Stored to Date Balance to Finish
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Date
Quantity to
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Value
This Application
Quantity Value
$ $ $ 0% 0%$ 0%$ $ 0%$ 0%$ 0%$ 0%$ 0%$ 0%$ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0% $ 0%$ $ 0%$ 0% 0%$ 0%$ $ 0%$ 0% 0%$ 0%$ 0%$ 0%$ 0% 0%$
Previous
Applications
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Amount
Schedule of Values
$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $
Unit Price
Unit Unit Price
1 1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls1 Ls1 1 Ls1 Ls1 Ls Ls1 1 Ls1 Ls1 Ls Ls1
1 Ls Ls1 1 Ls Ls
Quantity Unit
Description
Div 23 - HVAC Div 26 - Electrical Div 27 - CommunicationsDiv 28 - Electronic Safety and SecurityDiv 31 - EarthworkDiv 32 - Exterior
ImprovementsDiv 33 - UtilitiesDiv 34 - Transportation
Line Item 35 36Mechanical Controls37DuctworkCommissioning38 39Conductors and Cables40Grounding and Bonding41Raceways and Boxes42ARC Flash Analysis Report43Underground
Service44Panelboards45Wiring Devices46Transfer Switches47Lighting Commissioning48 49Cabinets, Racks, Frames and Enclosures50Termination Blocks, Patch Panels and Cords51Faceplates and
ConnectorsTesting52 Video Surveillance53 54Clearing and Grubbing55Grading56Excavation and FillErosion and Sediment Control57 58Flexible Paving and Overlay59Curbs and Sidewalks60Pavement
MarkingSeeding61 62Water UtilitiesWastewater Utilities63 64Traffic Control EquipmentVehicle Barriers
Project - Snohomish County Recycling and Transfer Station RR8744Schedule of Values
SECTION 01 26 00
CONTRACT MODIFICATION PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Required procedures for purposes of modifying the Contract.
1.02 PERFORMANCE
A. This Section provides additional information about the necessary procedures and
measures to be taken by the Contractor in performance of the Work.
1. This Section closely coordinates with General Conditions.
2. Use exactly the terms employed in this Section as follows:
a. Request for Information.
b. Request for a Change Order.
c. Supplemental Information.
d. Field Directive.
e. Change Proposal.
f. Change Order.
g. General Correspondence.
3. Do not use alternate terminology, or attempt to redefine the terminology.
4. No other form of documentation is suitable to perform the required functions
described in this Section.
B. Provide updates to schedules and applications for payment forms in accordance with
the instructions provided by the Owner at the Preconstruction Conference.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 33 00 – Submittal Procedures:
1. Requests for Information: Show the following at a minimum:
a. Origin of the request.
b. Date, including the date the response is requested in order to meet
specific objectives.
c. Reference the Drawing and Specification number, Section, pages,
detail number, drawing name, paragraph, or other distinguishing
marks, phrases, language and notes to aid the Owner Representative
and the A/E Representative to identify the source of the Contractors
question.
d. Person responsible to clarify content and represent the request,
including if others have questions about the RFI.
e. Concise, comprehensive statement including graphic information to
illustrate and communicate important aspects of the request.
f. Always indicate references to the Contract Documents.
2. Requests for a Change Order:
a. Meet the requirements of General Conditions.
NCRTS Scale Replacement 01 26 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
b. Provide a concise, comprehensive statement including graphic
information to illustrate and communicate important aspects of the
request.
1.04 QUALITY ASSURANCE
A. Maintain, and update Contractor records and correspondence in a timely manner to
keep the information current and functional for its intended purpose.
B. Maintain detailed records of work done on a time and material/force account basis.
C. Provide full information required for evaluation of proposed changes, and to
substantiate costs of changes in the Work.
D. Document each quotation for a change in cost or time with sufficient data to allow
evaluation of the quotation.
E. Utilize the Construction Documents in referencing change conditions.
1.05 OWNER INSTRUCTIONS
A. The Owner will provide instructions at the Preconstruction Conference for the
following:
1. Field Directives.
2. Change proposals.
3. Change Orders.
4. General correspondence.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 26 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
SECTION 01 30 00
ADMINISTRATIVE REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Project coordination.
2. Preconstruction meeting.
3. Weekly project meetings.
1.02 DEFINITIONS
A. Project Datum: The prescribed geophysical coordinate system approved for use on the
Project as determined by the Owner Representative; it being the only coordinate system
approved for use on the Project.
1.03 PROJECT COORDINATION
A. General: Coordinate construction activities to assure efficient and orderly performance
of the Work.
1. Coordinate construction administration, performance, installation and other
activities that are dependent on each other.
2. Coordinate construction activities that are dependent upon one another in
accordance with the provisions of Section 01 32 00 – Construction Progress
Documentation.
3. Utilize the Project Datum consistently throughout the Progress of the Work.
4. Coordinate installation of Work to assure appropriate accessibility for required
maintenance, repair and service operations.
5. Make provisions to accommodate future items.
B. Utilities:
1. Coordinate construction activities with utility service providers required for
performance of the Work.
2. Coordinate with the Owner Representative prior to contacting utility service
providers, except in cases of emergency threatening risk to life or property.
C. Security and Alarm Systems:
1. Coordinate construction activities for security and alarm services with the
Owner Representative.
1.04 PRECONSTRUCTION MEETING
A. Purpose:
1. Establish lines of communication.
2. Discuss and review administrative requirements of the Contract.
3. Review forms required to be used by the Contractor in administration of the
Work.
NCRTS Scale Replacement 01 30 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
4. Review and discuss design intent; community issues; user and concurrent
operations issues; and permitting issues including requirements of
authorities having jurisdiction.
5. Definition of and interpretation of roles, and responsibilities in performance
of the Contract.
6. Review and discuss Contract Documents including Drawings and
Specifications.
7. Review and discuss facility and site access, flagging activities, security, and
procedural issues.
8. Discuss administration and performance of sign-in and sign-out
responsibilities.
9. Coordinate safety activities, including performance of the Health and Safety
Plan.
10. Coordinate mobilization activities.
11. Coordinate Temporary Erosion Sedimentation Control Plan measures.
12. Review Construction Waste Management Plan items.
B. Notification: The Owner Representative will notify the Contractor and required
attendees not less than two (2) calendar days in advance of the proposed meeting
time.
1.05 WEEKLY PROJECT MEETINGS
A. Weekly Project Meetings will be directed and led by the Owner Representative.
B. The Contractor will prepare, coordinate, convene, and arrange Weekly Project
Meetings including preparing and providing completed forms, paperwork, look-ahead
schedules, RFI Logs, Submittal Logs, and similar progress documentation in
accordance with the requirements of Section 01 32 00 – Construction Progress
Documentation.
C. Purpose:
1. Maintain and improve lines of communication.
2. Demonstrate performance of administrative requirements of the Contract.
3. Complete and maintain forms required to be used by the Contractor in
administration of the Work.
4. Review and discuss design intent; community issues; user and concurrent
operations issues; and permitting issues including requirements of
authorities having jurisdiction.
5. Review and discuss specific Contract Documents including Drawings, and
Specifications.
6. Maintain and improve facility and site access, flagging activities, security, and
procedural issues.
7. Review and improve ongoing safety activities including performance of the
Health and Safety Plan.
8. Review Construction Waste Management Plan performance, and track
progress.
9. Review Temporary Erosion Sedimentation Control measures, and discuss
modifications to accommodate construction in various areas in the process
of completing the Project.
Project No. RR8744 01 30 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
D. Attend weekly project meetings; be prepared to discuss the agenda items identified
in this Section.
E. Follow the direction of the Owner Representative in preparation for weekly meetings,
including:
1. Ensure that the superintendent, safety officer, representatives of
subcontractors, and others are present in accordance with provisions of this
Section.
2. Ensure that required attendees are prepared, and familiar with the Project;
and the Project Schedule.
3. Coordinate the time and place of the weekly meetings with the Owner
Representative.
4. Ensure the Owner Representative has been consulted in advance of the
meeting with respect to the proposed attendees, and their relationship to the
Project.
F. Attendance:
1. Owner Representative.
2. Contractor, including its representative project manager, the superintendent,
and the safety officer.
3. Contractors and subcontractors pertinent to the agenda; approved by the
Owner Representative in advance of the meeting.
4. Representatives of authorities having jurisdiction.
G. Agenda:
1. Be prepared to discuss the following, to the extent deemed appropriate by
the Owner Representative:
a. Review and approve minutes or record of previous meeting.
b. Review work progress during the preceding week.
c. Note field observations, problems and decisions.
d. Identify problems that impede planned progress.
e. Coordinate activities to the Owner Representative’s satisfaction, to
permit the Project Schedule to be maintained, or improved.
f. Review off-site fabrication processes and status.
g. Develop corrective measures, and procedures to maintain or improve
the Project Schedule.
h. Discuss progress of preparation and maintenance of administrative
documents required in accordance with Section 01 32 00 –
Construction Progress Documentation.
i. Discuss updates to the Monthly Update Schedule; in accordance with
Section 01 32 00 – Construction Progress Documentation.
j. Review planned work identified in the Look Ahead Schedule; in
accordance with Section 01 32 00 – Construction Progress
Documentation.
k. Review impacts of Changes on the Project Schedule.
l. Discuss status and action related to Changes.
m. Discuss additional scope, costs, schedule impacts, deviations,
substitutions and other Changes.
n. Review safety measures, including compliance with the Health and
Safety Plan, and cooperation with governmental agencies, and
authorities having jurisdiction.
NCRTS Scale Replacement 01 30 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
o. Review Apprenticeship and Subcontractor Opportunities.
p. Maintenance and improvement of quality; work standards; and
competence.
1.06 SUBMITTALS
A. General:
1. Prepare and submit coordination drawings.
a. It is the Contractors responsibility to coordinate the installation of
building systems, to prevent spatial conflicts and installation conflicts
between the Work of the various trades.
b. Pay particular attention to products, systems, assemblies and other
aspects of the Work that are mutually dependent.
c. Coordinate dimensions, clearances, work access, utilization of space,
and effective installation space.
d. Show mounting heights in the submittal process, and bring these to
the attention of the A/E Representative in a timely fashion.
e. Demonstrate coordination with ongoing and concurrent construction
activities, including provisions for attachment; bracing; blocking; and
fastening which may be the responsibility of others.
f. Show interrelationship of adjacent systems, assemblies, products,
components, equipment, and finishes.
g. Indicate required and intended installation sequences.
h. Comply with requirements of Section 01 33 00 – Submittal
Procedures.
i. Comply with requirements of Section 01 26 00 – Contract
Modification Procedures for deviations from specified work results.
B. Contractor Staffing and Organization Chart:
1. Submit an Organization Chart showing the Contractor personnel and key
points of contact with the Owner Representative.
2. Submit a list of Contractors personnel; their responsibilities; experience;
contact information; and designated responsibilities.
a. Include the project superintendent; safety officer; and contractor
project manager.
b. Post copies of the list in the construction trailers.
c. Provide, and maintain copies of the list on behalf of the Owner
Representative and A/E Representative.
d. Revise the list as approved by the Owner Representative whenever
changes in staffing may occur.
1.07 DELIVERY, STORAGE AND HANDLING
A. Inspect materials, equipment, products, and deliveries immediately upon delivery.
1. Reject damaged, defective, improper, or incorrect materials, equipment,
products and deliveries.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
Project No. RR8744 01 30 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
**END OF SECTION**
NCRTS Scale Replacement 01 30 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
SECTION 01 32 00
CONSTRUCTION PROGRESS DOCUMENTATION
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Scheduling of Work.
2. Submittals Schedule.
3. Coordinated Utilities Plan.
4. Survey and layout data.
5. Construction restoration acceptance.
1.02 DEFINITIONS
A. ‘Baseline Schedule’:
1. The complete Project Schedule approved by the Owner; with detailed
information and work planning activities in accordance with this Section.
2. The required Baseline Schedule is required to be cost-loaded; but is NOT
required to be resource-loaded, nor activity-coded.
3. The required Baseline Schedule shall comply with the requirements of
Section 01 12 16 – Work Sequence.
B. ‘Coordinated Utilities Plan’: Drawings prepared by the Contractor for the purpose of
communicating coordination of civil, structural, mechanical, ductwork, electrical,
water, sewer, telecommunications, storm system, fire protection, alarm, hydraulic
systems, low voltage systems, solid waste compactor, and building process systems.
C. ‘Float Time’: Time between the earliest start date, and the latest start date of an
activity, or succession of dependent activities.
D. ‘Look Ahead Schedule’: Annotated, detailed version of the Monthly Update Schedule.
E. ‘Monthly Update Schedule’: Actual current Project Schedule reflecting actual
progress to date; changes to the Baseline Schedule; and Changes to the Work.
F. ‘Project Schedule’: The approved ‘Baseline Schedule’, inclusive of any subsequent
approved Changes.
G. ‘Schedule of Values’:
1. Meaning the same as identified in the General Conditions.
2. Including the requirements identified in Section 01 20 00 – Payment
Procedures.
H. ‘Work Breakdown Structure’: The basic element of the schedule for construction.
1.03 PERFORMANCE
NCRTS Scale Replacement 01 32 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
A. Perform scheduling responsibilities required in the Section, and in accordance with
the requirements of Section 01 12 16 – Work Sequence.
B. Be responsible for completion, and administration of required forms.
1. The Owner Representative will provide required forms and formats after the
Preconstruction Meeting.
C. Provide forms of the Contractors own design for administrative requirements that do
not have assigned forms included in the Contract Documents.
1. Contractor generated forms should follow the format established on the
Generic Form provided at the Preconstruction Meeting.
D. Scheduling of Work:
1. The scheduling requirements identified in this Section are in addition to the
Project Schedule requirement of General Conditions.
a. Failure of the Contractor to provide suitable and sufficient information
may result in the Owner Representative and Owner disapproving an
Application for Payment, the schedule, or both.
2. Scheduling of construction activities and preparation of construction
activities is the responsibility of the Contractor.
a. Key schedules to the Contractors proposed design and construction
schedule for construction related activities.
b. Make schedules in conformance with the requirements of the
Contract Documents.
c. Management of the Contractors business operations are required to
actively participate in the planning of the Work.
d. Subcontractors and suppliers working on the Project are required to
participate in developing and maintaining the progress of the Work,
and to provide substantive information as required for measuring
progress.
3. Use the Critical Path Method.
a. The CPM of network calculations is to be used to generate the Project
Schedule.
b. Use the Precedence Diagramming Method in preparing Critical Path
Method diagrams and calculations.
c. Schedule construction activities in the sequence required to obtain
the best work result.
4. Level of Detail Required:
a. Show a continuous flow of Work from the onset of the Project to Final
Acceptance.
b. Do not exceed duration of fifteen (15) days for any single activity.
c. Use Notices to Proceed as constraints only.
d. Negative lag is not acceptable.
e. Use start-start, and finish-start relationships, and milestone activities.
5. Phase of Work:
a. Identify activities within the Notice to Proceed in accordance with
Section 01 11 00 – Summary of Work.
b. Break down activities that are necessary to occur in more than one
Notice to Proceed.
6. Category of Work:
a. Identify all activities in the Project Schedule.
Project No. RR8744 01 32 00-2 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
b. Code activities to the category of Work which best describe the
activity.
c. Category of Work includes but is not limited to approvals,
procurement, fabrication, delivery, installation, startup, testing,
phasing, areas, responsibility and other categories.
7. Software: Use Primavera 3.1 sp3, or Microsoft Project 2010 Edition software
for Microsoft Windows; no other scheduling software will be permitted.
8. Cost Loading:
a. Cost load every activity when cost loading is required for a schedule
submittal in accordance with provisions of this Section.
b. Include progress schedule and reporting activities.
c. Include record drawings activities.
d. Include operation and maintenance manual activities.
e. Include spare parts activities.
f. Include commissioning activities.
g. Include mobilization and demobilization activities.
9. Allocation of Work Breakdown Structure (for the Baseline Schedule):
a. Provide all these items in the Baseline Schedule.
b. Allocate the Work into construction activities not exceeding fifteen
(15) calendar days, and $100,000 dollars when cost loaded.
c. Administrative activities that are not construction related may have
durations in excess of fifteen (15) days; examples of these activities
are submittals, procurement, fabrication, punch list, operation and
maintenance manuals, and training activities.
d. Show technical specification sections separately.
e. Show individual buy out activities, and issuance of purchase orders
separately.
f. Show individual preparation activities including submittal of major
material, and equipment separately.
g. Show individual submittal, and review processes in accordance with
Section 01 33 00 – Submittal Procedures.
h. Show record drawing preparation activities in accordance with
Section 01 77 00 – Closeout Procedures.
i. Show report and schedule documentation activities in accordance
with this Section.
j. Show startup, testing, operation and maintenance documentation
activities in accordance with requirements of the Drawings and
Technical Specifications.
k. Show the Coordinated Utilities Plan in accordance with the
requirements of this Section.
10. ‘Baseline Schedule’:
a. Indicate milestones; constraints; and Contract Time in accordance
with the Contract.
b. Prepare and provide the network diagram, identifying the information
required in Part 3 of this Section.
c. Indicate submittals in accordance with Section 01 33 00 – Submittal
Procedures.
d. Indicate dates, and activities relating to material and equipment
procurement.
e. Demonstrate float time.
f. Demonstrate completion of the Project in the Contract Time.
NCRTS Scale Replacement 01 32 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
g. Include the following items at a minimum – preparatory and planning
activities; mobilization; TESC; earthwork; excavation and hauling;
demolition; concrete work; ordering of fabricated items; steel
erection; site improvements; mechanical improvements; electrical
improvements; punch list; and closeout procedures.
h. Provide a schedule which accurately describes completion of the
Work in accordance with the exact amount of Contract Time.
i. Cost load each activity.
j. When approved by the Owner Representative, the Baseline Schedule
constitutes the Project Schedule for monitoring, and completion of
the Work in performance of the Contract.
E. Construction Progress Schedule:
1. Monthly Update Schedule:
a. Narrative Summary: Briefly describe the progress of the Work, and
describe how the Work is progressing toward its scheduled
completion.
b. Include an updated network diagram indicating the information
required in Part 3 of this Section.
c. Identify milestones completed; major equipment deliveries, and
problems arising during the month.
d. Identify impacts on the schedule.
e. Project the Work anticipated during the coming month; include major
deliveries, and submittals.
2. Float Time:
a. Float is for the Contract, and is not for the exclusive use of either the
Contractor or the Owner Representative.
b. Float should be used in priority of who needs to utilize the float first,
whether this be the Owner Representative or the Contractor.
F. Construction Progress Reporting:
1. Daily Reports: Assist the Owner Representative in preparation and support of
Daily Reports as instructed.
2. Weekly Reports:
a. Include a narrative describing the Work accomplished the preceding
week.
b. Identify the completion of milestones and work activities.
c. Indicate problems occurring during the week.
3. Look Ahead Schedule: Annotated version of the Monthly Update Schedule;
and reflects work tasks to be complete in a three (3) week period, and
coordinated with the work results in the preceding two (2) week period.
a. Provide this schedule with greater detail than the Critical Path
Method schedule.
b. Prepare this schedule in a format that includes references to the
appropriate Critical Path Method schedule activity numbers, and the
Work Breakdown Structure.
c. Include effects of identified Changes.
G. Submittals Schedule: Provide submittals for purposes of review, coordinating, quality
control, location, verification, and in accordance with the following requirements:
Project No. RR8744 01 32 00-4 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
1. Provide submittals identified in the specification sections; including but not
limited to those identified in the Submittal Schedule included in this Section.
a. Provide submittals indicated on the Submittal Schedule regardless of
whether the submittal is specifically identified in the specification
section.
2. Provide submittals where required to meet permit conditions imposed on the
Work, or other regulations, rules, and ordinances.
H. Coordinated Utilities Plan:
1. Show complete documentation including plan and section views.
2. The Contractor shall be responsible to include all systems and features in the
affected areas regardless of how well defined these systems are indicated on
the Contract Documents.
3. The Contractor shall not be entitled to begin the Work until such time the
required Coordinated Utilities Plan is determined to be sufficiently complete,
as indicated by the Owner Representative following review and
implementation of any required corrections.
a. The Contractor shall not be entitled to additional compensation on
the basis corrections were later necessary for location of items which
are identified as being required.
b. The Contractor shall be responsible to assess the sufficiency of
investigation methods determined by the Contractor, and to conduct
appropriate investigations in a comprehensive manner, and in the
available time; the Contractor shall not be entitled to additional
compensation on the basis the Work was not completed satisfactorily
and in the available time.
4. Demonstrate critical locations through the use of section drawings to assure
clearances, saw-cutting, utility bedding, trenching, placement, compaction,
restoration, and other activities are achievable.
a. The Contract Drawings were not prepared in sufficient detail to
substitute for the required Coordinated Utilities Plan, nor were the
Contract Drawings intended to replace the required Coordinated
Utilities Plan.
5. Indicate heights, vertical features, and related changes in elevations which
are pertinent to the items.
6. Conduct field investigations necessary to assess the existing conditions with
a reasonable degree of accuracy, and satisfactory to minimize disruption of
operational and functional systems at the time construction activities are to
occur.
a. The Contractor is required to have accounted for all the Coordinated
Utilities Plan activities in the Bid, and shall not be entitled to
additional compensation on the basis items were not identified nor
located properly and appropriately.
7. The Contractor is required to provide the Coordinated Utilities Plan in a
comprehensive manner, including all the affected areas, preferably on one
(1) plan drawing.
a. The Coordinated Utilities Plan shall be sufficiently detailed with
respect to storm drainage utilities to become the basis for the
Contractor’s Temporary Erosion Sedimentation Plan required per
Section 31 25 00 – Erosion and Sediment Control.
8. Include:
NCRTS Scale Replacement 01 32 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
a. Potable water system in the affected areas of the Project.
b. Non-potable water system in the affected areas of the Project.
c. Electrical systems in the affected areas, including but not limited to
buried items, light poles, building lighting, panels, conduits,
conductors, switches, outlets, and related items in the affected areas.
d. Structural items and assemblies in the affected areas.
e. Irrigation lines, heads, handholes and similar related items in the
affected areas, especially items located within the immediate work
areas adjacent to and including the modifications to existing site
retaining walls; ALSO indicate valves, circuiting, and flow for the
applicable affected lines and identify these all the way back to the
valve(s) and connection(s) from the water utility regardless of whether
such valve(s) are in the affected areas; ALSO indicate zones, and
accurately establish the water demand for each existing zone valve.
f. Fire lines, potable water lines, and all related features in the affected
areas.
g. Overhead and other types of obstructions including eaves, trees,
vegetation, fencing, roofs, power lines, communication lines,
antennas, signage, and similar items.
h. Drains, yard drains, manholes, catch basins, lines, and other storm,
utility, and sanitary lines and interconnections in the affected areas.
i. Valves, valve boxes, mechanical hand holes, lines, and buried items
in the affected areas.
j. Proposed saw-cutting in the affected areas, especially through
pavement sections, for purposes of communicating the proposed
routing of the new Work by the Contractor.
I. Survey and Layout Data:
1. Provide surveying and layout for the Project in accordance with requirements
of the Contract Documents, and for a complete, accurate and comprehensive
engineered Project.
a. Surveyors and assistants are required to be instructed as to the
nature of the transfer station activities, and to continuously conduct
their Work in a manner consistent with the needs of the Transfer
Station Personnel, and with minimal disruption to the public.
2. Establish at least two (2) known points of reference on the Project site, in
areas not affected by this Project; the required reference points being taken
from the Project Datum, and reviewed and accepted by the Owner
Representative in writing prior to the Contractor beginning excavation and
layout activities, and ordering materials such as structural steel, reinforcing
and similar materials and items requiring accuracy in their placement and
orientation.
a. Document the locations and elevations of the reference points, and
indicate the information on the Coordinated Utilities Plan prepared by
the Contractor.
b. Continually utilize the reference points for accurately locating,
verification, and checking the Work as it progresses.
3. Provide periodic checking of the Work in progress in a manner sufficient to
determine the Work is being laid out correctly, and to assure that mistakes,
misplacement and errors are identified in a timely manner to control risk to
the satisfactory and timely completion of the Project.
Project No. RR8744 01 32 00-6 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
4. Perform special surveying and layout activities as necessary and specifically
as required in other Sections of the specification.
5. Surveying and layout activities are to be performed only by skilled crews, and
sufficiently supervised to fully support the needs of the Project.
1.04 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract, Section
01 30 00 – Administrative Requirements and Section 01 33 00 Submittal
Procedures.
1. Qualifications: Submit within seven (7) days following the effective date of
Notice to Proceed:
a. Identify names, education, and experience of personnel employed on
the Project for purposes of preparation, and maintenance of the
Project Schedule.
b. Persons performing scheduling activities are required to have
experience, and training in the preparation of construction schedules
using the Critical Path Method technique, which involves the
planning, coordinating, executing, and monitoring the progress of the
Work.
c. Submit qualifications to the Owner Representative for review and
approval.
d. Changes in the work assignments of an approved person, substitution
of another person, or any similar change requires submittal of new
qualifications to the Owner Representative for review and approval.
2. Baseline Schedule:
a. Submit with fourteen (14) calendar days after Notice to Proceed.
b. Provide four (4) plots.
3. Monthly Update Schedules:
a. Submit with each Application for Payment in accordance with Section
01 20 00 – Payment Procedures.
4. Look Ahead Schedule:
a. Submit at time of weekly progress meetings in accordance with
Section 01 30 00 – Administrative Requirements.
5. Cost Loading Certification:
a. Provide certification of cost loading values in each instance when
cost loading is required by provisions of this Section.
b. Certification may consist of a letter accompanying the schedule
submittal stating the cost loading of each item has been verified and
is accurate as reasonably possible.
c. When a Change Order occurs, the Contractor is to submit a separate
certification that the Change Order activity has been cost loaded.
B. Submittals Schedule:
1. Provide in accordance with requirements of this Section.
2. Provide within fourteen (14) calendar days after Notice to Proceed.
C. Coordinated Utilities Plan:
1. Provide in accordance with requirements of this Section.
2. Provide within sixty (60) calendar days of Notice to Proceed.
NCRTS Scale Replacement 01 32 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:41 AM
D. Survey and Layout Data:
1. Provide in accordance with requirements of Section 01 43 20 – Surveying.
E. Construction Restoration Acceptance:
1. Provide in accordance with requirements in Section 01 41 20 – Regulatory
Requirements.
1.05 QUALITY CONTROL
A. Dates imposed on the Project by the ‘Baseline Schedule’ are not binding on the
Owner Representative, and do not limit or restrain the Owner Representative in its
activities for administration of the Contract.
B. Cost Loading:
1. Certify values in cost loading correspond with the Schedule of Values in
accordance with this Section, and Section 01 20 00 – Payment Procedures.
2. Repeat the procedure for Change Orders when these occur.
C. Written Narratives:
1. Provide when requested by the Owner Representative.
2. Show Contractors determination of durations for critical path activities, and
near-critical activities.
3. Show crew strength; composition; experience level; number of shifts; hours
per shift; and work days per calendar week.
4. Show construction equipment requirements.
5. Show supplier and delivery requirements.
D. Network Diagrams: Include the following detailed information, in accordance with the
Critical Path Method technique, when network diagrams are required by provisions of
this Section.
1. Number.
2. Description of activities, coordinated with the Work Breakdown Structure, and
the Schedule of Values.
3. Activity duration.
4. Early start and late start.
5. Early finish and late finish
6. Predecessor activities.
7. Successor activities.
8. Total float time.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 32 00-8 NCRTS Scale Replacement
5/29/2015 10:41 AM Bid Set May 2015
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Certificates.
1. Design data.
2. Field test reporting.
3. Shop drawings, product data, and samples.
4. Source quality control reporting.
1.02 DEFINITIONS
A. Make Corrections Noted: A submitted deemed by the Owner Representative to
require corrections before it can be reviewed.
B. No Exceptions Taken: A submittal deemed by the A/E Representative to be in general
conformance with the Contract.
C. Receipt Acknowledged: A submittal deemed by the A/E Representative to consist only
of information of value to the Project.
D. Rejected: A submittal deemed by the Owner Representative, or the A/E
Representative, to not be in general conformance with the Contract; or that is not
correctable in the opinion of the reviewer; any of which requires other action by the
Contractor.
E. Revise and Resubmit: A submittal deemed by the A/E Representative to be
insufficient; that contains incorrect data; or is otherwise not in general conformance
with the Contract; the submittal being correctable in the opinion of the A/E
Representative.
F. Substitution Request: In accordance with Section 01 63 00 – Substitution
Procedures.
1.03 SUBMITTALS
A. Submittals will only be accepted from the Contractor.
1. Materials provided by subcontractors and others who are not the Contractor
will not be received and will not be reviewed, not action taken.
2. All materials and submittals must be submitted to the Owner Representative
by the Contractor itself, and not through proxies.
a. Material manufacturers, distributors, dealers, representatives,
salespersons, and similar persons who are not the Contractor are not
to contact the A/E Representative directly EXCEPT when the A/E
Representative has specifically contacted that person in connection
with the Project.
NCRTS Scale Replacement 01 33 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
b. Such persons shall not attempt to garner information from other
persons of the A/E Representative’s firm without first obtaining
approval to do so from the A/E Representative.
c. Such persons shall not attempt to contact sub-consultants to the
Project directly; such communications are not endorsed, and should
not be relied upon by the Contractor EXCEPT when previously
endorsed in writing by the A/E Representative.
3. Do not contact the A/E Representative nor sub-consultants to the Project
directly with questions about submittals, requirements, interpretations, and
inquiries.
a. Discuss the above issues with the Owner Representative.
b. Document discussions, questions, interpretations and inquiries in
writing, and provide the written questions in the form of an RFI
addressed to the Owner Representative.
c. Items which are not so documented are not sufficiently actionable,
and the Owner may elect to not take action until such items are
documented in accordance with the requirements; with the exception
of emergencies with risk to life and/or property.
B. General:
1. Provide submittals to the Owner Representative.
2. Submit paper documents to the Owner Representative.
3. Provide shop drawings to the Owner Representative.
4. On Hold Status:
a. A submittal deemed by the Owner Representative to be On Hold will
not be reviewed until it is corrected by the Contractor.
b. The Contractor should correct the submittal.
c. The Owner Representative will return submittals ‘Rejected’ which are
not corrected by the Contractor during the On Hold period; the review
and return time will be as for a resubmittal.
5. The Contractor is allowed to make correction to a ‘rejected’ or ‘revised and
resubmit’ submittal one (1) time only. Additional reviews shall be at the cost
of the Contractor.
C. Identification of Submittals:
1. Identify each submittal by CSI Section number where the requirement for the
submittal was identified in this Project Manual.
a. Failure to clearly identify the Section reference on every submittal will
result in the A/E Representative returning such incomplete submittal
Revise/Resubmit, and without further review.
2. Provide a submittal transmittal form indicating the date of the submittal, the
subcontractor’s name, and the date the submittal is supposed to be returned
by the A/E Representative in accordance with the Submittal Schedule.
3. Filenames of electronic documents shall include the CSI section, and the
date of the submittal.
D. Administrative Submittals:
1. The Contract Documents require the Contractor make submittals to the
Owner Representative.
2. These documents include:
Project No. RR8744 01 33 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Construction Schedule in accordance with Section 01 32 00 –
Construction Progress Documentation.
b. Schedule of Values and Applications for Payment in accordance with
Section 01 20 00 – Payment Procedures.
c. List of Subcontractors.
d. Submittal Schedule.
e. Permits not provided by the Owner but required in the course of the
Work.
f. Inspection and Test Reports in accordance with Section 01 43 00 –
Quality Assurance and Control.
E. Submittal Schedule: Provide and maintain a comprehensive schedule identifying the
Sections of this Project Manual that require submittals be made to the A/E
Representative.
1. Define and group comprehensive scopes of work by trade, subcontractor or
system for every aspect of the Work.
2. Establish review dates upon which the Contractor, the Subcontractors and
the A/E Representative will rely for administrative review of submittals.
a. Review and Return Time: Submittals will be returned to the
Contractor within twenty-one (21) days after receipt of each
submittal, or resubmittal.
b. The Owner Representative may deem a submittal to be in an ‘On
Hold’ status for seven (7) days, this time being in addition to the
review and return time.
3. Submit the Submittal Schedule to the Owner Representative in advance of
the first submittal.
a. Allow sufficient time for the Owner Representative to review the
Schedule.
b. Allow sufficient time for the Contractor to make revisions required by
the Owner Representative.
4. Require that each subcontractor provide their respective submittal packages
in advance of the submittal date, and with sufficient time to permit the
Contractor’s field personnel to review the submittals and forward them to the
Owner Representative for review and distribution.
F. Submittal Log:
1. Provide and maintain a Submittal Log coordinated with the Submittal
Schedule.
2. The Submittal Log should indicate where in the process of review any
particular submittal should be, as a check for the Owner Representative to
administer the submittal review process.
a. Assign each submittal entry the appropriate Review Action
designation in accordance with its status.
3. Revise the Submittal Log at least weekly, and provide copies at the required
Weekly Progress Meeting.
G. Shop Drawings:
1. Submit drawings drawn to an appropriate scale and sufficiently legible to
discern detail.
2. Accurately and completely describe or otherwise identify any deviation from
the Contract Documents.
NCRTS Scale Replacement 01 33 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. Provide dimensions; identify adjacent materials, systems and Work of other
systems to the best of your ability. Include field verified dimensions when
appropriate.
H. Product Data Sheets:
1. Mark product data sheets to show choices and option selections.
2. Identify the basis of compliance with the requirements identified in the
Project Manual. When one or more criteria cannot be determined, identify
the criteria which represent the basis for selection.
I. Samples:
1. Submit appropriately sized samples.
a. Excessively large samples will not be accepted.
b. Insufficiently small samples will not be accepted.
2. Provide selection materials for A/E Representative use.
a. Demonstrate finishes including color, sheen, texture and other
physical attributes including toughness, resistance to damage from
scratching, crushing and wear.
b. Provide color and finish selectors when available from the
manufacturer.
3. Include with samples a statement of the availability of each product, and
compliance with applicable standards and especially the standards indicated
in the Project Manual.
4. Submit a full set of choices when selection will be from a range of products.
5. Provide samples from the range of materials that are being proposed.
J. Mockups:
1. Mockups identified in the Project Manual may be incorporated into the
Project unless otherwise determined by the A/E Representative, or indicated
otherwise in the technical specifications.
2. Sections requiring mockups describe the physical requirements for the
mockups, and procedures to be employed.
K. A/E Representative Response to Submittals:
1. Submittals will be returned to the Contractor by the Owner Representative,
including A/E Representative responses consistent with one of the following:
2. Make Corrections Noted:
a. Problems of coordination, or workmanship were identified.
b. Defects are correctable in the opinion of the A/E Representative.
c. The Contractor would be proceeding at risk for rejection of Work, were
it not to take action on specific problems.
d. The submittal otherwise closely enough represents the intention of
the Contract Documents such that the Contractor could reasonably
proceed, at its risk, with incorporation of the submittal into the Work.
3. Receipt Acknowledged:
a. The submittal consists only of information of value to the Project.
b. The submittal closely enough represents the intention of the Contract
Documents such that the Contractor could reasonably proceed, at its
risk, with the Work.
4. No Exceptions Taken:
Project No. RR8744 01 33 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. The submittal closely enough represents the intention of the Contract
Documents such that the Contractor could reasonably proceed, at its
risk, with incorporation of the submitted items into the Work.
5. Rejected:
a. The submittal is not in general conformance with the Contracts.
b. The submittal is not correctable, absent the Contractor taking other
action.
c. The submittal requires action by the Contractor before it will be
reviewed again.
d. The resubmittal process is required.
6. Revise Resubmit:
a. The information provided was insufficient; contained incorrect data;
or was otherwise not in general conformance with the Contract.
b. The submittal is correctable, provided the Contractor takes action.
c. The submittal requires action by the Contractor before it will be
reviewed again.
d. The resubmittal process is required.
7. Substitution Request Required:
a. A submittal returned marked ‘Substitution Request Required’ means
the Contractor submittal included one, or more items of material,
equipment, means, method, technique, sequence, or procedure
which functionally meets the Contract requirements, but does not
precisely meet the Specification, OR
b. Alternatively; the Contractor submittal included one, or more changes
to a specified procedure, material, or product proposed by the
Contractor, which does not precisely conform to the Specification.
c. Additional documentation is required for the review process to
resume.
d. The submittal requires action by the Contractor before it will be
reviewed again.
e. Do not proceed until the submittal status is changed by the Owner
Representative.
f. The Contractor is instructed to follow the procedures identified in
Section 01 63 00 – Substitution Procedures.
g. The resubmittal process is required.
L. Contractor Action to A/E Representative Response:
1. General: Incorporation of Work into the Project associated with submittals in
the process of review, or has been returned Revise Resubmit, or Rejected, or
deemed On Hold, or Substitution Request Required, is prohibited.
2. Make Corrections Noted:
a. Implement the submittal in accordance with the notations provided
accompanying the returned submittal response.
3. No Exceptions Taken:
a. Implement the submittal.
4. Rejected:
a. Correct the submittal to the satisfaction of the A/E Representative.
5. Revise Resubmit:
a. Correct the submittal to the satisfaction of the A/E Representative.
6. Substitution Request Required:
NCRTS Scale Replacement 01 33 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
a. Demonstrate the submittal complies with the ‘Or Approved Equal’
provision in accordance with requirements of Section 01 63 00 –
Substitution Procedures, OR
b. Follow the process for Request for Change Order in accordance with
requirements of Section 01 63 00 – Substitution Procedures.
c. Correct the submittal to the satisfaction of the A/E Representative.
1.04 QUALITY ASSURANCE
A. Personnel:
1. Designate the Contractor’s designated single point of contact that will act
through the course of the Project to administer the submittals.
2. This person is to be solely responsible for delivering the submittals to the
Owner Representative in accordance with this Section.
B. Contractor’s Required Review: The Contractor will review every submittal for
completeness, and will make a deliberate attempt to coordinate the Work prior to
submitting materials to the A/E Representative for its review and distribution.
1. Completeness:
a. Transmit complete submittal packages to the A/E Representative at
the previously agreed upon review dates established by the approved
Submittal Schedule.
b. Submittals without required information are not acceptable; such
submittals will be returned ‘Rejected’, and without further review.
c. Review of submittals by the A/E Representative does not relieve the
Contractor of responsibility for errors in the submittals, and does not
demonstrate an assumption of risks, or of liabilities by the Owner.
2. Contractor Coordination of Submittals:
a. Submittals that are obviously not reviewed by the Contractor; are out
of sequence with other submittals; and submittals dependent on
other Work that has not been coordinated; are not acceptable, and
will be returned ‘Rejected’.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 33 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 35 29
HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Special project procedures.
2. Governmental safety requirements.
3. Health, safety and emergency response procedures.
4. Requirements for Contractor’s Health and Safety Plan.
B. Related Sections:
1. Section 01 74 19 – Construction Waste Management and Disposal.
2. Section 31 23 00 – Excavation and Fill.
3. Section 31 23 33 – Trench Safety Systems.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
CERCLA Comprehensive Environmental Response, Compensation, and Liability Act
FWPCA Federal Water Pollution Control Act
29 CFR 1910.120 Hazardous Waste Operations and Emergency Response (HAZWOPER)
NIOSH/OSHA/ Occupational Safety and Health Guidance Publication 85-115: Manual for
Hazardous Waste Site Activities, October 1985
USCG/EPA
PSCAA Puget Sound Clean Air Agency Regulations
RCW 49.17 Revised Code of Washington – Washington Industrial Safety and Health Act
RCW 70.105 Revised Code of Washington – Hazardous Waste Disposal Act
RCW 70.105D Revised Code of Washington – Hazardous Waste Cleanup-Model Toxic Control Act
TSCA Toxic Substance Control Act
WAC Title 173-303 Washington Administrative Code – Dangerous Waste Regulations
NCRTS Scale Replacement 01 35 29-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
Reference Title
WAC Title 296-24 Washington Administrative Code – General Safety and Health Standards
WAC Title 296-62 Washington Administrative Code – General Occupational Health Standards
WAC Title 296-155 Washington Administrative Code – Safety Standards for Construction Work
1.03 DEFINITIONS
A. Dangerous Waste: Those solid wastes designated in WAC 173-303-070 through 173-
303-100 as dangerous or extremely hazardous or mixed waste. As used in this
chapter, the words “dangerous waste†will refer to the full universe of wastes
regulated by WAC 173-303.
B. Hazardous Material; all of the following apply:
1. Materials as defined in General Conditions - Definitions.
2. A solid waste, or combination of solid wastes, which because of its quantity,
concentration, or physical, chemical, or infectious characteristics may (1)
cause or significantly contribute to an increase mortality or increase in
serious, irreversible, or incapacitating reversible illness; or (2) pose
substantial present or potential hazard to human health or the environment
when improperly treated, stored, transported, or disposed or otherwise
managed.
3. Asbestos material, as defined in Puget Sound Clean Air Agency (PSCAA),
Regulations III, Articles 3-4, Removal and Encapsulation of Asbestos
Materials.
4. Hazardous Material excludes Refuse or Burn Fill, and includes material that
may have been contaminated with petroleum products and other chemicals
in quantity or character not typical of Refuse or Burn Fill.
C. Health Safety Supervisor:
1. The person assigned by the Contractor, and responsible for implementation
of the Contractor’s Health and Safety Plan.
2. The Health Safety Supervisor can be the same person as the project
superintendent.
3. The Health Safety Supervisor can be the same person as the Site Safety and
Health Officer.
D. MSDS: Material Safety Data Sheets.
E. Notice of Deficiency: Written instruction from regulatory agencies, jurisdictions, and
the Owner which identify required changes to the Contractor-prepared plans and
programs identified as Work of this Section.
F. Permit-Required Confined Space:
1. It contains or has potential to contain a hazardous atmosphere.
2. It contains material that has potential for engulfing an entrant.
3. It is shaped inside such that someone entering could be trapped or
asphyxiated.
4. It contains other recognized serious safety or health hazards.
5. Snohomish County as a policy considers all storm and sewer conveyance
systems (manholes, tanks, pipes, etc.) as permit-required confined spaces.
Project No. RR8744 01 35 29-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
G. Site Safety and Health Officer:
1. The person assigned by the Contractor and thoroughly trained in rescue
procedures, the use of safety equipment and the use of gas detectors.
2. The Site Safety and Health Officer can be the same person as the Project
Superintendent.
3. The Site Safety and Health Officer can be the same person as the Health
Safety Supervisor.
1.04 PERFORMANCE
A. Prepare and implement the Health and Safety Plan.
1. Contractor personnel performing Work of the Project are to comply with the
federal Occupational Safety and Health Act of 1970 (OSHA), including
revisions, amendments, and regulations issued since the legislation was
enacted.
2. Contractor personnel performing Work of the Project are to comply with the
Washington Industrial Safety Act of 1973 (WISHA), including revisions,
amendments, and regulations issued since the legislation was enacted.
3. Applicable safety standards include but are not limited to the following:
a. NIOSH/OSHA/USCG/EPA: Occupational Safety and Health Guidance
Publication 85-155: Manual for Hazardous Waste Site Activities,
October 1985.
b. WAC Title 173-303: Dangerous Waste Regulations.
c. WAC Title 296-24: General Safety and Health Standards.
d. WAC Title 296-62: General Occupational Health Standards.
e. WAC Title 296-155: Safety Standards for Construction Work.
4. Ascertain the extent to which applicable regulations affect Work of the
Project.
a. In the case of conflict or inconsistency between the regulations, the
more stringent regulation or requirement applies.
b. There is no acceptable deviation from the regulations.
B. Prepare and implement the Accident Prevention Program.
C. The Contractor may encounter suspect Dangerous Wastes and/or potentially
Hazardous Material.
1. In the event suspect Dangerous Wastes are encountered, the Contractor
shall have previously planned for and shall implement sufficient supervision,
equipment, and trained workforce, as identified in the Earthwork Plan, to be
able to continue the Work on the Project Site.
a. Persons involved in the handling, cleaning up, and corrective actions
associated with Dangerous Waste are to currently certified, at a
minimum, to the forty (40) hour HAZWOPER level – 29 CFR 1910.120
in accordance with Section 01 74 19 – Construction Waste
Management and Disposal.
2. In the event potentially Hazardous Materials are encountered, the Contractor
shall have previously planned for and shall implement sufficient supervision,
equipment, and trained workforce, including specialty subcontracted
workforces as applicable and as identified in the Earthwork and Demolition
Plans, to be able to continue Work on other areas of the Project Site without
NCRTS Scale Replacement 01 35 29-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
delay, and to be able to continue Work on other areas of the Project Site
without any additional cost incurred to the Owner.
a. Further, the Contractor shall have available, with a maximum
response time of twenty-four (24) hours, sufficient equipment, trained
workforce, and planning to appropriately remove and temporarily
store the potentially Hazardous Material while samples are tested
and disposal determinations are made by the Owner Representative.
b. Persons involved with the handling, cleaning up, and corrective
actions associated with Hazardous Material shall be currently
certified per regulations to perform the required work in accordance
with all applicable safety and material handling requirements.
3. Other personnel not directly involved in the handling, cleaning up, and
corrective actions associated with Dangerous Waste, including suspect
Dangerous Waste, but that may be exposed to such conditions consistent
with the description of occasional site workers, are to be trained, at a
minimum, to the twenty-four (24) hour HAZWOPER level – 29 CFR 1910.210.
4. Refer to Section 31 23 00 – Excavation and Fill for classification procedures.
1.05 SUBMITTALS
A. General: Submit the following in accordance with General Conditions and Section 01 33
00 – Submittal Procedures.
B. Health and Safety Plan:
1. Provide a Health and Safety Plan within three (3) weeks following the Notice to
Proceed.
a. Address all earthwork, below grade construction such as utility
construction, fill, piling, proof-rolling, surveying, and all other aspects of
the Work through all stages of the Work.
b. The plan shall be specific to the Project.
c. The Site Safety and Health Officer shall participate in the development
of the plan.
d. Include MSDS for chemical materials stored, used, or otherwise
required for the Project.
e. A map and directions to hospitals and urgent care facilities.
2. Include training for specific work conditions associated with the Project.
3. Provide a system of informing workers and others about the health and safety
conditions of the Work.
4. Include specific measures for continual assessment of working conditions in the
vicinity of the excavation work area.
a. Continual assessment includes landfill gas (methane, hydrogen sulfide,
organic vapors, etc.) detection and other monitoring activities.
5. Include procedures for employees and visitors to follow in the event of an
emergency associated with earthwork activities in the landfill.
a. Include development and implementation of notification measures.
6. Identify responsible parties to implement the Health and Safety Plan.
7. Include coordination with the Owner Representative regarding the shutdown
and safety tagout/lockout of pressurized systems, electrical, mechanical,
pneumatic, hydraulic, etc. systems, and other equipment and utilities.
8. Include good housekeeping procedures in accordance with WAC Title 296-155-
020.
Project No. RR8744 01 35 29-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
C. Accident Prevention Program:
1. Prepare and administer in accordance with federal, state, and local
jurisdictional requirements, including WAC Title 296-24-040 and 296-155-110.
2. The program must be specific to the Work and the Project Site.
3. Outline the anticipated hazards and safety controls necessary to safeguard the
Contractor’s employees, the public, and Owner staff and representatives.
4. Include the name and telephone number of the Health Safety Supervisor
responsible for implementation of the plan.
D. Revisions to the Health and Safety Plan and Accident Prevention Program:
1. Revise the Health and Safety Plan and Accident Prevention Program prior to the
start of the work as necessary to accommodate changes requested by the
Owner, regulatory agencies, and jurisdictions having authority.
2. Revise Health and Safety Plan and Accident Prevention Program as necessary
to accommodate changes in site conditions.
E. Injury Summary Report:
1. Submit a completed Injury Summary Report, as attached, to the Owner
Representative the first weekday of each month.
F. Identify all personnel, including subcontractor personnel, responsible for handling
suspect Hazardous Material and provide current copies of the HAZWOPER certification
prior to personnel performing work on the Project Site within four (4) weeks following
Notice to Proceed.
G. Provide current copies of the Asbestos Worker/Supervisor Certification prior to
personnel performing asbestos related work on the Project Site.
1.06 QUALITY ASSURANCE
A. Ensure that subcontractors receive a copy of this Section.
B. Post copies of the Health and Safety Plan, Accident Prevention Program, and all other
applicable documents at the Contractor’s job site office, and at each of the
subcontractors’ offices.
1.07 ADDITIONAL REQUIREMENTS
A. Excavations:
1. Refer to Section 31 23 33 – Trench Safety Systems.
B. Gas Mitigation:
1. Provide for the protection of employees, and all others, from risk of fire,
explosion, and asphyxiation resulting from any work, and especially those
risks associated with:
a. Toxic, flammable, or explosive gases encountered during excavation.
C. Perform whatever work is necessary for safety; be solely and completely responsible
for conditions of the job site, including safety of all persons, and property
NCRTS Scale Replacement 01 35 29-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
continuously, twenty-four (24) hours per day, seven (7) days per week, during the
construction period.
D. Accident Notifications:
1. Report immediately to the Owner Representative any accidents causing
death, injuries, or property damage.
2. Written Report:
a. Provide a written report to the Owner Representative within three (3)
calendar days of the occurrence of an accident.
b. Provide full details, witness statements, and corrective actions being
taken.
E. Chemical Labeling and Identification:
1. Take steps to ensure containers of chemical materials at the Project Site are
labeled and managed in accordance with the regulations.
a. Comply with WAC Title 296-62.
2. Maintain copies of MSDS for chemical materials stored, used, or otherwise
necessary for the Work.
a. Include MSDS in the Health and Safety Plan as indicated in this
Section.
PART 2—PRODUCTS – NOT USED
PART 3--EXECUTION
3.01 PREPARATION
A. Health Safety Supervisor:
1. Train or administer training for all personnel in use of appropriate safety
equipment utilized in the course of their work responsibilities.
2. Monitor personnel, and implement corrective actions to ensure that
personnel are correctly implementing requirements and procedures of the
Health and Safety Plan.
3. Advise the Site Safety and Health Officer.
B. Site Safety and Health Officer:
1. Delegate authority to the Site Safety and Health Officer to direct any person
or personnel to follow the safety rules.
2. Administer recommendations and instructions made by the Health Safety
Supervisor.
3. Train or administer training for all personnel in use of appropriate safety
equipment utilized in the course of their work responsibilities.
4. Monitor personnel, and implement corrective actions to ensure that
personnel are correctly implementing requirements and procedures of the
Accident Prevention Program.
5. Prepare and submit Injury Summary Reports in accordance with provisions of
this Section.
6. Equipment Management: Ensure availability and suitability of necessary air-
monitoring, ventilation equipment, protective clothing, and other supplies and
equipment identified in the Contractor-prepared plans.
Project No. RR8744 01 35 29-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
3.02 FIELD QUALITY CONTROL
A. Utilities: Take appropriate precautions in working on or near utilities and Dangerous
Systems.
B. Failure to Perform Duties of this Section: The Owner may stop the Work of the Project
in response to the Contractor’s failure to administer, revise and implement the
required Health and Safety Plan and the Accident Prevention Program.
1. The Contractor will not be granted schedule extensions or compensation
arising from violations of health and safety on the Project.
C. Compliance Monitoring: The Owner will continuously review the Contractor’s
performance of the Work of this Section.
3.03 REPORTS – SEE FOLLOWING PAGE
NCRTS Scale Replacement 01 35 29-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
INJURY SUMMARY REPORT
CONTRACTOR: ________________________________________________________________________
MONTH: ________________________ CONTRACT NO. ________________________________
OSHA RECORDABLE CASES
NUMBER OF CASES
WORK GROUP Month Year to Date
Hourly Employees
Supervisory Personnel
LOST TIME ACCIDENTS
NUMBER OF CASES
WORK GROUP Month Year to Date
Hourly Employees
Supervisory Personnel
TOTAL HOURS AT SNOHOMISH COUNTY PROJECT SITE
Month
Year to Date
INCIDENT AND SEVERITY RATE
Date since last lost-time accident: ____________________
No. of hours worked since last lost-time accident: _________________
Incident Rate = No. of OSHA Recordables x 200,000
Total Hours Worked
Severity Rate = No. of OSHA Recordables x 200,000
Total Hours Worked
Rates Month Year to Date
Incident
Severity
Submit this completed form to the Owner Representative on the first weekday of each month.
**END OF SECTION**
Project No. RR8744 01 35 29-8 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 41 20
REGULATORY REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Permits.
1.02 PERFORMANCE
A. Permits by Contractor:
1. Permit Milestones: Coordinate permit responsibilities and tasks with
preparation and maintenance of schedules and other administrative activities in
accordance with Section 01 32 00 – Construction Progress Documentation.
2. Provide and pay for the following permits:
a. Washington State Labor and Industries permit for electrical work.
b. Street use permits, special use permits and other permits, if any, that
are required in connection with Contractor’s operations.
c. City of Arlington business permit and any additional or supplemental
permits allowing the Contractor to legally conduct business in the
location of the Project.
3. Fulfill the obligations and conditions on each permit affecting the Work.
4. Bring conflicting requirements to the attention of the Owner Representative,
who will arrange for a determination to be made.
B. Contractor Responsibilities for Electrical and Plumbing Permits:
1. The Contractor is responsible to pay any additional or supplemental fees
associated with the required electrical and plumbing permits.
2. The Contractor is required to arrange, coordinate and obtain the electrical
and plumbing permits; except the Owner has already paid for and arranged
the City of Arlington plan reviews for those permits.
3. The Contractor is responsible to pay for and arrange necessary inspections.
C. Paid For and Obtained by Owner:
1. Building permit from the City of Arlington.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 30 00 – Administrative Requirements and Section 01 33 00 – Submittal
Procedures.
B. Permits:
1. Provide copies of completed permits to the Owner Representative.
a. Include requirements for special inspections.
2. Provide copies of permit cards that include progress notations made by
inspectors acknowledging completeness of Work, for those permits requiring
several inspections.
NCRTS Scale Replacement 01 41 20-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. Provide copies of permit approvals to the Owner Representative, when these
become available.
1.04 OWNERS INSTRUCTIONS
A. Work performed under permits must be inspected by the authority having jurisdiction
prior to being considered part of the Work.
B. Permit Posting:
1. Post all permits at the site in a protected location.
2. Use clear plastic pockets mounted on a wood panelboard for storage.
3. Post project permits in one (1) location.
4. Do not post permits in unprotected or exterior locations.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 41 20-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 42 00
REFERENCES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Definitions.
2. Reference standards.
3. Language used in the Contract Documents.
1.02 REFERENCES
A. Industry Standards:
1. Applicability:
a. Contract Documents take precedence over construction industry
standards.
b. Referenced standards are made part of the Contract Documents.
c. Construction industry standards have the same force and effect as if
bound, or copied, into the Contract Documents.
2. The Contract Documents provide project-specific requirements that may differ
from referenced standards in minor respects.
3. Application of referenced standards to the Project may be modified by
provisions of the Contract Documents.
4. The A/E Representative provides interpretation in the event a project-specific
requirement may be identified in apparent conflict with a referenced standard.
a. Inform the A/E Representative at the earliest opportunity; via the Owner
Representative, using the RFI process.
b. Provide information identifying the context of the suspected conflict.
c. Decision of the A/E Representative is binding.
5. Use the version of referenced standards in effect at the date of Invitation to Bid,
unless indicated otherwise in the Contract Documents.
a. Comply with amendments and supplements to referenced standards as
applicable to Work of the Project.
1.03 DEFINITIONS
A. Phrases and Language:
1. Approved: A term which in the context of the Contract Documents always means
‘acceptable to the degree with which acceptability can reasonably be
determined’.
a. The term approved is not modifiable or interpretable to give the
Contractor the option of deviating or otherwise failing to achieve the
requirements of the Contract Documents.
2. Architect: Refers to A/E Representative.
3. As directed:
a. Means as directed by the Owner Representative.
b. Information from the A/E Representative will be conveyed to the Owner
Representative who will inform and communicate with the Contractor.
NCRTS Scale Replacement 01 42 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
4. As required:
a. Means as required to complete the Work, and
b. At the direction of the Owner Representative, or A/E Representative.
5. Attendant: As in ‘all patching including attendant excavation’; in this instance
meaning excavation required as a result of having to perform the patching.
6. Authority Having Jurisdiction: The agency or governmental authority responsible
for enforcing codes, laws, rules, and other regulatory forces imposed on the
Project, or Work; for the purposes of this Project, the City of Arlington,
Washington.
7. Commissioning Authority: An engineering consultant employed by the Owner to
lead and perform commissioning activities.
8. Consultant: Refers to A/E Representative.
9. Coordinate: Bring together various items of the Work; evaluate priorities;
mediate conflicts between work of subcontractors to assure efficient, and
orderly sequence of installation of interdependent construction elements.
a. Scheduling requires coordination.
b. Submittals require coordination.
c. Work of the various Sections requires coordination.
10. Cutting and Patching: As defined in Section 01 73 00 – Execution and Closeout.
11. Engineer: Refers to A/E Representative.
12. Furnish: Supply and deliver materials; products; and equipment ready for
unloading; unpacking; assembly; installation, and so on, as applicable in each
instance.
13. Furnished by Owner, installed by Contractor: Arrange, obtain, unload, unpack,
unwrap, dispose of packaging, move, install, protect, clean and complete such
items as per any other element of the Work, except do not pay for nor arrange
shipping from the point of origination for such items.
14. Indicated:
a. Means where reasonably implied and necessary in conformance with
Work specified, drawn, or otherwise required for completion.
b. Words indicate.
c. Drawings indicate.
d. The term also is a cross-reference to details, notes and schedules on
the Drawings, and in other paragraphs, sections and appendices in the
Specifications, and to similar means of recording requirements in the
Specifications.
e. Where terms such as shown, noted, scheduled, and specified are used
in lieu of indicated, it is for the purpose of aiding the reader locate a
cross-reference, and no limitation of location is intended except as
specifically noted.
15. Install: Term used to describe operations at the Project Site including unloading,
unpacking, assembly, erection, placing, anchoring, applying, working to
dimension, finishing, curing, protecting, cleaning, and similar operations as
applicable in each instance.
16. Installer:
a. The person, firm, company, or organization engaged by the Contractor
or its subcontractor, or sub-subcontractor for the performance of a
particular unit of Work at the Project site; including installation, erection,
assembly, application, fabrication, and similar required operations.
b. Such persons, firms, companies, and organizations are required to be
expert in operations they are engaged to perform.
Project No. RR8744 01 42 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
17. Manufacturers Installation Instructions:
a. Includes instructions on the correct, intended means of installation
and incorporation of a product or system into construction of
buildings for human occupancy.
b. Normally includes a narrative describing the sequence of activities
necessary for the correct, intended means of installation.
c. Normally includes information on the usual means of incorporation
into the Work, including attachment, anchoring, placement, and
securing.
d. Throughout the Contract Documents, although it may not be
specifically stated, the Contractor is to install all Work in accordance
with Manufacturer’s instructions and directions.
e. Where Contractor is required to follow Manufacturer’s instructions,
directions and the like, but more than one manufacturer is involved in
the Work, or its component parts, the Contractor must follow all
Manufacturer’s instructions, directions and the like.
f. In the event of a conflict between Manufacturers recommendations
and instructions, and the Contract Documents, the Contractor must
submit the discrepancy to the A/E Representative identified in this
Section for an opinion as to resolution.
g. In the event of a conflict between Manufacturers recommendations
and Manufacturer’s instructions, the Contractor must submit the
discrepancy to the A/E Representative identified in this Section for an
opinion as to resolution.
h. Do not proceed without specific instruction provided in writing by the
A/E Representative.
18. Not in Contract:
a. The term NIC means the item referred to is not in the contract.
b. Items that are Not in Contract are identified in Section 01 11 00 –
Summary of Work.
c. All other items are included.
19. Or Approved Equal: A defined term for the Project; meaning a product,
element, component, or manufactured item of the Work for which approval
has been achieved in writing, in advance of ordering and installation, from
the A/E Representative in concert with the requirements of Section 01 63 00
– Substitution Procedures.
a. In the event the definition provided in this Section differs from the
definition given in Section 01 63 00 – Substitution Procedures, that
definition shall apply.
20. Owner: As defined in General Conditions.
21. Product: As used in the Contract Documents refers to systems, materials,
assemblies, and equipment provided by the Contractor.
22. Product Data Sheet:
a. Includes the manufacturers stated, intended purpose for the product.
b. Includes information on testing that has been performed on the
product for verification that it meets or exceeds standards of quality,
performance, and other attributes.
c. Includes information about the characteristics of the product,
including whether it is part of a system, accessories normally used
with the product, and similar information.
NCRTS Scale Replacement 01 42 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
d. Commonly includes ordering information, packaging sizes,
dimensions, available colors, and the like.
e. Manufacturers installation instructions are not substitutes for Product
Data Sheets.
f. Products intended for use in other fields not associated with
construction of buildings are generally not documented acceptably
and will be reviewed only on an as-needed basis.
23. Project Site:
a. As define in General Conditions; AND
b. The space available to the Contractor for performance of the Work;
AND
c. The Project Site as indicated in the Contract Documents.
24. Provide and Install: Means to pay for, furnish and install complete, in place,
ready for operation and use.
25. Reviewed: Means reviewed by the A/E Representative prior to bid.
26. Review and Approval:
a. The Owner Representative and A/E Representative review and
approve.
b. In no case shall review and approval by neither Owner Representative
nor A/E Representative be interpreted as a release of the Contractor
from responsibilities to fulfill requirements of the Contract
Documents.
c. The A/E Representative is the sole judge of the quality and suitability
of materials being reviewed.
d. The A/E Representative is the sole judge of the suitability of
construction achieving the design intent for information being
reviewed.
e. The term review and approval is not modifiable or interpretable to
give the Contractor the option of using other materials than those
specified, without written permission of the A/E Representative.
27. Review and Comment:
a. The Owner Representative and A/E Representative review and
comment.
b. The same conditions apply for review and comment as for review and
approval.
28. Selected: Means as selected by the A/E Representative.
a. It is not necessarily limited to manufacturers’ standard line of colors,
finishes or details unless otherwise called for.
29. Sight exposed surfaces:
a. Surfaces and items that are visible by a person performing a normal
inspection, and furthermore in a sitting, standing or otherwise
ordinary position.
b. Undersides of countertops are not normally sight exposed surfaces.
c. Drains beneath lavatories are sight exposed surfaces.
d. Surfaces that are part of a larger assembly, but that are partly
concealed or obstructed by elements of the building are considered
sight exposed surfaces for the entirety of the assembly.
30. Specifications: This document, including the Contract; accessory volumes;
volumes provided for reference purposes; and attachments to these volumes.
31. Substantial Completion:
Project No. RR8744 01 42 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Substantial completion is the stage in the progress of the Work when
the Work, or designate portion of the Work is sufficiently complete in
accordance with the Contract Documents so that the Owner can
occupy or utilize the Work for its intended use.
b. Substantial completion is not the same as Final Acceptance as
defined in General Conditions.
c. Substantial completion occurs when the Owner Representative
provides verification in writing; the date of that document establishes
the date Substantial completion has been achieved.
d. Owner occupancy does not in itself indicate Substantial completion
has been achieved. Substantial completion requires the following:
1) Work other than incidental or corrective punch list items are
completed;
2) Systems, parts, assemblies, and equipment are functional;
3) Utilities are connected; functioning normally; and as intended;
4) Required occupancy permits have been issued; AND
5) The Project is accessible by normal vehicle, and pedestrian
access routes.
32. Work Result:
a. A summation of the work activities necessary to achieve desired and
prescribed results of systems that make up significant portions of the
Work.
b. Sections of the specifications that include Work Results in the title
bring together aspects of several Sections into a single integrated
common whole.
33. Verify:
a. Perform necessary evaluation, measurement, quantification,
qualification, checking, consideration, study and investigation to
determine conditions, measurements, tolerances, completeness or
some other important aspect of the Work, or of existing conditions,
materially and necessarily meets the appropriate criteria for the
Work.
b. Verification is often required prior to commencing field activities
associated with a portion of the Work.
1.04 PERFORMANCE
A. Pertinent Language:
1. Certain words are omitted in the Contract Documents in the service of brevity.
2. Read the implications of the identified words as if these were incorporated
into the Specifications in all cases.
a. Example: Balance and adjust (all) dampers.
b. Example: (Provide and install) Preload Compactor.
c. Example: (Provide) (entire) concrete building.
3. Read the Contract Documents as if the following words were included:
a. All.
b. Entire.
c. Like.
d. Provide.
e. Provide and install.
NCRTS Scale Replacement 01 42 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
B. Drawings Diagrammatic:
1. Drawings are in part diagrammatic.
2. Drawings do not necessarily indicate complete details of construction; Work;
materials; performance; or installation.
3. Drawings do not show complete construction details; items; Work; fixtures;
and equipment that may affect installation.
4. Contractor is required to ascertain, and correlate the Work to bring the parts
together into the satisfactory and completed whole.
5. Furnish and install Work not covered under any heading, branch; Section,
class, trade, or division of the Specifications; but that is reasonably inferable
from the Drawings.
a. Include Work to produce the intended results.
b. Install similarly for items that are more expressly identified.
C. Specifications Wording:
1. The specifications are abbreviated and use streamlined language.
2. The specifications may include incomplete sentences.
3. Words such as ‘shall’; the Contractor (shall); ‘shall be’; and similar mandatory
phrases are to be read into the language of the Contract in the same manner,
and of the same importance as if these were written, in each instance.
4. Provide all items, materials, articles, and operations identified; including all
labor; materials; equipment; and incidentals required for their complete
integration into the Work.
D. Specification Organization:
1. Individual sections of the technical Specifications are numbered using
MasterFormat 2012 Edition Numbers and Titles, published by The
Construction Specifications Institute.
2. The A/E Representative is not required to define the limits of any
subcontract; or Work Breakdown Structure.
3. The Sections of the Specifications are provided for convenience.
4. The General Conditions; together with Division 01 known as the General
Requirements; are incorporated as part of each respective Section of the
other Divisions 02 through 34.
a. Division 00 and 01 are not separable from the technical Divisions 02
through 34.
E. Description of Format:
1. Titles: In accordance with MasterFormat 2012 Edition Numbers and Titles:
a. Specifications are divided into Divisions.
b. Divisions are divided into Sections.
c. Titles are not intended to imply a particular meaning, or to fully
describe the Work of each Section.
d. Titles are not an integral part of the text which specifies the
requirements.
F. Tense, Gender, Singular, Plural:
1. Present tense words include future tense.
2. Words in masculine gender include feminine and neuter genders.
3. Words in the singular include plural.
4. Plural words include singular.
Project No. RR8744 01 42 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
G. Specification by Reference:
1. Materials referenced in the Specifications by standard, or number; symbol; or
title of a specific standard comply with the following:
a. Be identified as a trade association standard, such as the American
Association of Architectural Metal Manufacturers (AAAMA); or
b. Be identified as a state or federal specification, such as the
Washington State Department of Transportation Standard
Specifications for Road, Bridge, and Municipal Construction; or
c. Be identified as standard employed by an independent research and
testing organization, such as Underwriters Laboratories, FM Global,
American National Standards Institute, or American Society for
Testing and Materials.
H. Methods of Specifying:
1. The techniques of specifying employed to communicate requirements varies
through the Specifications.
2. Techniques may include the following methods:
a. Prescriptive.
b. Open-generic prescriptive.
c. Compliance with standards.
d. Performance.
e. Proprietary.
f. A combination of these.
3. The techniques employed for one unit of Work has no bearing on the
requirements for another unit of Work.
I. Workmanship:
1. First class workmanship is required.
2. Plan the Work to avoid unnecessary remedial activities; corrective actions;
and out of sequence Work.
3. Verify that receiving surfaces are plumb; straight; true to line, curve and
plane; and correct to the degree necessary to achieve tolerances specified or
required.
4. Perform corrective action without additional cost to the Project.
5. Plan for shimming; blocking; grinding; patching; and other corrective
activities.
6. Attend to details; fitting at intersections; junctures of materials.
7. Joints are to be tight; even; straight; and smooth.
J. Connections and Fastenings:
1. Furnish connections, fastenings, and attachments necessary, and adequate;
to perform the Work in a complete manner, whether indicated or not.
2. Contractor is responsible for the following:
a. Proper assembly, and intended performance of components, and
assemblies.
b. Adhesive and sealant bonds bond, or adhere, properly.
c. Fastenings fasten properly.
d. Assemblies do not exhibit looseness, excessive ‘play’.
e. Components, systems, and products do not bind, stick, or are
otherwise restrained in free and smooth movement, or as intended.
NCRTS Scale Replacement 01 42 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
3. The Owner Representative may require testing and inspection be performed
when necessary to establish conformance with these requirements.
a. The Contractor will be responsible to pay for such testing.
b. Testing and inspection will be performed by an independent testing
laboratory when required.
c. The Contractor is responsible for testing when conditions of Section
01 43 00 – Quality Assurance and Control are met.
K. Loadings:
1. The Work is required to meet all applicable code imposed loadings including
wind, snow, and earthquake forces.
2. Provide engineering services by licensed professional engineers skilled and
experienced in local issues and familiar with projects of similar type and
scope when necessary to meet sound engineering practice, and as otherwise
required.
3. Be able to identify actual, code imposed, and design loads when requested.
4. Be able to identify governing forces when requested, specifically wind or
seismic design governing conditions in accordance with code provisions.
L. Overtime: No additional amounts will be paid for overtime above Contract Sum,
unless specifically directed and agreed to in writing by the Owner Representative.
1. The Owner Representative will stipulate what additional compensation is due.
M. Presence of the A/E Representative:
1. From time to time the presence of the A/E Representative is required.
2. Advance notice of important events is required to be given by the Contractor
to the Owner Representative.
a. Coordinate meetings through the Owner Representative.
3. Do not begin deliberation of issues until the appropriate parties are
accounted for, present, or have otherwise provided communication of their
decision or disposition on issues under consideration.
N. Conflicts and Omissions in Contract Documents:
1. Bring conflicts and omissions to the attention of the A/E Representative
during bidding.
2. Where Contractor has not been brought to the A/E Representatives attention,
it will be assumed the Contractor has figured the more costly method or
methods.
a. This provision will be strictly enforced.
b. The Contractor is not permitted nor authorized to make
determinations of suitability in cases where insufficient information is
provided in the Contract Documents.
c. The Contractor is not authorized to make assumptions about the
requirements.
d. The Contractor shall review questionable items through the Bid
process, and endeavor to obtain direction as to the suitability and
acceptability of an approach, method, alteration, modification, or
substitution in accordance with the requirements.
3. Bring conflicts and omissions found after bidding to the A/E Representatives
attention for interpretation, and resolution.
Project No. RR8744 01 42 00-8 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
4. Contractor is responsible to ensure it has the appropriate level of detail to
begin; and to perform Work in accordance with the intent of the Contract
Documents.
a. Errors resulting from the Contractors failure to coordinate Work with
appropriate level of detail are the Contractors own responsibility.
1.05 OWNER INSTRUCTIONS
A. Copies of Standards:
1. Maintain copies of the reference standards identified in this Section.
a. The Contractor shall identify references it does not have available
prior to the Bid, such that the Owner may provide copies of such
references or excerpts of references in a timely manner, and to afford
the Contractor reasonable opportunity to comply with all
requirements.
b. The Contract Documents are prepared such that a skilled Contractor
with experience in the types of construction indicated on the
Drawings shall be familiar with and reasonably prepared for
successful completion of the Project.
2. The Owner will provide copies of referenced standards for use of the Project
when requested.
3. Maintain reference standards reasonably available at all times to
subcontractors, inspectors, and the Owner Representative for purposes of
coordination of Work, and review of submittals.
a. Contractor is required to replace destroyed, lost, vandalized, or
missing referenced standards in kind, at no additional cost to the
Project.
4. Coordinate storage of the required reference standards materials with
Section 01 50 00 – Temporary Facilities and Controls.
5. Upon demobilization; return copies of reference standards to the Owner in
accordance with Section 01 77 00 – Closeout Procedures.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 42 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
SECTION 01 43 00
QUALITY ASSURANCE AND CONTROL
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Qualifications.
2. Quality Control Plan.
3. Manufacturers field services.
4. Field samples and mockups.
5. Identification and correction of defective work.
6. Source quality control procedures.
7. Field quality control procedures.
8. Testing and inspection services.
9. Testing laboratory services.
10. Special inspections and procedures.
1.02 QUALITY ASSURANCE
A. Manufacturer Qualifications:
1. Manufacturers providing products for incorporation into the Project are to be
principally engaged in the business of manufacture of products for the building
construction industry.
2. Manufacturers of technical products and equipment are required to have
knowledgeable, experienced technical representatives available for
answering questions and performing other responsibilities as indicated and
appropriate for the Work.
B. Supplier Qualifications:
1. Suppliers for products, material and equipment for incorporation into the
Project are to be principally engaged in the business of supplying wholesale
products for the building construction industry.
2. Suppliers are required to be able to provide services to assist the Contractor
in procurement of such quantities and volumes of materials, products and
items necessary for the Work.
3. Suppliers are required to expedite and otherwise facilitate the availability of
sufficient quantities and volumes of materials, products, and items necessary
for the Work.
C. Fabricator Qualifications:
1. Fabricators providing assemblies, products, fabrications and other custom
unitized construction elements are to be principally engaged in the
production of such equipment for the building construction industry.
2. Fabricators constructing elements of the Project that are subject to structural
requirements of the codes applicable to the construction are to employ
skilled, experienced employees to perform the Work.
3. Fabricators employees are to be competent and able to perform the
necessary Work in conformance with the requirements.
NCRTS Scale Replacement 01 43 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
D. Installer Qualifications:
1. Installers performing work activities of the Project are to be principally
engaged in the performance of work activities for the building construction
industry.
2. Installers are to be competent, experienced, qualified and appropriately
informed about the work activities required to be performed.
3. Installers are to be adequately supervised by a person able to direct, correct,
and otherwise adjust the work activities in progress to meet the standards of
the Work.
E. Engineer and Advisor Requirements:
1. Provide the following for each licensed professional engineer and other
licensed individuals or companies whose services the Contractor proposes to
rely upon:
a. Name; address; telephone number; and complete contact
information.
b. Identify work hours of individuals with responsibility to the Project.
c. Identify relationship to the Project.
2. Engineering:
a. Employ licensed Professional Engineers registered in the State of
Washington; and acceptable to the Owner.
b. Engineers performing structural calculations under the precepts of
the IBC are required to be professional licensed Structural Engineers
in the State of Washington.
3. Surveyor:
a. In accordance with Section 01 43 20 – Surveying.
F. Identification of Defective Work:
1. Employ the Owners testing laboratory at the Contractors own expense.
2. Perform testing activities including inspections when directed by the Owner
Representative.
3. Utilize available non-destructive testing methods.
4. Remove Work which is determined to be defective and is not correctable.
G. Correction of Defective Work:
1. Correct Work that is deemed to be correctable and as informed by the Owner
Representative.
a. Comply with requirements established by the A/E Representative to
correct the defective Work.
b. Report to the Owner Representative when corrective actions have
been completed.
c. Request that the Owner Representative arrange to have the corrected
Work inspected by the A/E Representative.
d. The A/E Representative is under no obligation to accept Work that
has been attempted to be corrected but that does not meet the
requirements for the corrected Work.
2. Immediately remove Work deemed defective.
a. Remove the defective portions of the Work from the Project Site.
b. Make clean cuts in structurally sound materials in locations deemed
acceptable by the A/E Representative.
Project No. RR8744 01 43 00-2 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
3. Follow direction of the Owner Representative.
H. Manufacturers Field Services:
1. Manufacturer Technical and Field Personnel:
a. Require suppliers, distributor and manufacturers to provide qualified
personnel when identified in accordance with the Project Manual.
b. Personnel are to be expert in the field of Work for which they are
consulted.
c. Inexperienced or untrained personnel are not acceptable.
d. When manufacturer technical and field personnel are present at the
site they must perform the required activities.
e. Make manufacturer technical and field personnel available when
requested by the Owner Representative and/or the A/E
Representative.
2. Field personnel are required to:
a. Make manufacturer field reports.
b. Observe field conditions.
c. Identify conditions of surfaces.
d. Identify important aspects of installation unique to the product,
installation, and Project.
e. Anticipate weather activities, and probable weather conditions that
may impact Work.
f. Review and inspect substrate surface conditions.
g. Identify moisture related problems.
h. Review quality of workmanship.
i. Discern and direct startup of equipment.
j. Test, adjust and balance equipment, or provide additional personnel
to perform these activities except where indicated otherwise in the
Construction Documents.
k. Make appropriate recommendations.
3. Manufacturer Field Reports:
a. Submit written reports in accordance with provisions of this Section to
the Owner Representative.
b. List observations.
c. List recommendations.
d. Identify and thoroughly and appropriately explain directives made to
field personnel, workers, and others that are supplementary,
complimentary, or are contrary to manufacturers’ written instructions,
or the Construction Documents.
I. Source Quality Control Procedures:
1. Maintain quality control over suppliers; manufacturers; products; services;
site conditions; and workmanship, to produce Work of the specified quality.
2. Comply with manufacturer’s instructions.
a. Perform each step in the intended sequence.
3. Comply with specified standards as minimum quality for the Work.
a. Follow more stringent requirements when these are identified in the
Contract Documents.
b. Follow more stringent requirements when more precise Work is
required.
NCRTS Scale Replacement 01 43 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
J. Testing and Inspection Services:
1. Provide all testing and inspection services in accordance with the
requirements of Section 01 11 00 – Summary of Work, this Section, and the
technical specifications.
2. Comply with identified standards and record information that substantially
represents conditions important to the determination of conformance to the
named standards.
3. Keep written records.
4. Perform testing and inspection activities in the identified time frames
anticipated by the standards.
5. Protect samples and other items from situations and physical conditions to
the degree possible to prevent or reduce the potential for false, inaccurate or
irregular results.
a. Do not jostle samples of mixes.
b. Maintain appropriate curing conditions consistent with good practice,
and the intent of the standards.
6. Use only molds, and other appurtenances appropriate to the names tests.
7. Identify test procedures and modifications of test procedures deemed more
appropriate and better suited for the Work, in advance.
a. Obtain the A/E Representative’s concurrence prior to testing and
inspecting using standards other than as named.
8. Test and inspect to the same standards the Work is to confirm with unless
otherwise approved in writing.
K. Special Inspections and Procedures:
1. Comply with requirements of the codes, and the technical specifications,
especially for installation of concrete anchors and welding at a minimum.
2. Remain on site during testing and inspection procedures, and be attentive to
the Work requiring observation.
1.03 SUBMITTALS
A. Quality Control Plan: Provide within fourteen (14) calendar days of Notice to Proceed:
1. Statement of how the Quality Control Plan will operate.
2. A supporting organization chart indicating the Contractors staff responsible for
implementation and management of the Quality Control Plan.
3. Responsibility for oversight of the Quality Control Plan activities.
4. Demonstrate how the Quality Control Plan will be coordinated with activities of
the Owner Representative; A/E Representative; Owner; retained special
inspectors; engineers; consultants; and others.
5. A staffing plan for retained special inspectors consistent with the Project
Schedule developed in accordance with Section 01 32 00 – Construction
Progress Documentation.
a. Provide resumes, including qualifications for proposed inspectors.
b. Indicate experience performing tasks and meeting responsibilities on
projects of similar size and complexity.
6. Provide a Submittal Schedule in accordance with Section 01 33 00 –
Submittal Procedures.
7. Provide copies of inspection forms for the activities which will be inspected in
accordance with the Contract Documents.
Project No. RR8744 01 43 00-4 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
a. Provide inspection form in accordance with Section 01 32 00 –
Construction Progress Documentation.
8. Provide inspection forms including these items of Work, but not limited to the
following:
a. Concrete mixes and admixtures.
b. Structural steel.
c. Welding activities in accordance with Section 05 50 00 –
Miscellaneous Metal Fabrications.
B. Field Samples and Mockups:
1. Construct field samples to include work of all trades required to complete
the field sample.
2. Construct field samples prior to starting field related work.
3. Field samples may be incorporated into the final Work when authorized by
the Owner Representative.
4. Remove unacceptable field samples in accordance with Section 01 74 19 –
Construction Waste Management and Disposal; when directed by the Owner
Representative.
5. Accepted field samples represent quality level for the Work and may
reasonably be relied upon in carrying out the Work.
6. Field samples and mockups may aid the A/E Representative in the process of
determining adjustments to color, technique, finish, detail and other issues
that may be modified or altered.
a. Allow sufficient time for adjustments, modifications, and alterations
to the Work resulting from field samples and mockups.
b. Do not rely upon being able to schedule or begin Work immediately
following installation of a field sample or mockup.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 SUBMITTALS
A. Tolerances:
1. Monitor tolerance control of installed products; materials; items; and
equipment in a manner to produce quality Work.
2. Comply with manufacturers tolerances.
a. Request clarification from the A/E Representative before proceeding;
should manufacturers tolerances conflict with the Contract
Documents.
b. Adjust products; materials; items and equipment to appropriate
dimensions.
c. Position items to verify conformance prior to fastening in place.
B. Secure products in place with positive anchorage devices designed, and sized, to
withstand stresses; vibration; physical distortion; and disfigurement.
1. Products; material; items; and equipment which distort to the degree that a ‘set’
is taken before, during, or after installation are to be removed and replaced.
NCRTS Scale Replacement 01 43 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:42 AM
**END OF SECTION**
Project No. RR8744 01 43 00-6 NCRTS Scale Replacement
5/29/2015 10:42 AM Bid Set May 2015
SECTION 01 43 20
SURVEYING
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Construction surveying.
1.02 DEFINITIONS
A. ‘Project Datum’:
1. The complete and correct Project Datum as indicated by the Owner
Representative.
2. The Project Datum uses only one coordinate system that is consistent for Work
of the Project.
3. The Project Datum is represented by not less than two (2) reference points
required installed by the Contractor.
a. Instruct others to work and layout from the exact locations represented
by the required reference points.
4. Alternative coordinate systems are prohibited for use, extrapolation,
recalculation or any other use for Work of the Project.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
B. Surveyor Qualifications:
1. Provide the following for each licensed professional surveyor whose services the
Contractor proposes to rely upon:
a. Name; address; telephone number; and complete contact information.
2. Submit evidence of Surveyors Errors and Omissions Insurance coverage in the
form of an insurance certificate.
C. Field Engineering:
1. Prior to commencing layout, provide the A/EOwner’s Representative a complete
closed survey loop identifying the project reference points; and data
demonstrating these points relative to the Project Datum.
2. Provide a plan drawing to scale accurately indicating the lines and grade shot in
the process of performing the field engineering, and indicating the required
reference points, and relationships to the Project Datum represented by
benchmarks.
D. Survey Log:
1. Submit documentation attesting to accuracy of surveying work.
2. Certify elevations and locations of improvements are in conformance, or non-
conformance with the Contract Documents.
NCRTS Scale Replacement 01 43 20-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
1.04 PERFORMANCE
A. Project Datum:
1. Utilize one of the following as instructed by the Owner Representative in
consultation with the Contractor’s surveyor:
a. NAVD 88 – Vertical.
b. NAD 83/91 State Plane Coordinate System – Horizontal.
c. Or as accepted in writing by the Owner Representative.
1.05 CONTRACTORS OWN WORK
A. Perform surveying activities sufficient to control the Contractors own Work.
1. Maintain horizontal and vertical control of Contractor activities.
a. Install the required reference points tied to the Project Datum.
2. Provide quality assurance for the installation of utilities and other below-grade
improvements.
3. Perform monitoring of fill activities to achieve proper grades and levels.
4. Assist in the accurate and correct placement of formwork for concrete.
5. Assist in the accurate and correct placement of steel in the erection process.
6. Assist in the correct placement, location and alignment of structural steel
elements.
7. Identify and draw attention to discrepancies.
B. Provide additional surveying activities to meet the needs of the Project:
1. Provide the reference points tied to the Project Datum as indicated in this
Section.
2. Assist in the preparation of as-built documentation required in advance of
each Application for Payment.
C. Provide other surveying services in accordance with the Contract Documents.
1.06 QUALITY ASSURANCE
A. Work of this Section is to be performed by a licensed Professional Land Surveyor
registered in the State of Washington, and acceptable to the Owner.
B. The Contractor is required to verify locations of all existing improvements, utilities and
other structures prior to commencing Work.
C. Corrections of the Work due to misplacement of site improvements; building elements;
and other permanent and non-permanent items are the responsibility of the Contractor
until such time the A/E Representative has confirmed the correct and true Project Datum
is being implemented by the Contractor in the course of construction.
1. Responsibility for demonstrating that the correct and true Project Datum is
being employed belongs solely to the Contractor.
2. The A/EOwner’s Representative may attempt to overlay the Contractor
provided survey data onto the A/EOwner’s Representative’s computer design
documents for purposes of verifying the Contractor’s layout is proceeding in
concert with the engineering design intent.
Project No. RR8744 01 43 20-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
a. The Contractor shall be responsible to provide clarifications and
make corrections to the proposed layout(s) when requested by the
Owner Representative.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 EXAMINATION
A. Benchmarks:
1. Identify and maintain minimum two (2) permanent reference points on the site,
accessible to the construction forces, and available for their use in performance
of the Work.
a. The intent is not to provide permanent monuments in the sense of
legally recorded points.
b. The intent is to require the Contractor to provide protected points that
are permanent through the progress of the Work, to always be
accessible to check, verify, correct and otherwise determine the
suitability and accuracy of placement of improvements and structures
on the Project Site.
2. Record locations; including horizontal and vertical control, relative to the correct
project datum identified for use by the Owner Representative.
a. Errors in interpretation of the project datum are the responsibility of the
Contractor.
3. Do not change; modify; deface; destroy; or relocate benchmarks without prior
written approval.
a. The Contractor is responsible to preemptively and duly inform parties
who might rely on a benchmark of its planned destruction, relocation,
removal, or unavailability.
B. Layout:
1. Verify layout information shown and otherwise indicated in the Contract
Documents.
2. Compare with field conditions to ascertain correctness, deviations, or errors
as appropriate to the condition.
3.02 PREPARATION
A. Surveying and Layout:
1. Work from lines and levels established by the property survey materials
available from the Owner on request.
2. Establish benchmarks and markers to set lines and levels at each level of
construction.
a. Establish additional markers necessary to maintain vertical and
horizontal control of other improvements as appropriate.
3. Calculate and measure required dimensions within indicated tolerances.
4. Do not scale Contract Documents, survey documents, and any other
document provided by the Owner.
5. Advise entities and individuals engaged in construction activities of the
presence and significance of established marked lines and levels.
NCRTS Scale Replacement 01 43 20-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
6. Check, and recheck each major element for line, level, and plumb through
the progression of construction.
7. Surveyor Log:
a. Maintain a Surveyor Log of control data and other survey work.
b. Provide access to the Surveyor Log when required by the Owner
Representative.
c. Indicate elevations of steel placed in the current period.
d. Perform related activities where indicated in other Sections.
8. Site Improvements:
a. Locate and layout site improvements; including but not limited to
pavements; grade stakes; grading; fill and topsoil placement; utility
slopes; cut slopes; and invert elevations as necessary to complete the
Work, and to provide sufficient required post-construction
information, such as as-built documents.
9. Building Lines and Levels:
a. Locate and layout batter boards for structures; building foundations;
column grids and locations; floor levels; control lines, and levels.
b. Provide layout assistance to the mechanical, electrical, and plumbing
trades in layout of systems and assemblies in conformance with the
Contract Documents.
c. Provide and maintain temporary means of checking and rechecking
layout to confirm correct and accurate placement of materials and
items between major milestones indicated on the Project Schedule.
d. Take measurements at the erected building steel to accurately and
completely describe the heights of structural steel elements including
floors, beams, columns, and other elements.
e. Accurately record information on the as-built drawings on a regular
basis as a condition for payment in accordance with requirements of
Section 01 20 00 – Payment Procedures.
3.03 WORK VERIFICATION SURVEY
A. Surveying the completed work and compile into a Completed Work Verification
Survey.
1. Indicate retaining walls, site improvements and utilities. Show dimensions,
locations, angles and elevations of Work.
B. The Completed Work Verification Survey shall include all aspects of the Work,
including, but not limited to, elevations and grades within the construction limits on
25 foot by 25 foot grid system in addition to survey points at:
1. All changes in grades.
2. Edge of pavements – not more than 25 feet between points and at all
changes in direction of the pavement edges.
3. Building ground floor elevation.
4. Vehicle scale deck elevations.
5. Utility system locations, grades and elevation including rim and invert
elevation of all structures and the location and elevation of all valves and
fittings.
6. Retaining wall locations and elevations including bottom of footings and top
of walls.
7. Exterior light fixture locations.
8. Exterior sign locations.
Project No. RR8744 01 43 20-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
C. Survey results shall be in an electronic format, including a DTM.
D. Owner’s Representative will check the Contractor’s Completed Work Verification
Survey and report any discrepancies to the Contractor for resolution as part of the
Substantial Completion Punch List.
E. Prior to issuance of the Certificate of Substantial Completion, discrepancies shall be
re-surveyed, corrected, and the Completed Work Verification Survey shall be updated
and resubmitted.
3.04 FIELD QUALITY CONTROL
A. Tolerances: Measurements performed in accordance with requirements of this
Section are to be accurate within 0.01 foot in both vertical and horizontal planes.
B. Reporting:
1. Provide raw data on an approved form acceptable to the Owner
Representative.
2. Accurately represent measurement locations with an identifying mark that
can be visually inspected at the work site, and consistent with the raw data
provided on the approved form.
3. Provide clear, readable data presented in a regular, sequential, logical, and
organized manner.
3.05 PROTECTION
A. Protect marks, monuments and reference points used in the Work of this Section.
1. No time extension or extra compensation will be made on the basis of
damage, repairs, or replacement of any materials attributable to damage by
the Contractor.
2. Demobilize reference points only when directed in written instruction from the
Owner Representative.
**END OF SECTION**
NCRTS Scale Replacement 01 43 20-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Temporary Utilities.
2. Temporary Facilities.
3. Temporary Controls.
B. Related Sections:
1. Section 26 50 00 – Lighting.
2. Section 31 25 00 – Erosion and Sediment Control.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed herein.
The following is a list of standards referenced in this Section.
1. Revised Code of Washington (RCW) Section 46.61.655 Dropping Load, Other
Materials – Covering.
2. RCW Chapter 70.93 Waste Reduction, Recycling, Model Litter Control Act.
1.03 SUBMITTALS
A. General: Submit the following in accordance with General Conditions and Section 01 33
00 – Submittal Procedures.
B. Information regarding Owner’s Required Construction Trailer if trailer differs from the
specified requirements.
C. Shop drawings for modular scale booths.
1.04 TEMPORARY UTILITIES
A. The Contractor shall be responsible to arrange and pay all monthly utility charges in
conjunction with the construction office trailers.
B. The Contractor shall be responsible to coordinate with utility service providers and pay
all connection charges associated with the Contractor’s needs, including Owner
construction office trailers, for utility services.
C. Electrical Power and Site Lighting:
1. Contractor is responsible for design and construction of the temporary electrical
power distribution systems to both temporary scale booths; temporary power
needs to provide electrical power for construction and for operation of
temporary systems such as the scales and scale booths.
NCRTS Scale Replacement 01 50 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
a. Scale booth temporary power shall include service entrance panel and
disconnecting means, grounding, conduits and wire, and testing for a
complete interior distribution system for the loads to be served.
b. Provide temporary grounding bonded from the temporary scale booth
grounding electrode system bonded to a frame member of the
associated scale.
c. Refer to Section 26 50 00 – Lighting for temporary lighting
requirements.
2. Do not use the transfer station power and lighting to perform Work within the
Construction Limits except as specifically allowed during Project Phase 1.
a. Contractor may use service from the new utility pole and transformer
shown on the Drawings for the temporary construction offices, provided
that the Contractor pays for the energy and connection costs and
provided that such use does not interfere in any way with Owner’s
ongoing operations.
3. Notify the Owner Representative four (4) calendar days in advance of any
planned outages regardless of when these might occur, and regardless of
whether such outages may affect the progress of the Work.
4. Disrupt power and lighting at the transfer station to limits of the Construction
Documents only.
D. Water:
1. Provide water, and water distribution for performance of the Work, including but
not limited to the following activities:
a. Dust control.
b. Concrete placement.
c. Compaction activities.
d. Street sweeping.
e. Potable water to temporary construction offices.
2. Fire Protection:
a. Perform a review to determine the location and adequacy of the nearest
fire hydrants and other useable water sources that may be relied upon
in the event of a fire emergency.
1) Supplemental water sources and fire protection measures
required by the City of Arlington Fire Marshal after Contract
Execution, and during the course of construction, shall be
arranged and paid for by the Contractor.
b. Review with the City of Arlington Fire Marshal for the Contractor’s
contingency plan to facilitate fire department personnel and equipment
access to the site during a fire emergency.
c. Maintain within the Construction Limits supplementary equipment the
City of Arlington Fire Marshal deems necessary to be made available to
the fire department personnel in the event of a fire emergency.
E. Surface Water Controls:
1. Refer to Section 31 25 00 – Erosion and Sediment Control and the Drawings.
2. Contractor is responsible for maintenance and cleaning impacted surface water
control features until Final Acceptance.
F. Communications:
Project No. RR8744 01 50 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
1. Provide temporary scale booth data, telephone and scale communication
between the Owner’s Administrative Building’s electrical room and the scale
booths to meet drawing requirements.
2. Provide temporary scale communication circuits between the temporary scales
and the scale booths.
3. Provide a minimum of four (4) lines serving the Owner’s construction trailer as
follows:
a. Two (2) dedicated lines for voice communications.
b. One (1) line for fax communication.
c. One (1) line for DSL or cable internet.
d. The Contractor shall be responsible to pay for the communication
services through Final Acceptance.
1.05 TEMPORARY FACILITIES
A. Staging Areas: Stage only within the Contractor’s temporary fenced area as indicated on
the Drawings, and/or at any Contractor provided areas off the Project Site as allowed by
law and in a manner which does not impact Owner transfer station operations.
B. Stockpiles: Stockpiles only within the Contractor’s temporary fenced area as indicated
on the Drawings, and/or at any Contractor provided areas off the Project Site as allowed
by law and in a manner which does not impact Owner transfer station operations.
1. Cover stockpiles inside the Project Site in accordance with Section 31 25 00 –
Erosion and Sediment Control.
C. Construction Office Trailers:
1. Provide a minimum two (2), complete, unitized construction trailer in good
working condition, including automatic air conditioning and heating units, office
lighting, convenience outlets, perforated metal stairs and railings, ADA
compliant access ramps, one (1) exterior door each trailer, boot scrapers, and
washable rubber walk mats at door, both trailers.
a. One trailer is for the Owner’s use and one trailer is for Contractor’s use.
b. The Owner’s trailer shall not be less than two-hundred (200) square feet
in useable floor area.
c. Trailer Security:
1) Provide unique locks and keys for each trailer.
2) Provide an additional lock and key unique to the Owner’s office,
and provide all keys to this lock to the Owner Representative.
3) Provide pest screen and security grilles or security bars on
windows of the trailers.
d. Provide weekly janitorial service, trash removal service, cleaning,
vacuuming, including ample supply of drinking water, toilet paper, paper
towels, disposable toilet seat covers, and liquid soap from Phase 1 until
Final Acceptance.
1) Maintain and provide uninterrupted stocking of all these
materials and in sufficient quantity and replenishment such that
all products are continuously available.
e. Provide and pay for Owner’s construction trailer through Final
Acceptance.
2. Additional Requirements for Contractor’s Required Construction Office Trailer:
NCRTS Scale Replacement 01 50 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
a. As required for Contractor’s needs including project meetings in a
common space accommodating not less than ten (10) people seated.
b. Provide wall racks and shelves to contain Contract Documents including
returned submittal and other documents for reference use in meetings
and conferences.
c. Provide the Contractor’s own equipment indicated in Section 01 30 00
– Administrative Requirements.
3. Additional Requirements for Owner’s Required Construction Office Trailer:
a. The Owner’s trailer will be used to house the Owner Representative and
A/E Representative personnel and items.
b. Provide a meeting room in the middle of the trailer that is essentially an
open area for use by several people.
c. Provide vinyl flooring throughout.
d. Provide stairs to exterior door and one (1) ADA accessible, slip-resistant,
all-weather ramp with handrails and guardrails.
e. Trailer shall have at least one (1) window.
f. Include a five (5) shelf, heavy duty steel or word bookcase with thirty-six
(36) inch width and fifteen (15) inch depth for storage of required
reference standards necessary at the work site.
g. Assist the Owner’s activities related to installation and move-in.
h. Provide a minimum of two (2) desks/tables, with office chairs of a
medium quality level with fabric upholstery, wheels, seats and backs;
used and rental furniture is acceptable provided it meets the
acceptance of the Owner Representative.
i. Provide five (5) stacking side chairs with fabric seats and backs.
j. Provide one (1) multifunction printer/copier/scanner.
1) The Contractor shall furnish and maintain one (1)
multifunctional device, capable of printing and copying on 8-
1/2â€x11â€, 8-1/2â€x14â€, and 11â€x17†paper for the duration of
the project, with the Contractor supplying the ink, toner, and the
paper.
2) It shall have 550 sheet capacity or better, two-sided printing
and copying, ten (10) copies per minute, automatic document
feeder with manual feeder for larger sized paper,
reduction/enlargement capability, and sorter. It shall have a
copy resolution of 600 dpi quality and a printing resolution of
1200 dpi quality, or better, and shall produce fifteen (15) color
pages per minute or better. The printer shall include a USB
connection and shall be Wi-Fi capable. The printer shall be
networked with a printer server connected to a router.
3) The Contractor shall supply all accessories needed for the
device’s operation.
4) The scanner must be able to scan single/multi-page PDF, and
single/multi-page TIFF formats and have 600 dpi optical
resolution, 50 sheets ADF, USB 2.0 interface double feed
detection. The scanner shall be capable of handling 8-
1/2â€x11â€, 8-1/2â€x14â€, and 11â€x17†paper and have an
automatic document feeder. It must have the ability to scan to
media (USB/SD Card) and scan to URL.
5) The Contractor shall set up and connect all equipment, install
all software and internet service, and confirm that all
Project No. RR8744 01 50 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
components are operable and compatible with the printer
before the work for the field office shall be considered
complete.
k. Provide one (1) refrigerated water cooler with water delivery service
using bottled water.
l. Sanitary Facilities: Provide the following facilities, items, services and
supplies, as a basic requirement solely for use of Contractor’s and
Owner’s staff assigned to the required construction office trailers.
1) Provide sanitary and wash-up facilities in trailers or as separate
facilities.
2) Clean the facilities and provide service once per week.
D. Modular Scale Booths:
1. Provide two (2), complete, single-room unitized modular buildings to be used as
scale booths. Booths shall be in good working condition, including heating
units, lighting, convenience outlets, stairs and railings, and one (1) exterior door
each booth.
a. Location: As shown on Drawings.
b. Size: The booths shall be eight (8) feet by twenty (20) feet in exterior
dimension.
c. Security:
1) Provide locks and keys for each booth unique from other
temporary building on-site.
2) Provide all keys to this lock to the Owner Representative.
d. Flooring: Vinyl flooring throughout.
e. Stairs: Provide perforated metal stairs to exterior door, slip-resistant,
with metal handrails and guardrails.
f. Convenience Outlets: Electrical receptacles shall be provided at each
booth to sufficiently accommodate the Owner provided equipment listed
in Section 10 88 15 – Scalehouse Equipment Relocation and
Installation.
g. Windows:
1) Booths shall each have at least one (1), four (4) foot by four (4)
foot fixed window facing approaching vehicles.
2) Booths shall each have one (1) manual sliding service window
facing vehicle scales. Refer to Drawings for sill height.
h. Doors: Booths shall each have one (1), three (3) foot by seven (7) foot
door on opposite side of fixed window.
i. Furnishings: Furnishings and devices shall be provided and installed as
indicated in Section 10 88 15 – Scalehouse Equipment Relocation and
Installation.
2. Maintenance: Provide system repair as needed, weekly janitorial service, trash
removal service, cleaning, and vacuuming from Phase 1 until Final Acceptance.
3. Provide, maintain, and pay for booths through Final Acceptance.
E. Project Signs:
1. Provide OSHA and WISHA accident prevention and warning signs in prominent
locations per those regulations.
2. Provide one (1) project identification sign as follows:
a. The sign shall be eight (8) feet wide by four (4) feet high and shall
conform to the letter sizes and styles, materials of construction, and
NCRTS Scale Replacement 01 50 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
project-specific mounting requirements of Section 10 14 50 – Site
Signage.
b. The sign shall have a white background. The letters shall be black.
c. The sign shall consist of the following information:
1) Snohomish County name and logo.
2) Project Title.
3) Contract Number.
4) Contractor Name.
5) Construction Manager Name.
6) A/E Representative Name.
d. The sign shall be installed at the start of Phase 1 and shall be removed
after Substantial Completion of Phase 3.
e. A shop drawing for the sign shall be submitted to the Owner
Representative for review, prior to manufacture of the sign.
f. Place the sign near the existing scale facility in a location that will not be
obscured during work day when vehicles are using the main gate for
access to and from the Project Site. The location shall be determined in
consultation with the Owner Representative.
3. Advertising sign are not permitted at the site.
4. Signs which identify the Contractor organization and security services at the site
are permissible.
1.06 TEMPORARY CONTROLS
A. Temporary Construction and Construction Aids:
1. Temporary construction and construction aids shall be of the Contractor’s own
design.
B. Traffic Management:
1. Comply with the traffic management indicated on phasing plans within the
Drawings.
C. Vehicle Access and Parking:
1. Comply with the requirements of the phasing plans within the Drawings.
D. Temporary Barriers and Enclosures:
1. Provide temporary barriers, cordons, high-visibility tape, barricades, enclosures
and other means as necessary to prevent accidents and injury.
E. Temporary Fencing:
1. Provide temporary fencing as indicated on the Drawings and as required to
prevent accidents and injury.
2. Fencing shall be chain-link mesh, a minimum of six (6) feet in height and shall
include manually operated, lockable gates.
F. Security:
1. Protect the Project Site from vandalism, trespass and neglect during progress of
the Work.
2. Contractor shall not rely on Owner’s operations staff to provide security for the
Project Site.
3. Coordinate with Owner Representative on methods to secure the Project Site.
Project No. RR8744 01 50 00-6 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
4. Provide continuous temporary fencing and signage where necessary for the
safety of the public using the transfer station operating area.
5. Notify the Owner Representative in the event an unauthorized entry into the
Project Site or vandalism occurs to the Contractor’s or Owner’s property during
the Project.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 INSTALLATION
A. Contractor is responsible to locate, relocate during the course of the Work, and pay for
all preparation necessary for placement of temporary construction offices and other
support facilities, including earthwork, grading, utility connections, gravel surfacing and
restoration.
1. Locations for temporary construction offices shall be coordinated with and
approved by the Owner Representative.
2. Locations for modular scale booths shall be as indicated in Drawings.
3.02 RESTORATION
A. Remove and uninstall temporary utility connections when the connections and services
are no longer necessary.
B. Restore utility systems to their original condition.
3.03 CLEANING
A. Construction Office Trailers:
1. Empty refuse cans, sweep, vacuum and dust at least weekly and more
frequently as necessary.
a. Schedule cleaning to occur at times convenient and acceptable to the
Owner.
2. Replace spent light bulbs with like kind.
3. Maintain air filters in a clean condition.
a. Change filters not less than once every six (6) months to provide clean
air in to the trailers.
B. Modular Scale Booths:
1. Empty refuse cans, sweep, vacuum and dust at least weekly and more
frequently as necessary.
a. Schedule cleaning to occur at times convenient and acceptable to the
Owner.
2. Replace spent light bulbs with like kind.
C. Maintain Project Site in a clean orderly condition and free from waste, debris, rubbish
and similar materials.
D. Remove materials in conformance with the Waste Management Plan specified in
Section 01 74 19 – Construction Waste Management and Disposal.
NCRTS Scale Replacement 01 50 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
E. Prevent materials from escaping from vehicles by using appropriate securing methods.
1. Cover and/or secure all loads in accordance with the requirements of RCW
46.61.655 and RCW 70.93.097.
3.04 PROTECTION
A. Protect work of this Section from damage, deterioration, theft, destruction and loss as
required by the Contract Documents.
B. Protect existing structures, property, cultivated and planted areas, and other surface
improvements.
C. Assess and protect subsurface utilities and improvements.
D. Provide shoring, bracing, or other Work necessary to protect structures and
improvements.
E. Provide protection and special requirements identified elsewhere in the Contract
Documents.
F. Repair or replace damaged structures, pavement, improvements, utilities, materials and
equipment to a condition equivalent to the condition prior to the damage, unless
otherwise instructed by the Owner Representative. All such remedial activities shall be
at the Contractor’s expense.
**END OF SECTION**
Project No. RR8744 01 50 00-8 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Common product requirements.
2. Product options.
3. Owner-supplied products.
4. Product delivery, storage and handling requirements.
5. Products submitted as ‘Or Approved Equal’.
1.02 DEFINITIONS
A. Approved Equal: An item of material, or equipment, or of process proposed by the
Contractor that has the same function, quality, durability, appearance, strength, and
design characteristics equal to or better than those originally specified in the Contract
Documents; and shall be compatible with all other systems, parts or components of the
Project and Work under the Contract.
B. Equal To: An item of material, or equipment, or of process proposed by the Contractor
being the same, or identical in value, and having no variance in proportion, structure,
quantity, measure, or nature than those originally specified in the Contract Documents.
C. Substitution: In accordance with General Conditions.
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
1. Prepare and submit the Submittals Schedule in accordance with Section 01 32
00 – Construction Progress Documentation.
2. Submit list of proposed color and finish selections for A/E Representative
review.
a. Allow fourteen (14) calendar days between A/E Representative receipt
of the color and finish selections and beginning orders for the materials
and products.
3. Refer to Section 01 63 00 – Substitution Procedures for substitution
procedures, limitations, and product options.
B. Long Lead Time Items:
1. Provide copies of purchase orders to the Owner Representative in a timely
manner.
2. Forward copies of acknowledgement; production schedules; shipping
schedules; and receipts to the Owner Representative as these are received.
3. Order items far enough in advance to assure timely delivery.
4. No schedule adjustments will be made for failure to plan in a timely manner.
NCRTS Scale Replacement 01 60 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
1.04 DELIVERY, STORAGE AND HANDLING
A. Delivery:
1. Arrange deliveries of items in accordance with the Project Schedule identified
in Section 01 32 00 – Construction Progress Documentation.
2. Coordinate deliveries to avoid conflicts with work and site conditions.
3. Deliver products in undamaged condition.
a. Deliveries are to be made in manufacturer’s original packaging; with
seals and labels intact.
b. Inspect deliveries immediately.
c. Assure compliance with requirements of the Contract Documents;
and approved submittals.
d. Assure that products are undamaged; and properly protected.
e. Risk of loss shall remain with the Contractor until such items,
materials and equipment are delivered to the Construction Site and
accepted by the Contractor.
B. Storage for products is only permissible in the designated laydown areas indicated on
the Drawings.
C. Store products in accordance with manufacturers’ instructions.
1. Seals and labels are to remain intact until such time protective coverings are
removed.
2. Protective covers must remain in place until items are prepared for
installation.
a. Remove and replace protective covers which get wet; or are otherwise
damaged to the degree that leaving the protective covers in place
threatens the integrity of the item.
3. Store products subject to damage by the elements in weathertight
enclosures.
4. Assure that ambient temperature and humidity are within the ranges required
by manufacturers’ instructions at the time of installation, and prior to and
following applications of coatings, including paints and performance coatings.
5. Do not allow storage of combustible materials in mechanical or electrical
equipment rooms.
6. Make note of information on Material Safety Data Sheets.
a. The Contractor is responsible for interpretation of information
contained in Material Safety Data Sheets.
b. Do not submit or send Material Safety Data Sheets for review unless
specifically requested by the A/E Representative.
c. Submit MSDS sheets when required for demonstration of
sustainability objectives being met.
d. The A/E Representative is not responsible to review information
contained in MSDS sheets.
e. Material Safety Data Sheets submitted for review will not be
reviewed; these will be discarded; and not returned.
D. Exterior Storage:
1. Store fabricated products above ground inside the designated laydown areas
indicated on the Drawings.
a. Position on blocking; or skids.
Project No. RR8744 01 60 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
b. Prevent soiling; staining; and other damage.
c. Cover products subject to deterioration using impervious sheet
coverings.
d. Provide adequate ventilation to prevent formation of condensation.
2. Store loose granular materials in well-drained areas; and on solid unyielding
surfaces.
a. Prevent mixing; and contamination with foreign matter.
3. Coordinate on-site storage and laydown areas with the Owner Representative.
E. Arrange storage to allow for unimpeded periodic inspection.
1. Assure products; materials; items; and equipment are maintained under
specified and required conditions.
F. Material Safety Data Sheets:
1. The Contractor is responsible for interpretation of information contained in
Material Safety Data Sheets.
2. Do not submit or send Material Safety Data Sheets for review unless
specifically requested by the A/E Representative; remove MSDS sheets from
submittals prior to transmittance.
3. The A/E Representative is not responsible to review information contained in
MSDS sheets.
4. Material Safety Data Sheets submitted for review will not be reviewed; these
will be discarded; and not returned.
G. Protection:
1. Protect items after installation:
a. Protect the building, site walls, and permanent improvements of any
kind, new or existing from damage through Substantial Completion.
b. Provide substantial coverings such as boards; building paper;
polyethylene sheeting; and similar materials to protect installed Work.
c. Protect against traffic damage.
d. Protect against damage resulting from subsequent construction
operations.
2. Remove coverings when no longer needed.
3. Repair or replace damaged items.
a. Repair or replace to the Owner Representative’s satisfaction.
b. Make repairs and replacements necessary to achieve acceptance.
c. Requirements of this Section are in addition to requirements for
identification and correction of defective work in accordance with
Section 01 43 00– Quality Assurance and Control.
1.05 OWNER INSTRUCTIONS
A. The Contractor is required to provide and install products necessary for a complete
Project.
B. Complete information on Work by others is identified in Section 01 11 00 – Summary
of Work.
PART 2—PRODUCTS
NCRTS Scale Replacement 01 60 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
2.01 MANUFACTURERS
A. Manufacturers listed in the Specifications are known to produce or have produce
products acceptable for inclusion in the Work.
1. The A/E Representative has made its efforts to make certain each
manufacturer is manufacturing the suitable products at the time of the Bid,
however this is not warranted, guaranteed, or otherwise assured.
2. The A/E Representative will review and/or provide alternative manufacturers
in such cases upon the request of the Owner Representative.
B. Systems approved for use in the Project are not necessarily the only systems that
might be acceptable.
1. Refer to Section 01 63 00 – Substitution Procedures for requirements
limiting the source of specific products unique to the Project.
2.02 EXISTING PRODUCTS
A. Existing products are not to be reused except where specifically indicated otherwise
in the Contract Documents.
2.03 MATERIALS
A. Materials generally consist of common products of natural origin, that undergo limited
manufacturing to size, sort, or otherwise make a natural product useable in
construction.
B. Materials for this Project are preferred to be obtained within a five-hundred (500) mile
radius of the Project site when such option exists.
2.04 ACCESSORIES
A. Accessories include products and other elements of systems.
1. Accessories are generally limited to be part of the manufacturers system.
2. Accessories must be deemed acceptable for use by the manufacturers for
purposes of compatibility, function, quality and other characteristics.
a. Provide written acceptance from manufacturers as to the suitability of
accessories that are not specifically identified in the manufacturers
printed Product Data Sheets and Manufacturers Installation
Instructions.
b. Include written acceptance from manufacturers when products from
competing manufacturers are used in conjunction with a specified
system.
2.05 MANUFACTURED UNITS
A. Manufactured units include products for purposes of the Project.
2.06 EQUIPMENT
A. Equipment items are not products for purposes of this Project.
Project No. RR8744 01 60 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
2.07 FINISHES
A. Provide products in the finishes indicated in the Contract Documents.
1. Notify the Owner Representative in the event finishes are not indicated for
whatever reason.
B. The following requirements apply when finishes are not specifically indicated:
1. Aluminum Products: Dark bronze anodized finish.
2. Steel Products: Hot-dip galvanized finish; G90 thickness and powder coating.
3. Cast in Place Concrete: Remove fins, ties, sack and patch, then rub with
carborundum stone.
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 60 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 63 00
SUBSTITUTION PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Products submitted as ‘Or Approved Equal’.
2. Substitution procedures after the Bid period.
1.02 DEFINITIONS
A. Approved Equal: An item of material, or equipment proposed by the Contractor that has
the same function, quality, durability, appearance, strength, and design characteristics
equal to the Specification, and is sufficiently similar so that no change in related Work is
required.
1. Approved Equal applies to manufactured items, or equipment.
2. Items of material, or equipment which otherwise meet the definition of
Approved Equal, but do not bear the marks of approved testing laboratories,
certifications, and other standards deemed pertinent by the A/E Representative
are not qualified for status as ‘Or Approved Equal’.
B. Equal To: Being the same, or identical in value, and having no variance in proportion,
structure, quantity, measure, or nature.
C. Substitution: An item of material, equipment, means, methods, technique, sequence or
procedure that functionally meets the requirements, but does not exactly and precisely
meet the requirements, although in all respects it is better than or equal to the
requirements.
1. Substitution after the bid period is complete is performed in accordance with
requirements of this Section and with Section 01 26 00 – Contract Modification
Procedures.
1.03 PERFORMANCE
A. The Project does not allow for undocumented changes.
1. Products submitted as ‘Or Approved Equal’ are subject to requirements of this
Section and the requirements of the individual Sections.
2. Substitution Requests are to be performed in accordance with requirements of
this Section.
B. Substitution Requests:
1. Substitution Requests prior to Bid Opening are to be performed in accordance
with Instructions to Bidders and General Conditions.
2. Substitutions for products after the Bid are to be documented in accordance
with requirements of this Section.
1.04 OWNER INSTRUCTIONS
NCRTS Scale Replacement 01 63 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. ‘Approved Equal’:
1. Products for the Project are specified ‘Or Approved Equal’ unless identified
otherwise in this Section.
a. It is the Contractors responsibility to demonstrate to the A/E
Representative’s satisfaction that the products being proposed are
approvable and are equal.
b. The A/E Representative will not unreasonably withhold acceptance of
an approvable equal product.
c. The Contractor may be instructed by the A/E Representative to
document a Request for Change Order in accordance with Section 01
26 00 – Contract Modification Procedures in the event a product is not
approvable or is not equal as determined by the A/E Representative.
d. Lack of complete information, defective information, or other problem
associated with available information for a named product does not
relieve the Contractor of the responsibility to demonstrate the
approvability and equal-ness of an ‘Or Approved Equal’ product for the
intended application or purpose.
2. Provide the same required information for products that are being submitted as
an approved equal, as would be required for the named products.
a. Provide additional information when required by the A/E
Representative.
3. Submittals containing products that are being submitted as approved equal are
to be fully and completely coordinated with the salient characteristics of those
products regardless of whether there are differences with the named products.
4. Determination by the A/E Representative as to the approvability not equal-ness
of a product proposed by the Contractor is final.
5. Acceptance of an Approved Equal is subject to the A/E Representative’s
approval.
a. Decision of the A/E Representative whether for acceptance or refusal in
final.
b. Do not assume acceptance at any time prior to written acceptance in a
submittal response prepared by the A/E Representative.
c. Decision of the A/E Representative with regard to an approvable equal
is not subject to appeal under the ordinary provisions of General
Conditions.
d. Do not proceed until approval has been made in writing.
B. Substitution Requests after the Bid Period:
1. Submit a Substitution Request with the submittal containing the item
substitution is requested for.
2. Use the proper form in conformance with Section 01 32 00 – Construction
Progress Documentation.
a. Fill out the form fully and completely.
b. Fill all blanks.
c. A designated employee of the Contractor is required to sign the
document.
3. Include complete specifications, and means and methods information for the
item including descriptive and cost data.
a. Provide detailed costs data using the Schedule of Values as the point of
comparison.
b. Where costs are the same, indicate this on the form.
Project No. RR8744 01 63 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
4. Acceptance of a Substitution Request after the bid process is complete is
subject to the A/E Representative’s approval.
a. Decision of the A/E Representative whether for acceptance or refusal is
final.
b. Do not assume acceptance at any time prior to written acceptance in
accordance with the instructions provided at the Pre-Construction
Meeting.
c. Do not proceed until approval has been made in writing.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 SCHEDULES
A. Substitution Request Form: See the attached page.
NCRTS Scale Replacement 01 63 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 63 00 SUBSTITUTION REQUEST FORMSECTION 01 63 00 SUBSTITUTION REQUEST FORM SECTION 01 63 00 SUBSTITUTION REQUEST FORM
Date: ________________________
NORTH COUNTY RTS
SCALE REPLACEMENT PROJECT
_______________________________________ hereby submits for Snohomish County’s consideration
(Name of Contractor)
of the following item instead of the specified item for the above project:
SECTION PARAGRAPH SPECIFIED ITEM
PROPOSED SUBSTITUTION:
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Provide product data sheet, manufacturers’ written installation instructions, drawings, details and
similar information to demonstrate the Contractor’s proposed substitution is an Approved Equal. Where
answers require additional space, provide information on additional attached pages. Fill in blanks
below:
State differences between proposed substitution and specified item. Differences include but are not
limited to interrelationship with other items; materials and equipment; function; utility; life cycle costs;
applied finishes; appearance; and quality.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Demonstrate how the proposed substitution is compatible with or modifies other systems, parts,
equipment or components of the Project and Work under the Contract.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
What effect does the proposed substitution have on dimensions indicated on the Drawings and
previously reviewed Shop Drawings?
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
What effect does the proposed substitution have on the construction schedule and Contract Time?
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Project No. RR8744 01 63 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
What effect does the proposed substitution have on the Contract Price? This includes all direct, indirect,
impact and delay costs.
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
Manufacturer’s guarantees of the proposed and specified items are:
______________ Same ______________ Different (explain on attachment)
The undersigned state that the function, utility, life cycle costs, applied finishes, appearance and quality
of the proposed substitution are equal or superior to those of the specified item.
Submitted by: For use by the Owner Representative:
_______________________________ Accepted ________ Accepted as Noted _____________
Contractor’s Signature
Not Accepted ________ Received too Late ___________
_______________________________
Firm By ____________________________________________
Address: _______________________ Date __________________________________________
_______________________________
_______________________________ Remark: _______________________________________
_______________________________ _______________________________________________
Date ___________________________ _______________________________________________
Telephone ______________________ _______________________________________________
A/E Representative Remarks on Substitution: ________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
_______________________________________________________________________________________
**END OF SECTION**
NCRTS Scale Replacement 01 63 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 73 00
EXECUTION AND CLOSEOUT
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Examination and preparation.
2. Execution.
3. Protecting installed construction.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed herein.
The following is a list of standards referenced in this Section:
1. Revised Code of Washington (RCW) – Chapter 19.122.
1.03 DEFINITIONS
A. Cutting and Patching: Remedial activities to coordinate penetrations and clearances for
systems not properly performed in advance of prior construction.
1.04 SYSTEM DESCRIPTION
A. Execute the Work in accordance with the requirements of this Section.
1.05 QUALITY ASSURANCE
A. On Call:
1. Provide a contact person responsible for coordination and implementation of
corrective Work on a 24 hour basis beginning at the time of Substantial
Completion and continuing through the date of Final Acceptance.
2. This person is to be responsible for Work activities associated with warranties
through the post-construction warranty period.
3. In the event the permanently assigned person is not available at any time, the
Contractor is to inform the Owner Representative while at the same time
providing a replacement person who will be responsible for carrying out those
duties.
a. The replacement person is to be familiar with and educated about the
workings, condition, and operational details of the Project.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION
3.01 EXAMINATION
NCRTS Scale Replacement 01 73 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. Require the installer of each element of the Work Breakdown Structure, identified in
Section 01 32 00 – Construction Progress Documentation, to perform a detailed
inspection of work conditions prior to its performance of Work.
1. Do not authorize the installer to proceed until unsatisfactory conditions are
remedied.
2. Inspect substrates; quality of work; conditions of the work area; and activities
associated with adjacent; and concurrent work by others.
3. Review the Change to the Work, and inform the installer accordingly.
B. Existing Underground Utilities:
1. The Contract Documents indicate existence of underground facilities;
structures; and improvements known to the Owner within the proposed area of
Work.
a. Review the available information for underground utilities prior to
performing Work adjacent, above or otherwise potentially affecting
underground utilities.
2. Follow procedures of Chapter 19.122 RCW.
3. Immediately notify the Owner of conditions which are not as indicated on the
Contract Drawings.
4. Coordinate efforts to locate existing underground utilities.
5. Review locations of existing utilities with the Owner Representative.
a. Evaluate areas of conflict.
b. Compare with new construction.
6. Excavate, and expose existing underground utilities prior to new construction.
a. Perform this Work in responsible, professional, workmanlike manner.
b. Determine utility elevations in relation to the new facilities, and in
accordance with the Project Datum.
7. Examine; repair; mark and record location of existing underground utilities prior
to commencing other activities.
3.02 PREPARATION
A. Verify and recheck measurements, dimensions, and other physical conditions before
beginning installation.
B. Cutting and Patching: In accordance with provisions of this Section.
3.03 EXECUTION
A. General:
1. Provide attachments, connection devices, and necessary components
necessary for securing Work.
2. Comply with requirements of regulatory agencies and authorities having
jurisdiction for bracing; restraints; supports; and attachments.
B. Work Results:
1. Install components, products, materials, equipment, and other items; and
assemblies; during appropriate weather conditions for that Work.
2. Coordinate installation activities such that these activities do not subject
finished Work to be subjected to weather, cold temperatures, or other
conditions detrimental to the finished Project.
Project No. RR8744 01 73 00-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
C. Joints:
1. Produce uniform joint widths in exposed Work.
2. Arrange joints in exposed Work to obtain the best effect.
3. Consult the Owner’s Representative for approval of joints.
D. Mounting Heights:
1. Install individual components at heights indicated in the approved submittal
documents.
2. Consult the Owner’s Representative for approval of mounting heights that are
not indicated in the Contract Documents.
3.04 REPAIR AND RESTORATION
A. Cutting and Patching:
1. Execute cutting and fitting including excavation and fill to uncover, and
complete the Work.
2. Perform cutting and patching of masonry and concrete substrates.
B. Corrective Measures:
1. Take corrective action and employ measures to correct Work.
a. Bring Work into accordance with requirements.
b. Coordinate Work in such a way as to conform to the Owners
convenience.
c. Perform corrective actions and measures to pose the least impact to
the Owners occupancy, and function of the Owners use of the Project.
3.05 CLEANING
A. Roadway, Trafficway, and Street Cleaning:
1. Comply with all laws and regulations.
2. All road surfaces in the construction area used by Contractor’s trucks or any
other equipment hauling material to and from the area, whether within the
contract limits or adjacent thereto, shall be kept clean by the Contractor.
3. Any damage to roadway surfaces from the direct or indirect result of the
Contractor’s operation shall be repaired by the Contractor to the satisfaction of
the responsible agency and the Owner.
4. The Contractor is responsible for obtaining all necessary street use permits in
connection with Contractor’s operations.
5. Perform street cleaning on the public streets leading into, and adjacent to the
site, including streets affected by construction traffic when directed to do so by
the Owner Representative.
a. The Contractor shall not be entitled to additional compensation in the
event the Contractor is required to perform street cleaning attributable
to the Contractor’s actions or lack thereof in performance of the Work in
accordance with the requirements.
b. Clean streets regularly, with special emphasis on periods when
exporting and importing of soil materials is taking place.
c. Maintain the perception of a clean site with minimal impact to
neighbors and others.
NCRTS Scale Replacement 01 73 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
d. Do not limit street cleaning to the areas obviously affected by
construction activities on the Project Site.
e. When directed, the Contractor shall perform street cleaning on the haul
routes and delivery routes in a half (1/2) mile radius of the Project site.
6. Pay particular attention to haul routes, and maintain sufficient street cleaning
activity to mitigate construction impacts on the surrounding area.
7. Use a broom sweeper truck.
8. Apply water when necessary, but do not rely solely upon water for removal of
debris.
9. Perform remedial street cleaning immediately after being instructed by the
Owner Representative.
B. Periodic Cleaning:
1. Continually provide cleaning services to maintain the facility and grounds in a
clean and orderly workplace.
2. Fully protect cleaned areas from damage by subsequent construction.
C. Cleaning Products:
1. Materials and products used in the cleaning process are to be environmentally
appropriate to the surfaces being cleaned.
a. Use materials and products that are safe for workers, users, and
occupants.
b. Use ‘low VOC’ products in lieu of ordinary products when such ‘low VOC’
products provide similar performance, and in accordance with the
requirements.
2. Do not use cleaning products that may cause damage to surfaces; or create
hazards to health; or property.
3. Use cleaning products and methods recommended by manufacturers of
products.
a. Unless noted otherwise specifically by the manufacturer, protect
adjacent surfaces that may be incompatible with cleaning products.
b. Use substantial materials for protection when protection is required.
4. Remove debris and surface dust from limited access spaces, equipment vaults,
manholes and similar spaces.
D. Ventilating Systems:
1. Clean, or replace construction filters as recommended.
2. Replace disposable filters.
3. Keep ducts, blowers, fans, and coils clean.
3.06 PROTECTION
A. Temporary Protective Coverings:
1. Apply when; where; and to the degree required to ensure protection from
damage; deterioration; or prohibited exposures until Substantial Completion is
achieved.
2. Apply temporary protective coverings appropriate to the installation.
3. Removal:
a. Remove temporary protection devices and facilities when requested by
the Owner Representative.
Project No. RR8744 01 73 00-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
b. Do not remove protection when subsequent work activities including
corrective work could damage surfaces.
B. Limitation of Exposures:
1. Supervise and coordinate construction activities to ensure no part of the
construction completed, or in progress, is subject to deleterious exposure during
the construction period.
2. Protect against the following exposures:
a. Excessive loading, including static and dynamic forces.
b. Excessive pressures.
c. Excessive high and low temperatures.
d. Thermal shock.
e. Ice contamination of materials, and products.
f. Air contamination, pollution; solvents; chemicals; including release of
volatile organic compounds inside the building envelope in
concentrations greater than necessary in accordance with the
Construction Documents.
g. Construction traffic.
h. Soiling; staining.
i. Infestations.
j. Mold; mildew; bacteria; and other organic processes.
k. High speed operation.
l. Excessive electrical current or load.
m. Improper lubrication.
n. Inappropriate contact; or inadequate separation between dissimilar
materials.
o. Contact; or insufficient separation between incompatible materials.
p. Destructive testing.
q. Misalignment.
r. Fire; theft; vandalism.
s. Improper shipping; handling; packing.
t. Unprotected; improper; insufficient storage.
3.07 FIELD QUALITY CONTROL
A. Inspect exposed surfaces at completion milestones.
1. Substantial Completion:
a. Make note of damaged areas, surfaces, and other construction defects
for incorporation in the Punch List in accordance with provisions of this
Section.
2. Refer to Section 01 77 00 – Closeout Procedures for work activities required for
other completion milestones.
**END OF SECTION**
NCRTS Scale Replacement 01 73 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
SECTION 01 73 23
STRUCTURAL DESIGN AND ANCHORAGE REQUIREMENTS FOR
NON-STRUCTURAL COMPONENTS AND NON-BUILDING STRUCTURES
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. This Section specifies the minimum structural requirements for the design,
anchorage and bracing of architectural/mechanical/HVAC/electrical
components, equipment, and systems, and nonbuilding structures. Design of
supports, attachments and bracing for all parts or elements of the
architectural, mechanical, HVAC and electrical systems shall be provided in
accordance with this Section and the individual equipment specifications.
The requirements of this Section shall apply to the design of the structural
elements and features of equipment and to platforms/walkways that are
provided with equipment or nonbuilding structures.
2. This Section applies to non-structural components that are permanently
attached to structures and non-building structures as defined in this Section
and ASCE 7-10. Note that equipment is defined as a non-structural
component.
3. Design shall be in accordance with the criteria listed within this Section and
shall conform to the provisions of the design codes listed within this Section.
Unless noted otherwise in the individual equipment specifications,
engineering design is not required for attachments, anchorage, or bracing
detailed on the Drawings or where the size of attachments, anchorage, or
bracing is defined in the Specifications.
4. The following nonstructural components are exempt from the seismic design
loading requirements of this Section.
a. Mechanical, process piping, HVAC, and electrical components in
Seismic Design Categories D where the component importance
factor, Ip, is equal to 1.0 and both of the following conditions apply:
1) Flexible connections between the components and
associated ductwork, piping and conduit are provided, and
2) Components mounted at 4 ft or less above a floor level and
weigh 400 lb or less (4 ft criteria applies to the mounting
support elevation relative to the floor).
NCRTS Scale Replacement 01 73 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
b. Mechanical, process piping, HVAC, and electrical components in
Seismic Design Categories D where the component importance
factor, Ip, is equal to 1.0 and both of the following conditions apply:
1) Flexible connections between the components and
associated ductwork, piping and conduit are provided, and
2) The components weigh 20 lb or less or, for distribution
systems, weighing 5 lb/ft or less.
B. DEFINITIONS:
1. STRUCTURES: The structural elements of a building that resist gravity,
seismic, wind, and other types of loads. Structural components include
columns, posts, beams, girders, joists, bracing, floor or roof sheathing, slabs
or decking, load-bearing walls, and foundations.
2. NON-STRUCTURAL COMPONENTS: The nonstructural portions of a building
include every part of the building and all its contents, except the structural
portions, that carry gravity loads and that may also be required to resist the
effects of wind, snow, impact, temperature and seismic loads. Nonstructural
components include, but are not limited to, ceilings, partitions, windows,
equipment, piping, ductwork, furnishings, lights, etc.
3. NON-BUILDING STRUCTURES: All self-supporting structures that carry gravity
loads and that may also be required to resist the effects of wind, snow,
impact, temperature and seismic loads. Nonbuilding structures include, but
are not limited to, pipe racks, storage racks, stacks, tanks, vessels and
structural towers that support tanks and vessels.
1.02 QUALITY ASSURANCE
A. QUALITY CONTROL BY OWNER: Special Inspection of nonstructural components and
nonbuilding structures, and their anchorages shall be performed by the Special
Inspector under contract with the Owner and in conformance with IBC Chapter 17.
Special Inspector(s) and laboratory shall be acceptable to the Owner in their sole
discretion. Special Inspection is in addition to, but not replacing, other inspections
and quality control requirements herein. Where sampling and testing required herein
conforms to Special Inspection standards, such sampling and testing need not be
duplicated.
B. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the docu-
ments in effect on the effective date of the Agreement. If referenced docu-
ments have been discontinued by the issuing organization, references to
Project No. RR8744 01 73 23-2 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
those documents shall mean the replacement documents issued or other-
wise identified by that organization or, if there are no replacement docu-
ments, the last version of the document before it was discontinued.
Reference Title
AAMA American Architectural Manufacturer’s Association
ACI 318 Building Code Requirements for Structural Concrete
AISC 341 Seismic Provisions for Structural Steel Buildings
AISC 360 Specification for Structural Steel Buildings
ASCE 7 Minimum Design Loads for Buildings and Other Structures
ASTM C635 Standard Specification for the Manufacture, Performance and Testing of
Metal Suspension Systems for Acoustical Tile and Lay-in Panel Ceilings
ASTM C636 Standard Practice for Installation for Metal Ceiling Suspension Systems
for Acoustical Tile and Lay-in Panel Ceilings
AWS D1.1 Structural Welding Code – Steel
AWS D1.2 Structural Welding Code - Aluminum
AWS D1.2 Structural Welding Code – Stainless Steel
IBC International Building Code with local amendments
NFPA-13 Standard for the Installation of Sprinkler Systems
OSHA U.S. Dept. of Labor, Occupational Safety and Health Administration
DOSH WA Industrial Safety and Health Act administered by the Labor and
Industries Division of Occupational Safety and Health
SMACNA Seismic Restraint Manual Guidelines for Mechanical Systems
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. For structural elements of non-structural components and non-building structures
required to be designed per this Section, drawings and design calculations shall be
stamped by a Washington licensed professional engineer qualified to perform
structural engineering.
C. ACTION SUBMITTAL ITEMS:
1. List of all non-structural components and non-building structures requiring wind
and seismic design and anchorage.
2. Shop drawings showing details of complete wind and seismic bracing and
anchorage attachment assemblies including connection hardware, and
embedment into concrete.
NCRTS Scale Replacement 01 73 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
3. Shop drawings showing plans, elevations, sections and details of equipment
support structures and nonbuilding structures, including anchor bolts, structural
members, platforms, stairs, ladders, and related attachments.
4. Identify all interface points with supporting structures or foundations, as well as
the size, location, and grip of all required attachments and anchor bolts. Clearly
indicate who will be providing each type of attachment/anchor bolt. Equipment
vendor shall design anchor bolts, including embedment into concrete, and
submit stamped calculations.
5. Calculations for all supports, bracing, and attachments shall clearly indicate the
design criteria applied in the design calculations. Concrete embedment
calculations shall be coordinated with thickness and strength of concrete
members. Submit a tabulation of the magnitude of unfactored (service level)
equipment loads at each support point, broken down by type of loading (dead,
live, wind, seismic, etc.). Indicate impact factors applied to these loads in the
design calculations.
6. Manufacturer’s certificates of compliance with the seismic force requirements
of this Section.
1.04 DESIGN CODES
A. The following standard codes have application at this site:
1. Buildings/Structures: International Building Code 2012 and ASCE 7-10.
2. Reinforced Concrete: ACI 318-08 for all reinforced concrete structures.
3. Structural Steel: AISC 360-10 and AISC 341-10.
4. Welding: AWS Welding Codes.
5. Occupational Health and Safety Requirements: U.S. Dept. of Labor,
Occupational Safety and Health Administration (OSHA) and WA industrial
Safety and Health Act administered by the Labor and Industries Division of
Occupational Safety and Health (DOSH).
B. When requirements conflict, the most stringent requirement governs the design.
1.05 DESIGN LOADS
A. All non-structural components and non-building structures shall be designed for the
following loads. Wind and snow loads shall not be applied to non-structural
components and non-building structures that are located inside buildings.
1. DEAD LOADS: An additional allowance will also be added for piping and
conduit when supported and hung from the underside of equipment and
platforms. Minimum allowance for non-process piping, HVAC, and conduit
unless specified otherwise: 20 psf
Project No. RR8744 01 73 23-4 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
2. UNIFORM LIVE LOADS:
a. Elevated Grating Floors: 100 psf
b. Stairs and Landings: 100 psf
3. SNOW LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. Risk Category: II
c. Ground Snow Load (pg): 20 psf
d. Exposure: C
e. Importance Factor (I): 1.0
f. Minimum Roof Snow Load: 25 psf
4. WIND LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. Risk Category: II
c. Basic Wind Speed (3-second gust): 85 mph
d. Exposure: C
e. Topographic Factor (Kzt): 1.0
f. All exterior non-structural components and non-building structures,
unless located in a pit or basin, shall be designed to withstand the
design wind loads without consideration of shielding effects by other
structures.
5. SEISMIC LOADS:
a. Code: IBC 2012 & ASCE 7-10
b. 0.2 Sec. Mapped Spectral Response, SS: 1.0 g
c. 1.0 Sec. Mapped Spectral Response, S1: 0.50 g
d. Site Class: D
e. 0.2 Sec. Design Spectral Response, SDS: 1.0 g
f. 1.0 Sec. Design Spectral Response, SD1: 0.50 g
NCRTS Scale Replacement 01 73 23-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
g. Component Importance Factor (Ip): 1.0, except Ip=1.5 for fire
protection sprinkler systems, components required to function for life-
safety purposes.
h. Seismic Design Category: D
i. Risk Category: II
j. Seismic loads shall be calculated on the basis of the governing
building code. The structure dead load shall include equipment
operating loads.
k. Individual members shall be checked for seismic and full member live
load acting simultaneously, except that flooded equipment loads
(infrequent occurrence) need not be combined with seismic loads.
Equipment operating loads shall be combined with seismic loads.
6. TEMPERATURE: Temperature effects shall be included in design where non-
structural components and non-building structures are exposed to differential
climatic conditions. This section defines temperature extremes.
1.06 LOAD COMBINATIONS
A. All non-structural components and non-building structures shall be designed to
withstand the load combinations specified in the governing code. Where the
exclusion of live load or impact load would cause a more severe load condition for
the member under investigation, then the load shall be excluded when evaluating the
member for that load combination.
1.07 DESIGN CONSIDERATIONS
A. Design all non-structural components and non-building structures for the following
conditions:
1. CLIMATIC CONDITIONS:
a. Maximum Design Temperature: 100 degrees Fahrenheit
b. Minimum Design Temperature: 10 degrees Fahrenheit
2. FOUNDATIONS:
a. Foundations supporting non-structural components and non-building
structures shall extend below the frost line, or be supported on non-
frost susceptible structural fill down to the frost line.
1) Frost Line for Foundations: 18 inches
b. Consult project geotechnical report for allowable soil bearing
recommendations at location of structure.
Project No. RR8744 01 73 23-6 NCRTS Scale Replacement
5/29/2015 10:27 AM Bid Set May 2015
1.08 COLUMN BASE FIXITY
A. Column bases shall be designed as pinned connections. No moments shall be
assumed to be transferred to the foundations.
B. Where significant shear loads (greater than 5,000 lb. per anchor bolt) are transferred
at column base plates, the equipment vendor shall provide a shear key.
1.09 DEFLECTIONS
A. Maximum beam deflections as a fraction of span for walkways and platforms shall be
L/240 for total load and L/360 for live load. Maximum total load deflection for
equipment supports shall be L/450.
PART 2--PRODUCTS
2.01 GENERAL
A. Materials shall be in conformance with the Construction Documents. See the
individual equipment specifications for additional requirements.
PART 3--EXECUTION
3.01 GENERAL
A. Attachments and braces shall be made in such a manner that the component force is
transferred to the lateral force-resisting system of the structure. Attachment
requirements and size and number of braces shall be based on the calculations
submitted by the Contractor.
B. All anchorage of equipment is specified to be made by cast-in anchor bolts in concrete
elements unless specified otherwise in the Construction Documents. . Contractor shall
be responsible for any remedial work or strengthening of concrete elements because of
superimposed seismic loading if anchor bolts are improperly installed or omitted due to
lack of submittal review or improper placement for any reason, at no additional cost to
the Owner.
C. Anchor bolts shall be provided and installed by the Contractor in accordance with
Section 05 05 23. Size of anchor bolts and embedment of anchor bolts shall be based
on the calculations submitted by the Contractor.
D. Details of and calculations for all anchorages shall be submitted and accepted in
accordance with this Section and Section 01 33 00 prior to placement of concrete or
erection of other structural supporting members. Submittals received after structural
supports are in place will be rejected if proposed anchorage method would create an
overstressed condition of the supporting member. At no additional cost to the Owner,
the Contractor shall be responsible for revisions to the anchorages and/or
strengthening of the structural support so that there is no overstressed condition.
**END OF SECTION**
NCRTS Scale Replacement 01 73 23-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:27 AM
SECTION 01 74 19
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Requirements for recycling of waste materials leaving the jobsite.
2. Documentation requirements for recycling of waste materials.
B. Related Sections:
1. Section 02 41 00 – Demolition.
1.02 DEFINITIONS
A. Construction Waste: Materials brought to the Project Site by the Contractor, and that are
not permanently incorporated into the Work.
1. Construction Waste shall be considered to include but not limited to the
following:
a. Packing materials.
b. Cut-offs from oversize pieces.
c. Material or assemblies ordered in excess of requirements. AND
d. Materials or assemblies damaged in the process of transport or delivery
to the Project Site.
2. Construction Waste shall not be interpreted to include durable tools or
equipment owned or leased by the Contractor or subcontractors.
B. Demolition and Land Clearing Waste: Materials present on the Project Site at the time
the Contractor begins the Work that are subsequently permanently removed from the
Project Site in the performance of the Work.
1. Demolition and Land Clearing Waste shall be considered to include but not be
limited to the following:
a. Soil.
b. Buried items.
c. Structures and items connected or contained within buried items. AND
d. Plant and woody natural materials, living and dead.
C. Disposal: The transfer of custody of a material to a person or entity who does not
specifically intend to recycle or salvage that material.
D. Recycling: The transfer of custody of a material to a person or entity who intends to
reprocess that material to create raw materials ready for reuse.
E. Salvage: The transfer of custody of a material or assembly to a person or entity who
intends to repair or refurbish such material or assembly for reuse in a manner similar to
that for which it was originally produced.
1.03 PERFORMANCE
NCRTS Scale Replacement 01 74 19-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
A. Recycle construction material waste to the greatest extent that is practicable, and in
accordance with the requirements of this Section.
1. The minimum level of effort for performance of the requirements of this Section
is to divert seventy-five (75) percent by weight measurement of material from
landfills.
2. The Contractor is not entitled to dispose of materials at the Transfer Station
without passing the material first over the scales, and obtaining a receipt prior
to placement of materials into the pit.
a. The Contractor is required to include the tipping fees in the Bid in
accordance with the requirements.
b. The Contractor shall not be entitled to additional compensation on the
basis he did not include the tipping fees in the Bid.
B. Develop a Construction Waste Management Plan.
C. Implement the Construction Waste Management Plan and monitor progress.
1.04 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures:
1. Construction Waste Management Plan: Provide the plan prepared in
accordance with the requirements of this Section.
2. Monthly Reports:
a. Submit progress reports on a monthly basis throughout the construction
process, until the date of Substantial Completion.
b. Provide monthly totals by weight measurement of all Construction
Waste, Demolition and Land Clearing Waste removed from the Project
Site.
c. Provide a cumulative total weight measurement to date.
d. Submit copies of receipts and scale tickets from haulers to document
the weights indicated on the monthly reports.
e. List current monthly fees and cumulative fees paid to date to haulers
and recyclers, disposal facilities, or salvagers.
3. Final Report:
a. At the time of Substantial Completion, submit a final report showing
cumulative total weight measurement of Construction Waste,
Demolition and Land Clearing Waste removed from the Project Site.
b. Include figures for total fees paid for haulers and recyclers, disposal
facilities, and salvagers.
c. Indicate total receipts for income received for salvage.
d. Assemble the final report together with copies of all the cumulative
monthly reports.
e. The weight measurements, fees paid, and income received as indicated
on the cumulative monthly reports shall equal the figures documented
on the final report.
1.05 QUALITY ASSURANCE
A. Pre-Construction Conference:
Project No. RR8744 01 74 19-2 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
1. Prior to the commencement of construction, demolition, and site preparation
activities, the Contractor shall convene a meeting with the Owner
Representative for the purpose of reviewing the approved Construction Waste
Management Plan.
a. The plan shall have been approved prior to calling for the meeting.
b. Modifications to the plan requirements and procedures may be required
resulting from the meeting outcomes, at the discretion of the Owner
Representative.
2. The meeting shall be attended by the following parties:
a. Contractor.
b. Appropriate subcontractor supervisors for excavation, demolition, waste
handling, and salvage activities.
c. Owner Representative.
1.06 OWNERS INSTRUCTIONS
A. Construction Waste Management Plan:
1. General:
a. A plan outlining the proposed activities and procedures the Contractor
shall undertake in order to achieve the Owner’s recycling and salvage
goals.
b. The plan is required to be prepared by the Contractor and submitted to
the Owner Representative before the start of construction activities,
including any site preparation, or demolition activities.
c. The plan will include written and plan drawing information tailored to
and unique to the specific requirements for this Project.
d. The Contractor shall make adjustments to the plan when required by
the Owner Representative.
2. Written Plan Requirements:
a. Identify the Contractor’s employee who is responsible for the successful
implementation and carrying out of the plan to a satisfactory result
meeting the Owner’s requirements.
b. The Contractor shall take necessary steps to ensure the plan
requirements are enforceable on subcontractors.
c. Provide a listing of proposed haulers and disposal facilities for
Construction Waste, Demolition and Land Clearing Waste, and
salvagers.
d. Include the address and telephone number of each such proposed
hauler and disposal facility.
e. Provide descriptions of the measures required by the respective
proposed haulers and disposal facilities in order to satisfactorily sort
and collect the materials.
f. Provide a listing of the rates charged by each respective proposed
hauler and disposal facility.
3. Plan Drawing Requirements:
a. Provide a plan drawing of the Project Site, including the work area limits
indicated on the Drawings, and also indicating the sorting locations
proposed for purposes of accomplishing the plan objectives.
b. Should the progress of the Work necessitate the Contractor to move
such sorting areas around periodically, the required plan drawing shall
show the sorting areas through the various phases of the Work.
NCRTS Scale Replacement 01 74 19-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:43 AM
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 74 19-4 NCRTS Scale Replacement
5/29/2015 10:43 AM Bid Set May 2015
SECTION 01 77 00
CLOSEOUT PROCEDURES
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Substantial Completion.
2. Punch list procedures.
3. Final Completion, Final Acceptance and Payment.
4. Project record documents.
5. Warranties.
6. Schedule of Contract closeout procedures.
B. Related Sections:
1. Section 01 78 23 – Operation and Maintenance Data.
1.02 DEFINITIONS
A. Record Documents: Various documents that define the constructed facility that are
kept current by neat, legible hand annotation of all deviations from what is shown or
required by the Contractor during the course of construction to accurately document the
“as constructed†facility, including the following:
1. The Drawings.
2. The Specifications (Divisions 00 through 34).
3. Addenda.
4. Change Orders.
5. Architect’s Supplemental Information (ASI).
6. Request for Information (RFI).
7. Completed Work Verification Survey: electronic copy and one (1) full size hard
copy.
8. Coordinated utility plans.
1.03 SUBSTANTIAL COMPLETION
A. Contractor shall notify the Owner that the Work is Substantially Complete as required by
General Conditions.
B. The Owner and the Contractor shall follow the procedures stated in General Conditions
for determining Substantial Completion, and the issuance of Punch Lists.
C. In addition to the requirements in General Conditions, the Contractor shall within its
Request for Substantial Completion:
1. Provide the Completed Work Verification Survey in accordance with Section 01
43 20 – Surveying.
2. Obtain and submit releases enabling Owner’s full and unencumbered use of the
Project, including access to utilities and other administrative approvals.
NCRTS Scale Replacement 01 77 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
3. Make final changeover of locks, keys, gates, and other access restriction
measures consistent with removal of the Contractor’s personnel from the
Project Site.
4. Deliver tools, spare parts, extra stock of materials, and similar physical items to
the Owner in accordance with requirements of the Contract Documents.
1.04 PUNCH LIST PROCEDURES
A. The Contractor shall prepare the Punch List (list of incomplete items of Work including
discrepancies found in the Completed Work Verification Survey) and notify the Owner
that the Work is Substantially Complete.
B. The Contractor shall correct all Punch List items and re-issue the Owner
Representative’s Punch List forms, with their initials and date complete, along with a
written statement that the entire Project is physically complete and ready to receive the
Certificate of Final Acceptance.
C. Prior to issuance of the Certificate of Final Acceptance, the Owner shall perform all
necessary inspections to verify that all Punch List items of Work are complete.
1.05 FINAL PAYMENT AND ACCEPTANCE
A. Owner shall notify the Contractor of Final Acceptance of the Project as required by
General Condition.
B. The Owner and the Contractor shall follow the procedures stated in General Conditions
for determining Final Acceptance and Final Payment.
C. In addition to the requirements for Final Payment and Final Acceptance specified in
General Conditions, the Contractor shall submit to the Owner Representative the
following twenty-one (21) calendar days before Final Acceptance unless noted
otherwise:
1. Final Affidavit of Amounts Paid.
2. Final, complete Record Documents ten (10) calendar days following issuance of
the Certificate of Substantial Completion for Phase 4.
3. Final Application for Payment.
4. Completed permits ten (10) days following issuance of the certificate of
Substantial Completion.
5. In addition, complete the following:
a. Complete Project Site cleanup.
b. Complete all remaining obligations as set forth within this Section.
6. Complete or fulfill all additional requirements required by County, State or
federal law.
1.06 PROJECT RECORD DOCUMENTS
A. Provide to the Owner Representative one (1) complete set of the Project Record
Documents in accordance with the requirements of this Section.
1.07 WARRANTIES
Project No. RR8744 01 77 00-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
A. In addition to the one (1) year warranty applicable to all the Work, as specified in
General Conditions, certain elements of the project are to be warranted for an extended
period following the completion of the initial one (1) year warranty.
B. The Contractor shall execute two (2) year, five (5) year, ten (10) year, fifteen (15) year
and twenty (20) year warranties for the Work as indicated in the sample warranty
documents attached to this Section (Attachments A through E):
1. Do not propose alternative warranty language.
2. The Owner Representative will finalize each of the warranty documents by
adding Contractor’s logo, name, address, contact information, dates, and other
missing information at the time of warranty completion.
C. Each warranty document (Attachments A through E) lists the work elements to which the
warranty applies.
D. Provide two (2) executed copies of each warranty document required by the Contract
Documents ten (10) days following issuance of the Certificate of Substantial Completion
for the portion of the Work covered by that warranty.
1.08 SCHEDULE OF CONTRACT CLOSEOUT PROCEDURES
A. The following Closeout Procedure Checklist gives the order and responsibility for the
requirements of the Final Contract Closeout. This list may not include all items required
by General Conditions and other Specification Sections.
B. Contract Closeout Documents Checklist: Complete the items indicated, and submit this
Checklist when directed by the Owner Representative.
NCRTS Scale Replacement 01 77 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
Responsibility # Procedure Date
Prepare the Punch List and notify Owner that the Work is
Contractor 1
Substantially Complete.
Inspect the Work, review Punch List and issue Certificate of
Owner 2
Substantial Completion.
Contractor 3 Notify the Owner that Punch List items have been completed.
Owner 4 Verify that Punch List items have been completed.
Prepare the Final Application for Payment that includes the
following:
a. Affidavit of Wages Paid for Contractor and all
Subcontractors.
b. Release of Liens Certificate from all Subcontractors.
Contractor 5 c. Project Record Documents.
d. Operation and Maintenance Manuals/Videos.
e. Warranties.
f. Stamped permit set of documents.
g. Final Affidavit of Amounts Paid to Subcontractors.
h. Certificate of Compliance.
Owner 6 Issue Notice of Completion and Final Acceptance.
Prepare Notice of Completion of Public Works Contract and
Owner 7 send to State Department of Revenue with copy to
Employment Security Office, and Labor and Industries.
Receive the following from the state:
a. Certificate of Payment of State Excise Taxes,
Department of Revenue.
Owner 8 b. Certificate of Payment of Contributions and Interest –
Department of Employment Security.
c. Letter from State Department of Labor and Industries –
Contract Compliance Unit.
Initiate Lien Search forty-five (45) days after date of Final
Owner 9 Acceptance:
a. Receive Lien Search Results from Records.
Process release of retainage when all state releases are
Owner 10
received and liens are cleared.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 77 00-4 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
Section 01 77 00
Closeout Procedures
Attachment A
Two (2) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.01 - Items Subject to Two
(2) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of two (2) years. [CONTRACTOR NAME] also warrants and guarantees that all work
performed shall remain watertight, free from leaks, and free from installation defects, for a period of two
(2) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment A
Table 1.01 - Items Subject to Two (2) Year Warranty
Specification Description Company Contact Phone
34 41 16 Barrier Gates
Emergency
26 50 00 Lighting Unit
Batteries
Section 01 77 00
Closeout Procedures
Attachment B
Five (5) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.02 - Items Subject to Five
(5) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of five (5) years. [CONTRACTOR NAME] also warrants and guarantees that all work
performed shall remain watertight, free from leaks, and free from installation defects, for a period of five
(5) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment B
Table 1.02 - Items Subject to Five (5) Year Warranty
Specification Description Company Contact Phone
Performance
09 96 00
Coatings
Truck Scale
10 88 00
Installation
26 50 00 Light Pole Coating
Section 01 77 00
Closeout Procedures
Attachment C
Ten (10) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.03 - Items Subject to Ten
(10) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of ten (10) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
ten (10) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment C
Table 1.03 - Items Subject to Ten (10) Year Warranty
Specification Description Company Contact Phone
26 50 00 LED Boards
Section 01 77 00
Closeout Procedures
Attachment D
Fifteen (15) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.04 - Items Subject to
Fifteen (15) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of fifteen (15) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
fifteen (15) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment D
Table 1.04 - Items Subject to Fifteen (15) Year Warranty
Specification Description Company Contact Phone
07 21 00 Rigid Insulation
Section 01 77 00
Closeout Procedures
Attachment E
Twenty (20) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.05 - Items Subject to
Twenty (20) Year Warranty were installed at the North County Recycling and Tranfer Station, and the work
performed is in strict compliance with the Contract Documents. In compliance with General Conditions of
the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with Snohomish
County, promptly repair, replace, or otherwise appropriately correct any such defect or nonconformity
discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that the work on
the North County Recycling and Transfer Station project is free from defects and nonconformities in
equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and or its subcontractors
and supplies for a period of twenty (20) years. [CONTRACTOR NAME] also warrants and guarantees that all
work performed shall remain watertight, free from leaks, and free from installation defects, for a period of
twenty (20) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment E
Table 1.05 - Items Subject to Twenty (20) Year Warranty
Specification Description Company Contact Phone
Fabricated
13 34 23
Building
Section 01 77 00
Closeout Procedures
Attachment F
Twenty-Five (25) Year Warranty
ISSUE TO: INSTALLED AT:
Snohomish County, Department of Public Works North County Recycling and Transfer Station
3000 Rockefeller Ave M/S 607 19600 63rd Ave NE
Everett, WA 98201 Arlington, WA 98223
CONTACT PERSON:
Larry Brewer, Project Manager
425-388-3488
ISSUE BY: CONTACT PERSON:
Contractor Name, Title
Address - Line 1 Phone Number
Address - Line 2 E-mail Address
Phone Number
WA Contractor License No.
Emergency hours (5:00pm - 8:00am) contact information for operable systems and equipment, including
systems with moving parts.
CONTACT PERSON:
Name, Title
Phone Number(s)
We, [CONTRACTOR NAME], certify that the items listed in the attached Table 1.06 - Items Subject to
Twenty-Five (25) Year Warranty were installed at the North County Recycling and Tranfer Station, and the
work performed is in strict compliance with the Contract Documents. In compliance with General
Conditions of the Contract; and Section 01 77 00-1.07, [CONTRACTOR NAME] shall, in cooperation with
Snohomish County, promptly repair, replace, or otherwise appropriately correct any such defect or
nonconformity discovered during the Warranty Period. [CONTRACTOR NAME] warrants and guarantees that
the work on the North County Recycling and Transfer Station project is free from defects and
nonconformities in equipment, material, design, or workmanship performed by [CONTRACTOR NAME] and
or its subcontractors and supplies for a period of twenty-five (25) years. [CONTRACTOR NAME] also
warrants and guarantees that all work performed shall remain watertight, free from leaks, and free from
installation defects, for a period of twenty-five (25) years.
The Warranty Period is effective from the Substantial Completion date of [DATE]. The Warranty Period will
expire on [DATE].
[CONTRACTOR NAME] NOTARY
AUTHORIZED OFFICER
_________________________________ _________________________________
[NAME] DATE
PROJECT MANAGER
Section 01 77 00
Closeout Procedures
Attachment F
Table 1.06 - Items Subject to Twenty-Five (25) Year Warranty
Specification Description Company Contact Phone
Structured Cabling
26 05 19
System
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Section includes preparation of operation and maintenance (O&M) manuals.
1.02 SCHEDULE
A. Submit initial draft of the O&M Manual no later than ninety (90) days prior to the
request for issuance of the Substantial Completion certificate.
1. Submit final draft of the O&M Manual no later than thirty (30) days prior to the
request for issuance of the Substantial Completion certificate.
1.03 OPERATION AND MAINTENANCE MANUALS
A. Coordinate, assemble and submit two (2) final sets of O&M Manuals that include O&M
information for each product, material, system and piece of equipment or equipment
assembly specified in the Contract Document specifications.
B. The O&M Manual shall be submitted as a single combined manual.
C. All manufacturers’ literature in each manual shall be original, not copies.
D. Manuals shall be bound in a series of three (3) inch, D-ring binders with durable plastic
covers.
1. The front cover shall be imprinted with the title of the Project (North County RTS
Scale Replacement Project), the name of the Owner (Snohomish County
Department of Public Works) and the name of the Contractor.
2. The back edge (spine) shall be imprinted with the abbreviated name of the
Project (NCRTS Scale Replacement), Owner (Snohomish County Public Works)
and the year of the completion of the Project.
3. Manuals shall be eight and one-half (8-1/2) inch by eleven (11) inches in size,
except for oversize drawings, which shall be bound in fold-out fashion or folded
and placed inside a bound-in envelope.
4. Multiple, thinner binders are preferred to extra-large and bulky binders where
subdivisions of the contents permit.
5. Manual volumes shall not exceed three (3) inches in thickness.
6. Internally subdivide the binder contents with permanent page dividers, logically
organized as described below; with tab titling clearly printed under reinforced
laminated plastic tabs.
7. Equipment operating instructions and test reports shall be bound in front of
maintenance instructions and other materials.
E. Each O&M manual shall include the following:
1. A title indicating its contents permanently labeled on the outside of the binder.
NCRTS Scale Replacement 01 78 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
2. A cover sheet identifying equipment with the process or assembly in which it is
used according to:
a. Location.
b. Specification section number and title.
c. Contract Document drawing number.
3. Table of Contents for each volume, with material, equipment, or system
description identified, typed on white paper. Each volume shall have a complete
table of contents showing the volume divisions and other information.
4. Instructions and data prepared by the manufacturer, including the following as
applicable:
a. Equipment operating instructions including startup and shutdown
procedures, safety precautions and instructions on specific controls.
b. Electrical test reports, including electrical system and motor test
reports.
c. A complete set of applicable reviewed approval submittals.
1) A complete set of applicable reviewed product data clearly
identifying the system, assembly, material or product using the
names or terminology for the system, assembly, material or
product in the Contract Documents.
d. Assembly drawings.
e. Complete parts lists.
f. Bill of materials.
g. Wiring diagrams.
h. Maintenance and repair instructions to cover any routine operation
required to ensure satisfactory performance and longevity of the
product, material or equipment, such as lubrication instructions and
lists of lubricants, cleaning, adjustment, replacement of parts, etc.
i. Maintenance summary forms.
j. Copy of extended warranty.
k. Copy of the final submittal product literature and drawings.
5. Divide manuals into the following sections:
a. Part 1: Directory, listing names, addresses and telephone numbers of
A/E Representative, Contractor, subcontractors and major equipment
suppliers.
b. Part 2: Operation and maintenance instructions arranged by system
and subdivided by specification section. For each category, identify
names, addresses and telephone numbers of subcontractors and
suppliers. Identify the following:
1) Significant design criteria.
2) List of equipment.
3) Parts list for each component.
4) Operating instructions.
5) Maintenance instructions for equipment and systems.
6) Maintenance instructions for special finishes, including
recommended cleaning methods and materials and special
precautions identifying detrimental agents.
7) Summary listing of warranty dates.
c. Part 3: Project documents and certificates, including the following:
1) Shop Drawings and product data.
2) Certificates.
3) Photocopies of warranties.
Project No. CC14-14 01 78 23-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
F. Three (3) unbound copies of each volume shall be submitted for approval.
1. After review by the Project Representative, revise content as required by Project
Representative’s comments and submit the number specified.
2. All copies of the final O&M Manual shall be submitted to the Project
Representative before final payment will be made.
G. Three (3) bound copies and one (1) electronic pdf of the final approved O&M Manual
will be submitted.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
NCRTS Scale Replacement 01 78 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
SECTION 01 91 00
LEAD AND ASBESTOS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Procedures for lead abatement, if any.
2. Procedures for asbestos abatement, if any.
1.02 DEFINITIONS
A. ‘WAC’: Washington Administrative Code.
1.03 REFERENCES
A. 29 CFR 1926.
B. Chapter 296 WAC.
1.04 PERFORMANCE
A. This Section provides information pursuant to 29 CFR 1926.1101; Chapter 296-62-
07706 WAC, and to all other applicable requirements concerning reporting on asbestos
and lead containing materials.
B. Existing Conditions:
1. The existing facility is known to contain detectable amounts, types or
concentrations of lead and asbestos.
C. Contractors shall take necessary precautions to prevent or minimize the release of lead
in the form of dust, fumes or mist from lead-containing building materials into the air or
onto surrounding environments.
D. Conduct activities involving lead-containing paint under Work of this Contract in
accordance with this Section and current applicable state and federal regulations
including:
1. WAC 292-62.
2. WAC 292-62-07521: “Leadâ€.
3. WAC 292-155-176: “Occupational Health and Environmental Controlâ€.
4. 29 CFR 1926.62: “Lead Exposure in Constructionâ€.
E. Notify all employees and subcontractors who work or perform work subject to this
section of the contents of this section.
F. Take necessary precautions to prevent or minimize the release of lead in the form of
dust, fumes or mist from lead-containing building materials into the air or onto
surrounding environment.
NCRTS Scale Replacement 01 91 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
1.05 DISPOSAL
A. The Contractor shall abate, remove and dispose of lead- and asbestos-contaminated
materials with applicable statutory requirements of the Authorities Having Jurisdiction.
B. During actual abatement, do not leave uncontained debris outside or dump waste in
unauthorized dumpsters, nor in the transfer building.
1. The transfer station facility is not equipped not licensed or certified to accept
lead and asbestos containing materials.
C. Submit to the Owner Representative a receipt from the accepted disposal facility that
receives the contaminated waste within thirty (30) days after removal.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 91 00-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
SECTION 01 91 10
PCB CONTAINING MATERIALS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Procedures for abatement of PCB containing materials, fluorescent light tubes,
and high intensity discharge lights (HID) necessary to be removed, if any.
1.02 DEFINITIONS
A. ‘HID’: High intensity discharge lamps; mercury vapor, metal halide, high pressure
sodium lamps.
B. ‘PCB’: Polychlorinated biphenyl light ballast.
C. ‘WAD’: The Owners waste generator identification number.
1.03 PERFORMANCE
A. The Contractor shall dispose of items removed during the course of construction which
contain PCB containing materials, if any, in accordance with the requirements of this
Section.
B. Removal of PCB Containing Materials and Fluorescent Light Tubes:
1. Remove PCB containing light fixture ballasts associated with High Intensity
Lamps (HID) in accordance with the regulations.
2. Recycle or dispose of PCB containing light fixture ballasts and fluorescent light
tubes in accordance with the regulations.
3. Provide a written statement including proof of appropriate recycling or disposal
of the light fixture ballasts and fluorescent light tubes to the Owner
Representative.
4. Partially dismantle light fixtures and separate ballasts to permit ballast
detachment and total removal of ballast from fixture.
5. Place PCB contaminated light ballasts into approved recycling or disposal
containers, i.e. Sealed DOT 17E closed top drums.
6. Clearly mark and label PCB contaminated light ballasts and fluorescent light
tube containers.
7. Contractor may elect to hire a certified PCB material and/or a fluorescent tube
recycling specialist to properly remove, handle, store, recycle or dispose at a
certified PCB material and fluorescent tube recycling facility.
C. Ballasts to be removed, if any, that do not clearly state “No PCBs†shall be treated as a
PCB containing light ballast, shall be removed and disposed of per these specifications
and applicable regulations.
1. Include if found, any external capacitors on HID fixtures not clearly labeled as
being PCB free.
NCRTS Scale Replacement 01 91 10-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
D. Fluorescent tubes to be removed, if any, shall be disposed at the proper facility.
E. PCB containing light fixtures and fluorescent tubes cannot be disposed of in a Subtitle D
landfill.
1. Contact the local recycling facilities that specialize in the recycling of PCB
containing light ballasts and fluorescent light tubes..
2. If any fees are required for recycling, pay these fees.
F. If a spill occurs, contact the Owner Representative.
G. Record Keeping:
1. Upon completion of all PCB material and fluorescent tube removal work the
Contractor shall provide a complete record and storage data to the Owner
Representative.
2. The record data shall include but not limited to:
a. Name of the firm performing the Work.
b. Manufacturer and serial number of the ballasts, date removed, location
removed from, approximate weight, and date disposed of in the proper
disposal site.
c. Description of the containers that the PCB containing light ballasts and
fluorescents were stored in.
d. Submit any recycling receipts.
e. WAD: Contact the Owner Representative for the Owners waste generator
identification number.
PART 2—PRODUCTS – NOT USED
PART 3—EXECUTION – NOT USED
**END OF SECTION**
Project No. RR8744 01 91 10-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
North County RTS Scale Replacement
Project
Technical Specifications
Project# RR8744
Volume 2
Division 02-34
May 2015
Bid Set
North County RTS Scale Replacement
May 29, 2015
Specifications Table of Contents
DIVISION 1 DIVISION 1 –DIVISION 1 ––– GENERAL REQUIREMENTSGENERAL REQUIREMENTSGENERAL REQUIREMENTS GENERAL REQUIREMENTS
01 11 00 SUMMARY OF WORK
01 12 16 WORK SEQUENCE
01 14 00 WORK RESTRICTIONS
01 20 00 PAYMENT PROCEDURES
01 26 00 CONTRACT MODIFICATION PROCEDURES
01 30 00 ADMINISTRATIVE REQUIREMENTS
01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION
01 33 00 SUBMITTAL PROCEDURES
01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES
01 41 20 REGULATORY REQUIREMENTS
01 42 00 REFERENCES
01 43 00 QUALITY ASSURANCE AND CONTROL
01 43 20 SURVEYING
01 50 00 TEMPORARY FACILITIES AND CONTROLS
01 60 00 PRODUCT REQUIREMENTS
01 63 00 SUBSTITUTION PROCEDURES
01 73 00 EXECUTION AND CLOSEOUT
01 73 23 STRUCTURAL DESIGN AND ANCHORAGE REQUIREMENTS FOR NON-STRUCTURAL
COMPONENTS AND NON-BUILDING STRUCTURES
01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
01 77 00 CLOSEOUT PROCEDURES
01 78 23 OPERATION AND MAINTENANCE DATA
01 91 00 LEAD AND ASBESTOS
01 91 10 PCB CONTAINING MATERIALS
DIVISION 2 DIVISION 2 –DIVISION 2 ––– EXISTING CONDITIONSEXISTING CONDITIONSEXISTING CONDITIONS EXISTING CONDITIONS
02 41 00 DEMOLITION
DIVISION 3 DIVISION 3 –DIVISION 3 ––– CONCRETECONCRETECONCRETE CONCRETE
03 11 00 FORMWORK
03 20 00 CONCRETE REINFORCEMENT
03 30 00 CAST-IN-PLACE CONCRETE
03 60 00 GROUT
DIVISION 5 DIVISION 5 –DIVISION 5 ––– METALSMETALSMETALS METALS
05 05 14 HOT-DIP ZINC COATING
05 05 23 ANCHOR BOLTS
05 10 00 STRUCTURAL METALS
05 50 00 MISCELLANEOUS METAL FABRICATIONS
DIVISION 6DIVISION 6 DIVISION 6 –––– WOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITESWOOD, PLASTICS AND COMPOSITES WOOD, PLASTICS AND COMPOSITES
06 41 00 ARCHITECTURAL WOOD CASEWORK
DIVISION 7DIVISION 7 DIVISION 7 –––– THERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTIONTHERMAL AND MOISTURE PROTECTION THERMAL AND MOISTURE PROTECTION
07 21 00 EXTERIOR THERMAL INSULATION
North County RTS Scale Replacement
May 29, 2015
DIVISION 9DIVISION 9 DIVISION 9 –––– FINISHES FINISHES FINISHES FINISHES
09 96 00 PERFORMANCE COATINGS
DIVISION 10 DIVISION 10 –DIVISION 10 ––– SPECIALTIESSPECIALTIESSPECIALTIES SPECIALTIES
10 14 50 SITE SIGNAGE
10 88 15 SCALEHOUSE EQUIPMENT RELOCATION AND INSTALLATION
10 88 20 TRUCK SCALE INSTALLATION
DIVISION 13 DIVISION 13 –DIVISION 13 ––– SPECIAL STRUCTURESSPECIAL STRUCTURESSPECIAL STRUCTURES SPECIAL STRUCTURES
13 34 23 FABRICATED BUILDINGS
DIVISION DIVISION 22 DIVISION 22 22 –22 ––– PLUMBING PLUMBING PLUMBING PLUMBING
22 07 19 PLUMBING PIPING INSULATION
22 08 00 COMMISSIONING OF PLUMBING
22 11 16 WATER PIPING
22 13 16 SOIL, WASTE AND VENT PIPING
DIVISION 23 DIVISION 23 –DIVISION 23 ––– HVACHVACHVAC HVAC
23 05 93 TESTING, ADJUSTING AND BALANCING
23 08 00 COMMISSIONING OF HVAC
23 09 00 MECHANICAL CONTROLS
23 31 13 DUCTWORK
DIVISION 26 DIVISION 26 –DIVISION 26 ––– ELECTRICALELECTRICALELECTRICAL ELECTRICAL
26 05 00 COMMON WORK RESULTS FOR ELECTRICAL
26 05 19 LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES
26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
26 05 74 ARC FLASH ANALYSIS, SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE
COORDINATION REPORT
26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS
26 21 16 LOW-VOLTAGE UNDERGROUND ELECTRICAL SERVICE ENTRANCE
26 24 16 PANELBOARDS
26 27 26 WIRING DEVICES
26 36 13 MANUAL TRANSFER SWITCHES
26 50 00 LIGHTING
DIVISION 2DIVISION 27DIVISION 2777 –––– COMMUNICATIONSCOMMUNICATIONSCOMMUNICATIONS COMMUNICATIONS
27 00 00 GENERAL COMMUNICATIONS REQUIREMENTS
27 08 00 COMMUNICATIONS SYSTEM TESTING
27 11 16 COMMUNICATIONS CABINETS, RACKS, FRAMES AND ENCLOSURES
27 11 19 COMMUNICATIONS TERMINATION BLOCKS, PATCH PANELS AND PATCH CORDS
27 15 43 COMMUNICATIONS FACEPLATES AND CONNECTORS
DIVISION 28 DIVISION 28 –DIVISION 28 ––– ELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITYELECTRONIC SAFETY AND SECURITY ELECTRONIC SAFETY AND SECURITY
28 23 00 VIDEO SURVEILLANCE
North County RTS Scale Replacement
May 29, 2015
DDDIVISION 31 DIVISION 31 IVISION 31 –IVISION 31 ––– EARTHWORKEARTHWORKEARTHWORK EARTHWORK
31 10 00 SITE CLEARING
31 22 00 GRADING
31 23 00 EXCAVATION AND FILL
31 23 33 TRENCH SAFETY SYSTEMS
31 25 00 EROSION AND SEDIMENT CONTROL
DIVISION 32 DIVISION 32 –DIVISION 32 ––– EXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTSEXTERIOR IMPROVEMENTS EXTERIOR IMPROVEMENTS
32 12 00 FLEXIBLE PAVING AND OVERLAY
32 16 00 CONCRETE CURBS AND SIDEWALKS
32 17 23 PAVEMENT MARKING
32 92 13 SEEDING
DIVISION 33 DIVISION 33 –DIVISION 33 ––– UTILITIESUTILITIESUTILITIES UTILITIES
33 10 00 WATER UTILITIES
33 30 00 WASTEWATER UTILITIES
DIVISION 3DIVISION 34DIVISION 3444 –––– TRANSPORTATIONTRANSPORTATIONTRANSPORTATION TRANSPORTATION
34 41 16 TRAFFIC CONTROL EQUIPMENT
34 71 13 VEHICLE BARRIERS
Division 2 – Existing Conditions
SECTION 02 41 00
DEMOLITION
PART 1--GENERAL
1.01 SUMMARY
A. Section Includes:
1. Demolition and removal of buildings or structures.
2. Demolition, removal, and salvage of equipment.
3. Demolition and removal of buried piping.
4. Demolition of underground electrical equipment and circuits.
1.02 DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them off-site
unless indicated to be removed and salvaged or removed and reinstalled.
B. Remove and Salvage: Carefully detach from existing construction, in a manner to
prevent damage, and deliver to the Owner’s Representative.
C. Remove and Reinstall: Detach items from existing construction, prepare for reuse,
and reinstall where indicated.
D. Existing to Remain: Existing items of construction that are not to be permanently
removed and that are not otherwise indicated to be removed, removed and salvaged,
or removed and reinstalled.
E. Abandon-In-Place: Render item permanently nonoperational in its existing location,
detach from any existing construction and cease to maintain.
1.03 PRE-DEMOLITION MEETINGS
A. Pre-demolition Meeting: Conduct meeting at Project site.
1. Inspect and discuss condition of construction to be demolished.
2. Review and finalize demolition schedule and verify availability of materials,
demolition personnel, equipment, and facilities needed to make progress and
avoid delays.
3. Review requirements of work performed by other trades that rely on
substrates exposed by demolition operations.
NCRTS Scale Replacement 02 41 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
4. Review areas where existing construction is to remain and requires
protection.
1.04 SUBMITTALS
A. Demolition Plan, including drawings, not later than fourteen (14) calendar days prior
to the intended start of demolition work. Demolition Plan shall discuss the following.
1. Sequencing of the work, including coordination of Owner's continuing
occupancy of portions of site.
2. Protection of workers and the public.
3. Traffic control, where demolition is adjacent to existing facility operations.
4. Environmental protection.
5. Means and methods to minimize disposal and maximize salvage and
recycling.
6. Demolition disposal procedures.
7. Coordination of items to be removed and salvaged or removed and
reinstalled from the Scale House.
a. Contractor shall confirm all items with the Owner’s Representative
prior to beginning work.
8. Disposal of demolition debris.
a. Coordinate with the Waste Management Plan required in Section 01
74 19 – Construction Waste Management and Disposal.
B. Schedule of Demolition Activities: Schedule the following activities in conjunction
with the requirements of Section 01 12 16 – Work Sequence:
1. Detailed sequence of demolition and removal work, with starting and ending
dates for each activity. Ensure Owner's on-site operations are uninterrupted.
2. Interruption of utility services including site and roadway lighting. Indicate
how long utility services and lighting will be interrupted.
3. Coordination for shutoff, capping, outages, and continuation of utility
services.
PART 2--PRODUCTS
2.01 GENERAL
A. Provide all materials and equipment in suitable and adequate quantity as required to
accomplish the demolition work shown, specified herein, and as required to complete
the Project.
Project No. RR8744 02 41 00-2 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
PART 3--EXECUTION
3.01 PREPARATION
A. Identification:
1. Field locate and mark all structures to be removed.
2. Existing Utilities:
a. Locate utilities within or adjacent the Project Site.
b. Take all necessary precautionary measures to protect site utilities.
c. Provide adequate means of support and protection during removal
operations for utilities that are to remain in service.
d. Do not interrupt existing utilities serving facilities occupied by Owner
or others, except when permitted in writing by the Owner’s
Representative, and then only after acceptable temporary utility
services have been provided if required by Owner’s Representative.
1) Provide minimum seven (7) calendar days notice to Owner’s
Representative and utility owner, and receive written notice to
proceed before interrupting any utility.
e. Coordinate with utility companies for shutoff of services, if lines are
active.
B. Protection:
1. Maintain facility operations traffic for the duration of the work in accordance
with Section 01 14 00 – Work Restrictions and Owner-provided Phasing
Plans.
2. Provide erosion and sedimentation controls in accordance with Section 31
25 00 – Erosion and Sediment Control prior to initiating work.
3. Take all necessary precautionary measures to protect all utilities, structures
and surrounding areas.
3.02 DEMOLITION/DECONSTRUCTION
A. Remove facilities and systems as indicated on the Drawings, in the Specifications,
and as necessary to complete the work.
B. Keep elements of the deconstructed facilities that are designated as contaminated
and not suitable for recycling separate from similar materials (concrete and asphalt)
that are recyclable.
NCRTS Scale Replacement 02 41 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
C. Unless determined as unsalvageable by the Owner’s Representative, all items
designated for salvage shall be removed with care to prevent damage.
D. If, in the opinion of the Owner’s Representative, salvageable features were
unnecessarily damaged, damaged salvageable features shall be replaced or
repaired, to the satisfaction of the Owner’s Representative, by the Contractor at no
additional cost to the Owner.
E. Salvaged material shall remain the property of the Owner.
F. Storage of salvaged materials shall be at the direction of the Owner’s Representative.
G. Salvaged and/or Relocated items included in Section 10 88 15 – Scalehouse
Equipment Relocation and Installation.
3.03 SAWCUTTING
A. Make a neat vertical saw cut at the boundaries of the asphalt and/or concrete area
to be removed.
1. Care shall be taken when saw cutting so as not to damage any of the existing
asphalt concrete pavement to remain in place.
2. Sawcutting shall extend through the full pavement depth, or to a maximum
depth of 12 inches which ever is less.
3. Any pavement damaged by Contractor due to its operations shall be repaired
or replaced at no cost to the Owner.
4. Contractor is responsible for ensuring that special precautions are taken so
that no concrete or concrete by-products, or products and by-products used
in the saw cut of asphalt or concrete, are discharged into any storm drain or
surface water system.
B. Wastewater from cutting operations:
1. Wastewater from Portland Cement Concrete, masonry, and asphalt concrete
cutting operations shall not be discharged to storm drainage systems or
surface waters.
2. Cutting operations typically increase the pH of wastewater, therefore, filtering
of wastewater prior to discharge is NOT acceptable.
3. To thoroughly clean saw cuts where necessary, use high pressure water (high
pressure water is considered greater than 1400 psi).
4. All wastewater shall be collected using a wet-dry vacuum or pumped into
drums for disposal.
Project No. RR8744 02 41 00-4 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
5. Disposal of the waste liquid shall be to Contractor provided eco-pans or other
approved containment vessel for disposal offsite in accordance with
environmental regulations.
6. Impervious surfaces contaminated with sediment and grit from cutting or
pulverizing operations shall be cleaned by sweepers to prevent contaminants
from entering the storm drainage system or surface waters when it rains.
3.04 REMOVAL OF PAVEMENT AND CURBS
A. Pavement and curbs shall be sawcut in such a fashion to form a neat break line.
B. All transitions to existing asphalt or cement concrete roadways and curb and gutter
shall be vertically sawcut full depth with straight, uniform edges.
C. Removing Asphalt Concrete Pavement:
1. Existing asphalt concrete pavement shall be removed at the locations
indicated in the Drawings or as designated by the Owner’s Representative.
2. Removal shall be accomplished by making a neat longitudinal vertical cut
along the boundaries of the area to be removed.
3. Sawcutting shall be accomplished as previously specified with a self-
propelled machine capable of cutting to a twelve (12) inch depth. The use of
pneumatic hammers or punches will not be permitted.
4. Care shall be taken in removing the pavement not to damage any of the
existing pavement that is to remain in place.
5. Any remaining pavement damaged due to Contractor operations shall be
replaced by the Contractor, to the satisfaction of the Owner’s Representative,
at Contractor's expense.
D. Removing Pavement Markings:
1. Existing pavement markings including plastic stop bars and traffic arrows,
and lane markers shall be removed at all locations indicated on the Drawings
and as required for revisions to traffic lanes in accordance with Owner-
provided Phasing Plans.
2. Removal of existing pavement markings shall be conducted using such
methods to prevent damage to the remaining pavement. Do not use
chemicals that may be harmful to the pavement.
3. Damaged pavement shall be replaced at Contractor's expense.
4. Painted and thermoplastic pavement markings shall be removed by
sandblasting or other method approved by Project Representative. All
markers to be removed shall be done without damaging the pavement.
NCRTS Scale Replacement 02 41 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
3.05 UTILITIES
A. Determine whether there are utilities in demolition areas that are needed for
continued service to other facilities. Relocate such utilities before demolition work
begins.
B. Provide temporary services during interruptions to existing utilities as acceptable to
the Owner’s Representative.
C. Utilities serving facilities to be demolished shall be isolated as shown on the
Drawings or as may be directed by the Owner’s Representative. Isolation shall occur
at a point closest to the remaining active portion of the utility.
D. Remove utility lines that are exposed by demolition excavation. Likewise, remove all
manholes, catch basins, and vault type structures no longer in use.
3.06 EXISTING PIPE ABANDONMENT
A. Clean interior contact surfaces of all pipes to be cut off and abandoned.
B. Construct concrete plug in ends of pipes.
1. Minimum length of plug shall be equal to two (2) diameters of the pipe.
C. Concrete shall completely fill the pipe opening.
3.07 EXISTING UNDERGROUND RACEWAY ABANDONMENT
A. Where existing underground raceways are to be replaced by new and are not
exposed during grading, Contractor shall be allowed to abandon underground
raceways in place. Remove all wire. New underground raceways and the extension
of existing underground raceways to new raceway, handholes, or junction boxes
with new raceways and circuits shall be provided in accordance with the
Construction Documents.
3.08 REMOVAL AND/OR RESETTING OF MISCELLANEOUS ITEMS
A. Remove and/or reset miscellaneous items as described in the Drawings and as
necessary to satisfactorily complete the work.
B. Items requiring resetting shall be protected from damage during removal as far as is
practical. If, in the opinion of Project Representative, an item requires replacement
due to the Contractor's operations it shall be replaced in kind at Contractor's
expense.
C. Fencing and signs identified for removal shall be legally disposed of by Contractor.
Post holes shall be filled with approved excavated material from elsewhere on-site.
D. Lighting fixtures identified for removal shall be disconnected and removed, including
foundations and associated wiring.
Project No. RR8744 02 41 00-6 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
E. For existing circuits no longer needed, remove conductors from the conduit. Remove
all surface-mounted conduit that is no longer needed. For conduit concealed within
wall, cap and abandon conduit in place. For existing circuits to remain operational,
intercept existing conduit at the most convenient location or as shown and extend
conduit to new location. Install new conductors where required to accomplish
indicated results. New conductors shall be continuous without splices between J
boxes.
3.09 DISPOSAL OF MATERIAL AND DEBRIS
A. Materials, except those identified as salvage, resulting from the removal of structures
and obstructions shall be hauled to an approved off-site waste disposal site, secured
by the Contractor and shall be disposed of in such a manner as to meet the
requirements of state, county, and municipal regulations regarding health, safety,
and public welfare.
1. Refer to requirements in Section 01 74 19 – Construction Waste Management
and Disposal.
B. Burning of material is not permitted on the Project Site or off site.
3.10 MISCELLANEOUS DEMOLITION
A. All existing pavement, landscaping, and other surface features demolished because
of the Contractor’s activities shall be replaced back to its original condition at no cost
to the Owner, unless other restoration work is called for on the Drawings.
**END OF SECTION**
NCRTS Scale Replacement 02 41 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
Division 3 – Concrete
SECTION 03 11 00
FORMWORK
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies formwork requirements for concrete construction.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ACI 117 Standard Specifications for Tolerances for Concrete
Construction and Materials
ACI 301 Specifications for Structural Concrete
ACI 318 Building Code Requirements for Structural Concrete
ACI 347R Guide to Formwork for Concrete
American National Construction and Industrial Plywood
Institute of
Standards - PS1-09
B. DESIGN: Formwork design requirements shall conform to the following:
1. Formwork, shoring and reshoring shall be designed by a Professional
Engineer currently registered in the State of Washington having a minimum of
3 years experience in this type of design work.
2. Design and engineering of formwork, shoring and reshoring, as well as its
construction, is the sole responsibility of the Contractor.
3. A procedure and schedule shall be developed for removal of shores (and
installation of reshores) and for calculating the loads transferred to the
structure during this process.
NCRTS Scale Replacement 03 11 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
4. Structural calculations shall be prepared as required to prove that all portions
of the structure, in combination with the remaining forming and shoring
system, have sufficient strength to safely support their own weight plus the
loads placed thereon.
5. When developing procedure, schedule and structural calculations,
consideration shall be made regarding the structural system that exists,
effects of all imposed loads and the strength of concrete at each stage of
construction.
C. DESIGN CRITERIA: Design of formwork shall conform to the following criteria:
1. Formwork shall be designed for loads, lateral pressures and allowable
stresses outlined in ACI 347R and for design considerations, wind loads,
allowable stresses and other applicable requirements of the controlling local
building code. Where conflicts occur between the above two standards, the
more stringent requirements shall govern.
2. Formwork shall be designed to limit maximum deflection of form facing
materials reflected in concrete surfaces exposed to view to 1/240 of span
between structural members.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Manufacturer's data, installation instructions and acknowledgement that
products submitted meet requirements of standards referenced for:
a. Form materials.
b. Form release compound.
c. Form ties.
d. Void forms.
2. Formwork designer qualifications.
PART 2--PRODUCTS
2.01 FORMS
A. WOOD FORMS:
1. Wood forms shall be new and unused exterior grade plywood panels
manufactured in accordance with APA (American Plywood Association) and
bearing the trademark of that group. Forms for all concrete surfaces exposed
Project No. RR8744 03 11 00-2 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
to view shall be APA High Density Overlay (HDO) Plyform Class I Exterior 48" X
96" X 3/4" minimum thickness. Forms for other concrete surfaces shall be
APA Douglas Fir B-B Plyform Class I Exterior 48†X 96†X 3/4-inch minimum
thickness.
2. When approved by the Owner, plywood may be reused.
B. METAL FORMS: Metal forms excluding aluminum may be used. Forms shall be free
of rust and straight without dents to provide members of uniform thickness.
2.02 FORM TIES
A. Form ties shall be commercially fabricated for use in form construction and shall be
constructed so that ends or end fasteners can be removed without causing spalling
at surfaces of the concrete. Diameter on ends shall be 3/4 inch minimum to 1 inch
maximum. Embedded portion of ties shall be not less than 1 1/2 inch from face of
concrete after ends have been removed.
2.03 FORM RELEASE COMPOUND
A. Coat, if needed, all forming surfaces in contact with concrete using an effective, non-
staining, non-residual, water based, bond-breaking form coating that will not
adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces unless otherwise noted. Formulate form-release agent with rust
inhibitor for steel form-facing materials.
2.04 STRIPS
A. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.
B. Rustification Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form
removal.
PART 3--EXECUTION
3.01 PREPARATION
A. Preparation shall conform to the following:
1. Surfaces of forms shall be covered with an approved form release compound
prior to form installation. Application shall be in accordance with
manufacturer’s recommendations.
2. Excess form coating material shall not be permitted to stand in puddles in
forms nor in contact with hardened concrete against which fresh concrete is
to be placed.
3. Surfaces of forms, reinforcing steel and other embedded materials shall be
cleaned of any accumulated mortar or grout from previous concreting and of
all other foreign material before concrete is placed.
NCRTS Scale Replacement 03 11 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
3.02 CONSTRUCTION
A. Formwork construction shall conform to the following:
1. Forms shall be used for all cast-in-place concrete including sides of footings,
except ductbanks and pipe encasements.
2. Forms shall be constructed and placed so that the resulting concrete will be
of the shape, lines, dimensions, and appearance indicated on the Drawings.
Forms shall be braced or tied together to maintain their position and shape
under a load of freshly-placed concrete.
3. Forms shall be sufficiently tight to prevent leakage.
4. Temporary openings, also called form “windowsâ€, shall be used to limit height
of free fall of concrete and to limit the lateral movement of concrete during
placement. Openings are required in wall placements greater than 20 feet in
height and shall be spaced so that no more than 8 feet of solid form exists
between openings measured horizontally and vertically.
5. A 3/4-inch chamfer strip shall be placed in exposed to view corners of the
forms to produce a 3/4-inch wide beveled edge.
6. At construction joints, contact surface of form sheathing for flush surfaces
exposed to view over hardened concrete in previous placement shall be
overlapped by at least 1 inch. Forms against hardened concrete shall be held
to prevent offsets or loss of mortar at construction joint and to maintain a
true surface. Where possible, juncture of wood or metal forms shall be
located at architectural lines, control joints or at construction joints.
7. Wood forms for wall openings shall be constructed to facilitate loosening, if
necessary, to counteract swelling. Formwork shall be anchored to shores or
other supporting surfaces of members so that movement of any part of
formwork system is prevented during concrete placement.
8. Runways for moving equipment shall be provided with struts or legs,
supported directly on formwork or structural members without resting on
reinforcing steel.
9. A positive means of adjustment of shores and struts to take up all settlement
during concrete placing operation shall be provided. Forms shall be securely
braced against lateral deflection. Wedges used for final adjustment of forms
shall be fastened prior to concrete placement in position after final check.
3.03 TOLERANCES
A. Formwork tolerances shall be in accordance with ACI 117 and the following:
1. Products shall be installed in accordance with manufacturer’s written
instructions.
Project No. RR8744 03 11 00-4 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
2. Sufficient control points and benchmarks to be used for reference purposes
to check tolerances shall be established and maintained in an undisturbed
condition until final completion and acceptance of the work.
2. Regardless of tolerances listed, no portion of a structure shall be allowed to
extend beyond the legal boundary of work site.
4. To maintain specified tolerances, formwork shall be cambered to
compensate for anticipated deflections in formwork prior to hardening of
concrete.
3.04 REMOVAL OF FORMS
A. Removal of forms shall conform to the following:
1. No construction loads shall be supported on, nor any shoring removed from,
any part of the structure under construction except when that portion of the
structure in combination with remaining forming and shoring system has
sufficient strength to safely support its weight and loads placed thereon.
2. When required for concrete curing in hot weather, required for repair of
surface defects or when finishing is required at an early age, forms shall be
removed as soon as concrete has hardened sufficiently to resist damage
from removal operations or lack of support.
3. Top forms on sloping surfaces of concrete shall be removed as soon as
concrete has attained sufficient stiffness to prevent sagging. Any needed
repairs or treatment required on such sloping surfaces shall be performed at
once, followed by curing specified in Section 03 30 00.
4. Wood forms for wall openings shall be loosened as soon as this can be
accomplished without damage to concrete.
5. Formwork for columns, walls, sides of beams, and other parts not supporting
weight of concrete may be removed as soon as concrete has hardened
sufficiently to resist damage from removal.
6. Where no reshoring is planned, forms and shoring used to support weight of
concrete shall be left in place until concrete has attained its specified 28-day
compressive strength.
7. When shores and other vertical supports are so arranged that non-load-
carrying form facing material may be removed without loosening or disturbing
shores and supports, facing material may be removed when concrete has
sufficiently hardened to resist damage from removal.
3.05 RESHORING
A. Reshoring shall conform to the following:
1. No construction loads shall be supported on, nor any shoring removed from,
any part of the structure under construction except when that portion of the
NCRTS Scale Replacement 03 11 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
structure in combination with remaining forming and shoring system has
sufficient strength to safely support its weight and loads placed thereon.
2. While reshoring is underway, no superimposed dead or live loads shall be
permitted on the new construction.
3. During reshoring, concrete in structural members shall not be subjected to
combined dead and construction loads in excess of loads that structural
members can adequately support.
4. Reshores shall be placed as soon as practicable after stripping operations
are complete, but in no case later than the end of working day on which
stripping occurs.
5. Reshores shall be placed to carry their required loads without overstressing.
6. Where a reshoring procedure is planned, supporting formwork may be
removed when concrete has reached the concrete strength by the formwork
engineer’s structural calculations.
**END OF SECTION**
Project No. RR8744 03 11 00-6 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
SECTION 03 20 00
CONCRETE REINFORCEMENT
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies reinforcing steel for use in reinforced concrete.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
ACI 117 Standard Specifications for Tolerances for Concrete
Construction and Materials
ACI 315 Details and Detailing of Concrete Reinforcement
ACI SP-66 ACI Detailing Manual
ASTM A82 Steel Wire, Plain, for Concrete Reinforcement
ASTM A185 Steel Welded Wire, Fabric, Plain for Concrete
Reinforcement
ASTM A615 REV B Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement
ASTM A706 REV B Low-Alloy Steel Deformed Bars for Concrete
Reinforcement
AWS D1.4 Structural Welding Code--Reinforcing Steel
CRSI-PRB Recommended Practice for Placing Reinforcing Bars
CRSI-MSP 1 Manual of Standard Practice
FEDSPEC QQ-W-461H Wire, Steel, Carbon (Round, Bare, and Coated)
IBC 2012 International Building Code
NCRTS Scale Replacement 03 20 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
B. SHIPMENT AND STORAGE: Reinforcing steel shall be shipped to the jobsite with
attached plastic or metal tags having permanent mark numbers which match the shop
drawing mark numbers. All reinforcing shall be supported and stored above ground.
Use only plastic tags secured to the reinforcing steel bars with nylon or plastic tags for
epoxy coated reinforcing steel bars.
C. FABRICATION: Reinforcing steel bars shall be fabricated in accordance with ACI 315 and
ACI 117.
D. QUALITY CONTROL BY OWNER:
1. Special Inspection of concrete work shall be performed by the Special Inspector
under contract with the Owner and in conformance with the IBC Chapter 17.
Special Inspector(s) and laboratory shall be acceptable to the Owner in their
sole discretion. Special Inspection of concrete reinforcement is in addition to,
but not replacing, other inspections and quality control requirements herein.
Where sampling and testing required herein conforms to Special Inspection
standards, such sampling and testing need not be duplicated.
2. All structural concrete reinforcing work shall receive Special Inspection in
accordance with IBC Chapter 17. Anchor bolts and anchors installed in
hardened concrete require Special Inspection.
3. Owner provided testing shall be in accordance with Section 01 43 00 – QUALITY
ASSURANCE AND CONTROL.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Mill certificates for all reinforcing.
2. Manufacturer and type of proprietary reinforcing steel splices. A current ICC
Report and manufacturer’s literature that contains instructions and
recommendations for each type of coupler used shall be submitted.
3. Manufacturer and type of reinforcing steel adhesive anchor. A current ICC
Report and manufacturer’s literature that contains instruction and
recommendations for each type of adhesive anchor to be used shall be
submitted.
4. Qualifications of welding operators, welding processes and procedures.
5. Reinforcing steel shop drawings showing reinforcing steel bar quantities, sizes,
spacing, dimensions, configurations, locations, mark numbers, lap splice
lengths and locations, concrete cover and reinforcing steel supports.
Reinforcing steel shop drawings shall be of sufficient detail to permit installation
of reinforcing steel without reference to the contract drawings. Shop drawings
shall not be prepared by reproducing the plans and details indicated on the
Project No. RR8744 03 20 00-2 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
contract drawings but shall consist of completely redrawn plans and details as
necessary to indicate complete fabrication and installation of reinforcing steel,
including large scale drawings at joints detailing bar placement in congested
areas. Placement drawings shall be in accordance with ACI 315. Reinforcing
details shall be in accordance with ACI SP-66.
PART 2--PRODUCTS
2.01 BAR REINFORCEMENT
A. Reinforcing steel bars shall be deformed billet steel in conformance with ASTM A615,
Grade 60. Bars to be welded shall be deformed billet steel conforming to ASTM A706.
2.02 WIRE FABRIC
A. Wire fabric shall be welded steel mesh conforming to ASTM A185.
2.03 WIRE AND PLAIN BARS
A. Wire used as reinforcement and bars used as spiral reinforcement in structures shall be
cold drawn steel conforming to ASTM A82.
2.04 SMOOTH DOWEL BARS
A. Smooth dowel bars shall conform to ASTM A615, Grade 60, with a metal end cap at the
greased or sliding end to allow longitudinal movement.
2.05 REINFORCING STEEL MECHANICAL SPLICES
A. Reinforcing steel mechanical splices shall be a positive connecting threaded type
mechanical splice system manufactured by Erico, Inc., Dayton Superior, Williams Form
Engineering Company, or approved equal.
B. Type 1 mechanical splices shall develop in tension or compression a strength of not less
than 125 percent of the ASTM specified minimum yield strength of the reinforcement
and shall meet all other ACI 318 requirements. Type 1 mechanical splices are typical
except for locations noted below where Type 2 mechanical splices are required.
C. Type 2 mechanical splices shall meet the requirements for a Type 1 mechanical splice,
plus develop the ASTM specified tensile strength of the reinforcement. Type 2
mechanical splices shall be provided at locations specifically noted on the design
drawings.
2.06 TIE WIRE
A. The wire shall be minimum 16 gage annealed steel conforming to FEDSPEC
QQ-W-461H.
NCRTS Scale Replacement 03 20 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
2.07 BAR SUPPORTS
A. Bar supports coming into contact with forms shall be CRSI Class 1 plastic protected or
Class 2 stainless steel protected and shall be located in accordance with CRSI MSP-1
and placed in accordance with CRSI PRB.
1. Manufactured concrete block supports with embedded tie wires (wire dobies)
shall be provided for footing and slabs on grade. Do not use brick, broken
concrete masonry units, spalls, rocks, construction debris, or similar material for
supporting reinforcing steel.
2. Stainless steel or plastic protected plain steel supports shall be provided for
other work.
PART 3--EXECUTION
3.01 TOLERANCE
A. Reinforcing steel placement tolerance shall conform to the requirements of ACI 117,
ACI 318.
3.02 CONCRETE COVER
A. Unless specified otherwise on the Drawings, reinforcing steel bar cover shall conform to
the following:
1. Reinforcing steel bar cover shall be 3 inches for concrete cast against earth.
2. Reinforcing steel bar cover shall be 2 inches for reinforcing steel bars for
formed concrete surfaces exposed to earth and weather.
3. Reinforcing steel bar cover shall be 1 ½ inches for reinforcing not in the above
categories unless noted otherwise on the design drawings.
3.03 SPLICING
A. Reinforcing steel splicing shall conform to the following:
1. Class B splice lengths in accordance with ACI 318, Chapter 12, shall be used for
all reinforcing steel bars unless shown otherwise on the drawings.
2. For welded wire fabric the splice lap length measured between the outermost
cross wires of each fabric sheet shall not be less than one spacing of cross
wires plus 2 inches, nor less than 1.5 times the development length nor less
than 6 inches.
3. Splices of reinforcement steel bars not specifically indicated or specified shall
be subject to the approval of the Owner. Mechanical proprietary splice
connections may be used when approved by the Owner or as indicated on the
drawings.
Project No. RR8744 03 20 00-4 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
4. Welding of reinforcing steel bars is not allowed unless shown on the drawings or
approved by the Owner.
3.04 CLEANING
A. Reinforcing steel bars at time of concrete placement shall be free of mud, oil, loose rust,
or other materials that may affect or reduce bond. Reinforcing steel bars with rust, mill
scale or a combination of both may be accepted without cleaning or brushing provided
dimensions and weights including heights of deformation on a cleaned sample are not
less than required by applicable ASTM standards.
3.05 PLACEMENT
A. Reinforcing steel bar placement shall conform to the following:
1. Uncoated reinforcing steel bars shall be supported and fastened together to
prevent displacement by construction loads or concrete placement. For
concrete placed on ground, furnish concrete block supports or metal bar
supports with non-metallic bottom plates. For concrete placed against forms
furnish plastic or plastic coated metal chairs, runners, bolsters, spacers and
hangers for the reinforcing steel bar support. Only tips in contact with the forms
require a plastic coating.
2. Where parallel horizontal reinforcement in beams is indicated to be placed in
two or more layers, reinforcing steel bars in the upper layers shall be placed
directly over the reinforcing steel bars in the bottom layer with the clear distance
between each layer to be 2 inches unless otherwise noted on the Drawings.
Spacer reinforcing steel bars shall be placed at a maximum of 3’-0†on center to
maintain the minimum clear spacing between layers.
3. Reinforcement shall be extended to within 2 inches of formed edges and 3
inches of the concrete perimeter when concrete is placed against earth.
4. Reinforcing steel bars shall not be bent after embedding in hardened concrete
unless approved by the Owner.
5. Tack welding or bending reinforcing steel bars by means of heat is prohibited.
6. Where required by the contract documents, reinforcing steel bars shall be
embedded into the hardened concrete utilizing an adhesive anchoring system
specifically manufactured for that application. Installation shall be per the
manufacturer’s written instructions.
7. Bars with kinks or with bends not shown shall not be used.
8. Welding bars shall be performed in accordance with AWS D1.4 and shall only be
permitted where specified or approved by the Owner. Bars shall not be welded
at the bend.
NCRTS Scale Replacement 03 20 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
3.06 FIELD QUALITY CONTROL
A. Field quality control shall include the following:
1. The Owner shall be notified whenever the specified clearances between the
reinforcing steel bars cannot be met. The concrete shall not be placed until the
Contractor submits a solution to the congestion problem and it has been
approved by the Owner.
2. The reinforcing steel bars may be moved as necessary to avoid other reinforcing
steel bars, conduits or other embedded items provided the tolerance does not
exceed that specified in paragraph 3.01. The Owner’s approval of the modified
reinforcing steel arrangement is required where the specified tolerance is
exceeded. No cutting of the reinforcing steel bars shall be done without written
approval of the Owner.
3. An independent laboratory shall be employed to review and approve Contractor
welding procedures and qualify welders in accordance with AWS D1.4. The
laboratory shall visually inspect each weld for visible defects and conduct non-
destructive field testing (radiographic or magnetic particle) on not less than one
sample for each 10 welds. If a defective weld is found, the previous 5 welds by
the same welder shall also be tested.
**END OF SECTION**
Project No. RR8744 03 20 00-6 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
SECTION 03 30 00
CAST-IN-PLACE CONCRETE
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies cast-in-place concrete which consists of furnishing all material,
mixing and transporting equipment, and performing all labor for the proportioning,
mixing, transporting, placing, consolidating, finishing, and curing of concrete in the
structure.
1.02 QUALITY ASSURANCE
A. QUALITY CONTROL BY OWNER:
1. Special Inspection of concrete work shall be performed by the Special Inspector
under contract with the Owner and in conformance with the IBC Chapter 17.
Special Inspector(s) and laboratory shall be acceptable to the Owner in their
sole discretion. Special Inspection of concrete is in addition to, but not
replacing, other inspections and quality control requirements herein. Where
sampling and testing required herein conforms to Special Inspection standards,
such sampling and testing need not be duplicated.
2. All structural concrete work shall receive Special Inspection in accordance with
IBC Chapter 17. Structural concrete includes all elements which resist code-
defined loads and whose failure would impact life safety. Non-structural site
work concrete does not require Special Inspection. Anchor bolts and anchors
installed in hardened concrete require Special Inspection.
3. Owner provided testing shall be in accordance with Section 01 43 00 – QUALITY
ASSURANCE AND CONTROL.
B. QUALITY CONTROL BY CONTRACTOR: Where required to demonstrate conformance with
the specified requirements for cast-in-place concrete, the Contractor shall provide the
services of an independent testing laboratory which complies with the requirements of
ASTM E329. The testing laboratory shall sample and test concrete materials as
specified in paragraphs 2.01, 2.02, and 3.15. Costs of testing laboratory services shall
be borne by the Contractor.
C. BASIS FOR QUALITY: Cast-in-place concrete shall conform to the requirements of
ACI 301, except as modified herein.
D. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
NCRTS Scale Replacement 03 30 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
AASHTO Standard Specification for Highway Bridges
ACI 117 Tolerances for Concrete Construction and Materials
ACI 211.1 Selecting Proportions for Normal, Heavy Weight and Mass Concrete
ACI 214R Guide to Evaluation of Strength Test Results of Concrete
ACI 301 Structural Concrete for Buildings
ACI 302.1R Guide for Concrete Floor and Slab Construction
ACI 305.1 Specification for Hot Weather Concreting
ACI 306.1 Standard Specification for Cold Weather Concreting
ACI 309R Guide for Consolidation of Concrete
ACI 318 Building Code Requirements for Structural Concrete
ASTM C31 Making and Curing Concrete Test Specimens in the Field
ASTM C33 Concrete Aggregates
ASTM C39 Compressive Strength of Cylindrical Concrete Specimens
ASTM C40 Organic Impurities in Fine Aggregate for Concrete
ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete
ASTM C88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate
ASTM C94 Ready-Mixed Concrete
ASTM C117 Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing
ASTM C131 Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact
in the Los Angeles Machine
ASTM C136 Sieve Analysis of Fine and Coarse Aggregates
ASTM C142 Clay Lumps and Friable Particles in Aggregates
ASTM C143 Slump of Hydraulic Cement Concrete
ASTM C150 Portland Cement
ASTM C157 Length Change of Hardened Cement Mortar and Concrete
ASTM C172 Sampling Freshly Mixed Concrete
ASTM C192 Making and Curing Concrete Test Specimens in the Laboratory
ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C260 Air-Entraining Admixtures for Concrete
Project No. RR8744 03 30 00-2 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
Reference Title
ASTM C309 Liquid Membrane-Forming Compounds for Curing Concrete
ASTM C494 Chemical Admixtures for Concrete
ASTM C511 Standard Specification for Mixing Rooms, Moist Cabinets, Moist Rooms, and
Water Storage Tanks Used in Testing of Hydraulic Cements and Concrete
ASTM C595 Blended Hydraulic Cements
ASTM C618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete
ASTM C881 Epoxy-Resin-Base Bonding Systems for Concrete
ASTM C989 Slag Cement for use in Concrete and Mortars
ASTM C1059 Latex Agents for Bonding Fresh to Hardened Concrete
ASTM C1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)
ASTM C1567 Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials and
Aggregate (Accelerated Mortar Bar Method)
ASTM C1602 Mixing Water Used in the Production of Hydraulic Cement Concrete
ASTM D75 Sampling Aggregates
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate
ASTM E329 Agencies Engaged in Construction Inspection and/or Testing
ASTM E1155 Standard Test Method for Determining Floor Flatness and Floor Levelness
Numbers
CRD-C572 U.S. Corps of Engineer’s Specifications for Polyvinylchloride Waterstop
IBC 2012 International Building Code with local amendments
E. CONCRETE CONFERENCE:
1. A meeting shall be held to review the main specification requirements and the
Contractor's proposed concrete design mixes and to determine the procedures
for producing proper concrete construction. The meeting shall be held no later
than 28 days after the Notice to Proceed.
2. All parties involved in the concrete work shall attend the conference, including
the following: Contractor's representative, testing laboratory representative,
concrete subcontractor, and the concrete supplier. The contractor’s
representative may request for the Owner to attend the conference, which may
or may not attend at their discretion.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 SUBMITTAL PROCEDURES
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Each proposed mix design showing (a) the expected strength at 28 days,
(b) corresponding slump before and after the introduction of high-range water-
reducing admixtures, (c) water/cement ratios, (d) weights and test results of the
NCRTS Scale Replacement 03 30 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
ingredients, (e) aggregate gradation, (f) weights/proportions of cementitious
materials, such as fly ash, replacing cement, (g) test results of mix design
prepared by an independent testing laboratory, and (h) other physical properties
necessary to review each mix design for conformance with these specifications.
Mix design(s) proposed shall be sealed by a Professional Engineer registered in
the state of Washington.
2. Product literature and technical data for aggregates, cement, and pozzolan.
3. Product literature, technical data and dosage of all proposed admixtures
including, but not limited to, air entraining, water reducing and/or retarding
admixtures and shrinkage reducing admixtures at liquid containing concrete.
4. Anticipated average delivery time from batch plant to site. If this time exceeds
the limit specified in paragraph 3.02, include proposed method to extend set
time without deleterious effects on final product. Owner reserves the right, in
their sole discretion, to accept or reject such proposed methods.
5. Curing program description in sufficient detail to demonstrate acceptable
strength, finish and crack control as specified.
6. Product literature and technical data for waterstops, curing and sealing
compounds, bonding compounds, surface hardeners, epoxy and chemical grout
for crack injection, retardant, and trench drains.
7. Sample panels of formed wall surfaces as specified in paragraph 3.11-C and
Section 03 11 00. Samples of concrete floor and slab finishes are specified in
paragraph 3.12- E.
8. Concrete delivery truck tickets showing the information listed in ASTM C94,
section 14.
9. Product data for prefabricated trench drains. Product data shall include
material properties of the trench drain; trench drain cover, geometric
information, all required embedments in the concrete, and manufacturer’s
installation instructions.
10. Indicate proposed construction joint layout required to construct the structure if
different than shown within the drawings. Location of construction joints is
subject to approval of Owner.
11. Neoprene bearing pad sample, 4 inches x 4 inches; material data sheets
verifying conformance with specification; shop drawing of each bearing pad
showing splice locations, if any, and description of manufacturing and splice
procedure.
12. Submit shop drawings locating size and placement of all embedded steel items,
embedded pipes or conduits, and all openings within concrete pours. Reference
all contract drawings and specifications for embedded steel items, embedded
pipes or conduits, and all openings to be placed in concrete pours.
Project No. RR8744 03 30 00-4 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
PART 2--PRODUCTS
2.01 MATERIALS
A. CEMENT:
1. Portland cement shall be ASTM C150, Type II, low alkali, containing less than
0.60 percent alkalis. In addition to standard requirements, cement shall satisfy
optional chemical and physical requirements of ASTM C150, Tables 2 and 4,
respectively.
2. Portland-pozzolan cement shall be ASTM C595, Type IP (MS), interground, low
alkali.
3. Use cementitious materials that are of the same brand and type and from the
same plant of manufacture as the cementitious materials used in the concrete
represented by the submitted field test records or used in the trial mixtures. See
paragraph 2.01-G.
B. GROUND GRANULATED BLAST-FURNACE SLAG: Ground granulated blast-furnace slag
(GGBFS), if used in conjunction with Portland cement, shall be per ASTM C989.
C. AGGREGATES:
1. GENERAL: Except as modified herein, fine and coarse aggregates shall conform
to ASTM C33. Fine and coarse aggregates shall be regarded as separate
ingredients. Aggregates shall be non-reactive and shall be washed before use.
a. Aggregates shall be checked for alkali-silica reactive constituents per
ASTM C1260. Aggregate shall have less than 0.1% expansion when
tested in accordance with ASTM C1260. Aggregates having 0.1% or
greater expansion when tested in accordance with ASTM C1260 may
still be satisfactory provided ASTM C1567 concrete mix test results are
submitted and show an expansion of less than 0.1% at 16 days. ASTM
C1260 and ASTM C1567 test results shall be no older than 1 year.
b. Tests for size and grading of fine and coarse aggregates shall be in
accordance with ASTM C136. Combined aggregates shall be well and
uniformly graded from coarse to fine sizes to produce a concrete that
has optimum workability and consolidation characteristics. The final
combined aggregate gradation shall be established during the design
mix.
c. Aggregates used in the concrete shall be obtained from the same
sources and have the same size ranges as the aggregates used in the
concrete represented by the submitted historical data or trial mixtures.
See paragraph 2.01-G.
2. FINE AGGREGATE: Fine aggregate shall be hard, dense, durable particles of
either sand or crushed stone regularly graded from coarse to fine. Gradation
shall conform to ASTM C33. For classes of concrete which will be used in liquid
NCRTS Scale Replacement 03 30 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
retaining structures, fine aggregate shall not exceed 40 percent by weight of
combined aggregate total, except for concrete with coarse aggregate of less
than maximum size 1/2 inch.
a. Variations from the specified gradations in individual tests will be
acceptable if the average of three consecutive tests is within the
specified limits and the variation is within the permissible variation
listed below:
U.S. standard sieve Permissible variation in
size individual tests, percent
30 and coarser 2
50 and finer 0.5
b. Other tests shall be in accordance with the following specifications:
Test Test method Requirements
Amount of material ASTM C117 3 percent passing No. 200 sieve maximum
by weight
Sand equivalent ASTM D2419 Minimum 70
3. COARSE AGGREGATE: Coarse aggregate shall be hard, dense and durable
gravel or crushed rock free from injurious amounts of soft and friable particles,
alkali, and organic matter. Other deleterious substances shall not exceed the
limits listed in ASTM C33, Table 3 for Class Designation 5S. Gradation of each
coarse aggregate size specified in paragraph 2.02-A shall conform to ASTM
C33, Table 2.
a. Variations from the specified gradations will be acceptable in individual
tests if the average of three consecutive tests is within the specified
limits.
D. POZZOLAN:
1. Pozzolan shall be Class F fly ash conforming to ASTM C618. Class C fly ash is
not allowed. Pozzolan supplied during the life of the project shall have been
formed at the same single source. See paragraph 2.01-G.
2. The pozzolan color shall not substantially alter the resulting concrete from the
normal gray color and appearance.
3. Use pozzolan materials that are of the same brand and type and from the same
plant of manufacture as the materials used in the concrete represented by the
submitted field test records or used in the trial mixtures.
E. ADMIXTURES:
1. GENERAL: Admixtures shall be compatible with the concrete and with each
other. Calcium chloride or admixtures containing calcium chloride are not
Project No. RR8744 03 30 00-6 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
acceptable. Admixtures shall be used in accordance with the manufacturer's
recommendations and shall be added separately to the concrete mix. The
water reducing retarders and admixtures shall reduce the water required by at
least 11 percent for a given concrete consistency and shall comply with the
water/cement ratio standards of ACI 211.1. Retarder dosage shall result in set
time consistent with paragraph 3.02.
2. WATER REDUCING ADMIXTURES: Water reducing admixtures shall conform to
ASTM C494, Type A. Acceptable products include: BASF “Pozzolith 322Nâ€; SIKA
Chemical Corp. “Plastocrete 161â€; Euclid Chemical Co. “Eucon WR91â€; or equal.
3. WATER REDUCING AND RETARDING ADMIXTURES: Water reducing and
retarding admixtures shall conform to ASTM C494, Type D. Acceptable products
include: BASF “Pozzolith 300Râ€; Sika Chemical Corp. “Plastimentâ€; Euclid
Chemical Co. “Eucon Retarder 75â€; or equal.
4. HIGH RANGE WATER REDUCING ADMIXTURES: High range water reducing
(superplasticizing) admixtures shall conform to ASTM C494, Type F. Acceptable
products include: BASF “Glenium 3000NSâ€; Sika Chemical Corp. “Sikament FF
or 686â€; Euclid Chemical Co. “Eucon 37â€; W.R. Grace “ADVA 195â€; or equal.
5. HIGH RANGE WATER REDUCING AND RETARDING ADMIXTURES: High range
water reducing and retarding admixtures shall conform to ASTM C494, Type G.
Acceptable products include: W.R. Grace “Daracem 100â€; Euclid Chemical Co.
“Eucon 537â€; or equal.
6. AIR ENTRAINING AGENT: Air entraining agent shall conform to ASTM C260.
Acceptable products include: BASF“MB-AE 90â€; Sika Chemical Corp. “AEA-15â€;
Euclid Chemical Co. “AEA-92â€; or equal. The air entraining agent added shall
produce, in accordance with ASTM C260, an entrained air content specified in
paragraph 2.02-A for each class of concrete.
7. SHRINKAGE REDUCING ADMIXTURE: Select shrinkage reducing admixture for
compatibility with air entrainment admixture and other ingredients of the
concrete mix. Acceptable products include: BASF “Tetraguard AS20†and Grace
“Eclipse 4500â€.
F. WATER: Water for washing aggregate, for mixing and for curing shall be free from oil and
deleterious amounts of acids, alkalis, and organic materials; and shall comply with the
requirements of ASTM C1602. Additionally, water used for curing shall not contain an
amount of impurities sufficient to discolor the concrete.
G. CHANGE OF MATERIALS: After each concrete mix design is approved by the Owner, no
changes of any sort or source will be allowed without prior written approval from the
Owner. When brand, type, size, or source of cementitious materials, aggregates, water,
ice, or admixtures are proposed to be changed, new field data, data from new trial
mixtures, or evidence that indicates that the change will not affect adversely the
relevant properties of the concrete shall be submitted for approval by the Owner before
use in concrete.
NCRTS Scale Replacement 03 30 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
2.02 CONCRETE CHARACTERISTICS
A. MIX PROPORTIONING:
1. Concrete shall be normal weight concrete composed of specified cement,
pozzolan, admixtures, aggregates and water proportioned and mixed to produce
a workable, strong, dense, and impermeable concrete. The Contractor may
substitute interground Portland-pozzolan cement conforming to ASTM C595,
containing the specified amount of pozzolan in lieu of Portland cement and
pozzolan. Water-cementitious material (w/cm) ratio is based on the combined
contents of cement and pozzolan in a given mix proportion.
2. Concrete shall be provided in accordance with the following:
Maximum Minimum Pozzolan,
ASTM Minimuma
water- Cementitious percent by Air Slump
Concrete coarse 28-day
cementitious Materials weight of contentg Rangef
class aggregate compressive
materials Content cementitious (percent) (inches)
size strength, psi
(w/cm) ratio (pounds/CY) materials
B 57 or 67 0.45 560 15-20d 4-6 3000 3-5
C 67 0.40 560 15-20 4-6 4500 3-5
Ec 57 -- - 15-20d Not 2000 4-8
Required
4 - 6
Fh 57 0.38 550 15 - 20 4000 3 - 5
a Compressive strength shall be determined at the end of 28 days based on test cylinders made and
tested in accordance with ASTM C39.
c Concrete encasement for electrical conduit shall contain 3 pounds of red oxide per sack of cement.
d Pozzolan use optional for this class of concrete.
f Slump before addition of high range water reducing admixture (superplasticizer). Maximum slump
after addition of high range water reducing admixture shall be 8â€.
g Air content of finished floors to be troweled shall not exceed 3%.
h Polypropolene fiber content of 1.5 pounds per cubic yard.
B. USE: Concrete shall be provided by class for the corresponding use listed as follows:
Type of use Class of concrete
Non-structural concrete (sidewalks, curbs, B
pavers, etc.)
Typical cast-in-place structural concrete C
Pipe bedding and encasement, electrical E
conduit encasement (duct banks) and
concrete fill (Contractor option to use same
concrete mix used at slab pour above)
Truck Scale Slabs F
Project No. RR8744 03 30 00-8 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
C. CONTROL TESTS:
1. GENERAL: Before beginning concrete work, the Contractor shall determine the
proper proportions of materials for each class of concrete. The mix shall consist
of specified cement, pozzolan, admixtures, aggregate and water. Methods for
selecting and adjusting proportions of the ingredients shall be in accordance
with ACI 211.1. Verification of mix characteristics for submittal may be
achieved using either the Trial Mix Design method or Field Experience method.
Concrete shall not be placed in the field prior to review and acceptance of mix
proposed.
2. TRIAL MIX DESIGN: Each class of concrete and/or mix verified by this method
shall be manufactured at the batch plant which will supply concrete to the
project using materials proposed for the Work and material combinations listed
in paragraphs 2.01 and 2.02. Testing, data and reporting shall conform to ACI
318 Section 5.3.
3. FIELD EXPERIENCE DATA: When sufficient test data for a particular mix design
is available which is identical or substantially similar to that proposed for use,
Contractor may substitute use of this data in lieu of a trial mix design. Field
data, reports, and analysis shall conform to ACI 318 Section 5.3, except as
modified herein. Historical mix design proportions for which data are submitted
may vary from the specified mix within the following limits: (a) f’c as specified or
up to 500 psi above; (b) w/cm ratio as specified or lower; (c) pozzolan content
within 5 percent of that specified; (d) maximum coarse aggregate size may not
vary smaller, but gradation of coarse aggregate may vary; (e) fine aggregate
fraction within +0/- 5 percent of that specified; and (f) slump after introduction
of admixtures +0/-1 inch. Use of historical mix design data does not allow
modification of the project mix specifications herein without the express review
and acceptance of the Owner.
4. Concrete shall not be placed in the field prior to acceptance of the concrete mix.
2.03 BONDING COMPOUNDS
A. Epoxy resin bonding compounds to be used for wet areas shall conform to ASTM C881
Types IV or V, Class A, B, or C depending on temperature at use, and Grade to suit
geometry and installation circumstances. Acceptable products include: BASF
“Concresive Paste SPL†or “Concresive 1490â€, as applicable; Sika Chemical Corporation
“Sikadur 35†or Sikadur 32â€, as applicable; or equal.
B. Non-epoxy bonding compounds may be used in dry areas for non-structural bonding or
as specifically noted on the drawings only and shall conform to ASTM C1059 Type II.
Acceptable products include: Edoco “Burke Acrylic Bondcreteâ€; ChemMasters
“Creteloxâ€; or equal.
C. Bonding compounds shall be applied in accordance with the manufacturer’s
instructions.
NCRTS Scale Replacement 03 30 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
2.04 RETARDANT
A. Retardant for exposing aggregates for unformed surfaces in construction joints shall be
Sika “Rugasol-Sâ€; W.R. Grace “Top-Castâ€; or equal. Retardant shall be applied in
accordance with manufacturer’s instructions sufficient to assure a minimum
penetration of 1/4 inch.
2.05 SURFACE HARDENER
A. MODERATE DUTY HARDENER: Moderate duty surface hardener shall be premixed, non-
colored, and nonmetallic. Acceptable products include Degussa Building Systems
“Mastercronâ€; A. C. Horn Inc, “Durafaxâ€; Burke Company “Non-Metallic Floor Hardenerâ€;
or equal. Surface hardener shall be applied in accordance with manufacturer’s
instructions, and shall be applied in an amount of at least 0.75 pounds per square foot
for commercial, light duty traffic and 1.25 pounds per square foot for heavy duty traffic
and process spaces. Product and/or application procedure shall be compatible with
specified or modified air contents for the class of concrete hardened.
B. HARDENER FOR EXISTING CONCRETE: Monolithic finish for moderate duty may utilize
an alkaline siliconate solution to harden, densify, and seal the surface. Acceptable
products include L&M Construction Chemicals “Seal Hardâ€; or equal. Proposed product
shall be approved by Owner after review of similar floors so-treated for at least 2 years.
2.06 CURING AND SEALING COMPOUNDS
A. Curing and sealing compound shall be BASF “Sonneborn“Kure-N-Seal 25LVâ€; Edoco,
“Spartan-Cote VOCâ€; or equal, conforming to ASTM C309.
B. Curing compound shall be clear and shall be applied in accordance with the
manufacturer’s instructions, except as otherwise specified. Curing and sealing
compound shall be certified compliant with final finish systems.
2.07 NEOPRENE BEARING AND SEAL PADS
A. Bearing and seal pads and rod shall be composed of 100 percent chloroprene
(neoprene), 50 Durometer A, and conform to Division II, Section 18 of AASHTO Standard
Specifications for Highway Bridges. Pads and rods shall conform to geometry as shown
on the drawings. All bearing and seal pads and rods shall be one-piece manufactures,
or factory spliced using a process proven gas-tight in repeated similar applications.
Glues and adhesives shall not be used to bond pieces together.
B. Deliver to job site in protective containers or packaging and maintain the integrity of the
pad/rod through construction.
PART 3--EXECUTION
3.01 GENERAL
Project No. RR8744 03 30 00-10 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
A. This section covers the production of cast-in-place concrete. Included are methods and
procedures for obtaining quality concrete through proper handling, placing, finishing,
curing, and repair of surface defects.
3.02 CONCRETE
A. Concrete shall be truck-mixed, ready-mixed concrete conforming to the applicable
portions of ASTM C94. Materials shall be proportioned by weighing. Pozzolan shall be
introduced into the mixer with cement and other components of the concrete mix;
pozzolan shall not be introduced into a wet mixer ahead of other materials or with
mixing water. Water shall be introduced at the time of charging the mixer; additional
water may be introduced within 60 minutes from charging the mixer, provided the
specified slump is not exceeded and the maximum total water per the approved mix
design is not exceeded. Contractor shall arrange with the testing laboratory for
inspection as required to comply with these specifications.
B. Concrete shall be delivered to the site and discharge shall be completed within 90
minutes after introduction of water to the mixture. Extension of allowable time beyond
this limit requires a Contractor proposed remedial action plan to be reviewed and
accepted by the Owner.
3.03 CONVEYING AND PLACING CONCRETE
A. CONVEYING CONCRETE: Concrete shall be conveyed from the mixer to the forms in
accordance with ACI 301. Concrete which has segregated in conveying shall be
removed from the site of the work.
B. PLACING CONCRETE:
1. GENERAL: Concrete shall be placed in accordance with ACI 301. Do not permit
concrete to drop freely more than 4-ft.
2. PLACING CONCRETE BY PUMPING: Concrete may be placed by pumping at
Contractor’s discretion. Use of pumping shall not, however, be cause to change
or relax specified mix design characteristics. Concrete shall possess the
specified characteristics at the point of placement.
a. Slump shall be measured at the hose discharge, except as follows.
Initial slump testing in each pour shall occur at both the pumping unit
inlet hopper and hose discharge. Slump loss in pumping, measured
between the inlet hopper and the hose discharge, shall not exceed 1
inch. After these criteria have been satisfied, slump may be measured
at the inlet hopper with allowable slump increased by the earlier
measured difference, not to exceed 1 inch.
b. Air content shall be measured at the hose discharge, except as follows.
Initial air content testing shall occur at both the pumping unit inlet
hopper and the hose discharge. Loss of air content shall be measured
between the inlet hopper and the hose discharge. The air content of
the delivered concrete at the inlet hopper shall be increased to provide
the specified air content at the hose discharge. After these criteria have
been satisfied, air content may be measured at the inlet hopper.
NCRTS Scale Replacement 03 30 00-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
c. Before starting each pumping operation, the pump and line shall be
primed with a cement slurry to lubricate the system. Cement slurry shall
be wasted outside the forms. Hose tip shall be equipped with a safety
chain for recovery in case of hose blowout during pumping, and in no
case shall hose or accessories remain in the freshly placed concrete.
d. Proper tremie placing techniques and equipment shall be used for all
pump placed concrete. Pump discharge system shall remain full of
concrete from pump to discharge point at all times. Concrete pumping
shall not occur until Owner has verified that the proper equipment is
available, in particular, the tremie plug. Should the discharge line
become open, with significant zones empty of concrete, then the
pumping shall cease and the line re-primed with tremie plug installed
before continuing the pour.
3. PLACING CONCRETE IN HOT WEATHER: In hot weather, as defined by ACI,
concrete shall be placed in accordance with ACI 305.1.
4. PLACING CONCRETE IN COLD WEATHER: In cold weather, as defined by ACI,
concrete shall be placed in accordance with ACI 306.1.
C. CONSOLIDATING CONCRETE: Concrete shall be consolidated in accordance with ACI
301 and ACI 309R. If proper consolidation is not occurring, then concrete placing shall
be suspended until proper consolidation can be achieved.
3.04 CURING AND SEALING
A. GENERAL:
1. Concrete curing shall be completed by water curing or by using a clear
membrane curing compound or by a combination of both methods. Repairs or
treatment of concrete surfaces shall be coordinated so that interruption of the
curing will not be necessary.
2. Concrete surface temperature shall be maintained per ACI. Curing concrete in
hot weather shall be in accordance with ACI 305.1. Curing concrete in cold
weather shall be in accordance with ACI 306.1.
B. WATER CURING:
1. When water curing is used, concrete shall be kept wet continuously for a
minimum of 10 days after placement. Absorptive mats or fabric may be used to
retain moisture during the curing period.
2. Unless otherwise specified, water curing shall be used in hot weather. Forms
shall be covered and kept moist. The forms shall be loosened as soon as
possible without damage to the concrete, and provisions made for curing water
to run down inside them. During form removal, care shall be taken to provide
wet cover to newly exposed surfaces.
Project No. RR8744 03 30 00-12 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
C. CURING COMPOUND:
1. When curing compound is used, it shall be applied as soon as the concrete has
set sufficiently so as not to be marred by the application or immediately
following form removal for vertical and other formed surfaces. Preparation of
surfaces, application procedures, and installation precautions shall be followed
in strict compliance with the manufacturer’s instructions. Use of curing
compound shall be in accordance with the manufacturer’s recommendations.
2. Curing compound shall not be used on concrete surfaces to be coated,
waterproofed, moistureproofed, tiled, roofed, or where other coverings are to be
bonded, unless the curing compound is compatible with the final finish covering
or it is removed prior to covering.
3.05 PROTECTION
A. Concrete shall be protected from injurious action by sun, rain, flowing water, frost and
mechanical injury.
B. Loading green concrete will not be permitted. Green concrete is defined as concrete
with less than 100 percent of the specified strength.
C. Unless otherwise shown on the Drawings, no backfill shall be placed against concrete
walls until the concrete has reached the specified strength and the connecting slabs
and beams have been cast and have reached the specified strength.
D. Arrangements for covering, insulating, and protecting concrete in cold weather shall be
in accordance with ACI 306.1.
3.06 CONSTRUCTION JOINTS
A. GENERAL: Concrete in each unit of construction shall be placed continuously. Before
new concrete is placed on or against concrete which has set, forms shall be
retightened and the surface of the set concrete shall be cleaned of foreign matter.
Watertight joints shall be provided as specified in paragraph 3.09.
B. CONSTRUCTION: Construction joints shall be formed as specified. A rough surface of
exposed concrete aggregates shall be produced using a surface retardant or water
blasting at construction joints, including joints between slab and topping concrete. The
limit of the treated water blasted surfaces shall be 1 inch away from the joint edges.
Within 24 hours after placing, retarded surface mortar shall be removed either by high
pressure water jetting or stiff brushing or combination of both so as to expose coarse
aggregates. A rough surface of exposed aggregate may also be produced by
sandblasting followed by high pressure water jetting. Sandblasting, if used, shall
remove 1/4 inch of laitance film and shall expose coarse aggregate to ensure
adequate bond and water tightness at the construction joints.
C. LOCATIONS: Construction joint locations shall be as follows:
1. Walls exceeding 50 feet in length shall be cast in panels not to exceed 30 feet
in length. Where the number of panels is three or more, the panels shall be
NCRTS Scale Replacement 03 30 00-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
cast in an alternating pattern, unless 5 days have elapsed between casting of
adjoining panels. Joints are not allowed within the lesser of 10 feet or
25 percent of the wall length from any corner unless specifically detailed thus
on the drawings.
2. Joints in beams or girders shall be located at or near the midpoint between
supports.
3. Joints in the members of a floor system shall be made at or near the center of
the span.
4. Joints in walls and columns shall be at the underside of floors, slabs, beams or
girders and at the tops of footings or floor slabs. Joints in columns shall be
perpendicular to the axis.
5. Slabs panels shall be cast in checkerboard patterns not to exceed 40 feet in
length and not to exceed 900 square feet in area, with maximum 1 ½ to 1 ratio
of side lengths. Minimum lapsed time between placing adjacent panels shall be
72 hours. The requirements for size of slab panel may be waived if joints are
specifically located on the Drawings.
D. Vertical construction joints shall be grooved at faces exposed to view. Grooves
subjected to wetting or weather shall be caulked with joint sealer as specified.
E. Reinforcing steel and welded wire fabric shall be continued across construction joints.
Girders and floor slabs shall not be constructed over columns or walls until at least one
hour has elapsed to allow for shrinkage in the column or wall. No joint will be allowed
between a slab and a beam or girder unless otherwise specified. Joints shall be
perpendicular to the main reinforcement. Waterstops shall be provided in construction
joints at locations as specified in paragraph 3.09.
3.07 INSERTS AND EMBEDMENTS
A. INSERTS:
1. Where pipes, castings or conduits are to pass through structures, the Contractor
shall place such pipes or castings in the forms before placing the concrete, or
he may provide openings in the concrete for subsequent insertion of such pipes,
castings or conduits. Such openings shall be provided with waterstops and
V-shaped construction joint as shown and shall have a slight flare to facilitate
grouting and permit the escape of entrained air during grouting.
2. Additional reinforcement shall be provided around openings as shown. Grout fill
around inserts shall be non-shrink grout as specified in Section 03 60 00.
3. Horizontal conduits and pipes, where shown in structural slabs and beams,
shall be placed between the top and bottom layers of reinforcement. Spacing
and size limitations shall conform to ACI 318 Section 6.3 unless specifically
approved otherwise by the Owner. Such conduits and pipes shall not run
directly beneath a column or, if used, its steel baseplate. Pipe, conduit, dowels,
and other ferrous items required to be embedded in concrete construction shall
Project No. RR8744 03 30 00-14 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
be so positioned and supported prior to placement of concrete that there will be
a minimum of 2-inches clearance between said items and any part of the
concrete reinforcement. The outside diameter of such conduits should not
exceed one-fourth the slab or beam thickness. Securing such items in position
by welding them to the reinforcement will not be permitted.
B. EMBEDMENTS: Special castings, channels or other miscellaneous metal parts that are
to be embedded in the concrete shall be set and secured in the forms prior to concrete
placement. Unless otherwise specified, anchor bolts and inserts shall be embedded in
concrete as shown. The Contractor shall provide inserts, anchors or other bolts
necessary for the attachment of piping, valves, metal parts and equipment. Nailing
blocks, plugs, strips, and the like necessary for the attachment of trim, finish, and
similar work shall be provided. Voids in sleeves, inserts and anchor slots shall be filled
temporarily with readily removable material to prevent the entry of concrete into the
voids.
3.08 EXPANSION JOINTS
A. Expansion joints shall be as shown. Reinforcement or other embedded metal items
bonded to the concrete shall not extend through expansion joints. Waterstops shall be
provided in expansion joints as specified in paragraph 3.09.
3.09 MODIFICATION OF EXISTING CONCRETE
A. GENERAL: Structural dimensions related to or controlled by previously constructed or
existing structures shall be verified in the field by the Contractor prior to concrete work.
B. CUTTING OR CORING CONCRETE:
1. Surfaces exposed to view shall be neatly saw cut to a depth of 1 inch prior to
removing the existing concrete. Where existing reinforcement is exposed due to
saw cutting or core drilling and no new material is to be placed on the sawcut
surface, a coating or surface treatment of epoxy shall be applied to the entire
cut surface. Areas that require an oversize opening shall be as shown on the
Drawings. The exposed surface of the oversized opening shall be coated with
an epoxy bonding compound and re-finished with profiling mortar to the
required opening size.
2. Existing joint edge shall be ground to create a chamfer matching those used
adjacent, where occurs. Grind existing to imitate tooled edge.
3. Unless specifically notified otherwise, Contractor shall investigate concrete to be
drilled, cored or sawcut to determine location of existing reinforcing steel.
Penetrations shall be located so as to clear existing reinforcing steel if possible.
Unless otherwise detailed on the drawings, or where not possible to avoid
reinforcing steel, consult the Owner as to acceptability of cutting reinforcing
steel and provide new reinforcing systems as directed. Locating methods
include chipping to expose reinforcing steel, ground penetrating radar, X-ray, or
magnetic flux devices. Locates of existing reinforcing shall be paid for by the
NCRTS Scale Replacement 03 30 00-15 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
Contractor.
C. JOINING NEW CONCRETE TO EXISTING: Existing concrete surfaces to be joined with new
concrete shall be thoroughly cleaned and roughened by abrasive blasting, bush
hammering or other method to achieve ¼-inch amplitude surface. Existing metalwork,
embeds or other interfering items shall be removed. Coat existing surface with epoxy
bonding compound just prior to placement of new concrete.
D. DOWELS: Dowels to be installed in existing concrete shall utilize holes drilled with a
hammer drill and carbide bit (core drilled holes not allowed), properly brushed and air-
cleaned with oil-free compressed air, and an injectable two-component epoxy adhesive,
as per Section 03 60 00. Installation shall conform to manufacturer’s
recommendations and to ICC Evaluation Reports.
E. DRILLING HOLES IN EXISTING CONCRETE FOR POST-INSTALLED ANCHORS:
1. Non-destructive methods shall be used for locating reinforcement prior to
drilling operations. For anchor locations that interfere with reinforcement, the
Contractor shall first attempt to relocate anchors to avoid drilling through the
reinforcement.
2. For situations that do not allow relocation of the anchor, cutting of
reinforcement for anchor installation subject to the following will be acceptable:
a. Prior to drilling through reinforcement, the Contractor shall have an
experienced individual evaluate the condition. For situations that
appear questionable, the Owner shall be consulted.
b. Holes drilled through reinforcement must be in compliance with
adhesive anchor assumptions for roughened hole surface typical of a
hammer drill and carbide bit. No smooth hole surfaces are allowed.
c. No slab rebar shall be cut within 24-inches of the supporting wall,
column or an opening in the slab.
d. No cutting of rebar is allowed in the middle third of slab spans for
anchors with diameters equal to or greater than 3/4â€.
e. Maximum of two rebar may be cut in any 10-foot width of slab.
f. Maximum of two rebar may be cut within any 10-foot width of concrete
wall.
g. Maximum of one rebar may be cut within any 8-foot width of CMU wall.
h. No wall or slab rebar shall be cut within 24-inches of an opening.
3. For anchors that cannot be moved and that conflict with the above
requirements, the Owner shall be consulted for direction. Under no
circumstances will it be acceptable to cut through reinforcement in beams,
columns, precast members, and stairs.
Project No. RR8744 03 30 00-16 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
3.10 FORMED SURFACE FINISHES
A. REPAIR OF SURFACE DEFECTS: Surface defects, including tie holes, minor
honeycombing or otherwise defective concrete shall be repaired in accordance with ACI
301. Areas to be patched shall be cleaned. Minor honeycombed or otherwise defective
areas shall be cut out to solid concrete to a depth of at least 1 inch. The edges of the
cut shall be perpendicular to the surface of the concrete. Patches on exposed surfaces
shall be finished to match the adjoining surfaces after they have set. Patches shall be
cured as specified for the concrete. Finished surfaces shall be protected from stains
and abrasions. Finishes shall be equal in workmanship, texture, and general
appearance to that of the adjacent concrete. Concrete with honeycombing which
exposes the reinforcing steel or with defects which affect structural strength shall be
corrected at no additional cost to the Owner.
B. FORMED SURFACE FINISHING: Formed surfaces shall be finished as soon as practicable
after form removal and repair of surface defects. Finishes shall be as follows.
1. FINISH C: Finish C shall be a finish which has surface imperfections less than
1/4 inch in any dimension. Surface imperfections greater than 1/4 inch shall
be repaired or removed and the affected areas shall be neatly patched. Finish
C or smoother shall be provided for uncoated surfaces at surfaces of stairwells;
interior surfaces of equipment rooms, galleries and tunnels not otherwise
specified to receive a different finish; permanently exposed vertical and sloped
surfaces; and otherwise unfinished interior surfaces.
2. FINISH D: Finish D shall be the finish for surfaces which may be left as they
come from the forms, except that tie holes shall be plugged and defects greater
than 1/2 inch in any dimension shall be repaired. Light blast to remove latent
material
3.11 SLAB FINISHES
A. GENERAL:
1. The finishes specified herein include surface finishes, treatments and toppings
for floors and slabs. Comply with ACI 302.1R recommendations for screeding,
re-straightening, and finishing operations for concrete surfaces. Dry cement
shall not be used on new concrete surfaces to absorb excess moisture. Edges
shall be rounded to a radius of 1/2 inch. Joints shall be grooved to a radius and
depth of 1/4 inch each. Finishes shall match the sample panels provided under
paragraph 3.12-E.
2. Floors shall be sloped to drain uniformly within a room or space. Unless
otherwise specified, slope shall be a minimum of 1/8 inch per foot toward
nearest drain. Where finish is not specified, floor slabs shall receive steel
troweling. Use of floor drains with only locally depressed slabs shall be
coordinated with Owner if detailed on the drawings, and restricted to locations
specifically noted.
B. FLOAT FINISH: Floating shall be performed with a hand or power-driven float in
accordance with ACI 301. Begin floating when the bleed water sheen has disappeared
NCRTS Scale Replacement 03 30 00-17 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
and the surface has stiffened sufficiently to permit operation of the specific float
apparatus. Floating of any one area shall be the minimum necessary to produce a
finish that will meet tolerance requirements of ACI 117 for a conventional surface.
Refloat the slab immediately to a uniform texture. Floating shall compact and smooth
the surface and close any cracks and checking of surfaces. Float finish shall be applied
to tops of footings, and steps and surfaces to receive roofing and insulation.
C. STEEL TROWEL FINISH:
1. Float the concrete surface and then trowel in accordance with ACI 301 and
following the tolerances of ASTM E 1155. Immediately after final troweling, the
surface shall be cured and protected as specified in paragraphs 3.04 and 3.05.
Steel trowel finish shall be provided on floors unless specified otherwise.
2. Surface Hardener (see paragraph 2.06) shall be troweled into the finished
surface at the locations identified on the drawings.
D. BROOMED FINISH: Immediately after concrete has received a floated finish, give the
concrete surface a coarse transverse scored texture by drawing a broom or burlap belt
across the surface in accordance with ACI 301. Broomed finish shall be provided for
walks, slabs-on-grade exposed to atmosphere, exterior concrete platforms, steps and
ramps, and where otherwise indicated or specified. Light broom finish for sidewalks;
medium broom finish for scale deck.
3.12 RELATED SURFACES
A. FINISHING OF UNFORMED SURFACES:
1. RELATED UNFORMED SURFACES: Tops of walls or buttresses, horizontal
offsets, and similar unformed surfaces occurring adjacent to formed surfaces
shall be struck smooth after concrete is placed and shall be floated to a texture
reasonably consistent with that of the adjacent formed surfaces. Final
treatment of formed surfaces shall continue uniformly across the unformed
surfaces.
2. PAVEMENTS AND SIDEWALKS: The surfaces of the concrete shall be screeded
to grade and sloped to drain. After screeding, the surface shall receive a
broomed finish as specified in paragraph 3.12-D. Edges and expansion joints
shall be rounded to a radius of ½ inch. Joints shall be grooved to a radius and
depth of 1/4 inch each.
3.13 FIELD SAMPLING AND TESTS
A. GENERAL: Field sampling and testing shall be performed by the independent testing
laboratory. Samples of aggregates and concrete shall be taken at such times to
represent the quality of the materials and work throughout the project. The laboratory
shall provide the necessary labor, materials and facilities for sampling the aggregate
and for casting, handling and initially storing the concrete samples at the site of work.
Aggregates shall be sampled in accordance with paragraph 3.15-B not less than 30
days prior to the use of such aggregates in the work. The minimum number of samples
and tests are specified in paragraph 3.15-C.
Project No. RR8744 03 30 00-18 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
B. SAMPLING:
1. AGGREGATES:
a. GENERAL: Fine and coarse aggregates shall be sampled in accordance
with ASTM D75. Samples shall be taken at the discharge gates of the
bins feeding the weigh hopper. The Contractor shall provide safe and
suitable facilities for obtaining samples. Samples shall be obtained at
the concrete batch plant at the frequency specified in paragraph 3.15-
C. Sampling shall be repeated when the source of material is changed
or when unacceptable deficiencies or variations from the specified
requirements of materials are found in testing. Aggregate samples shall
be tagged and their sources identified.
b. COARSE AGGREGATE: A sample weighing between 50 and 60 pounds
shall be taken after the batch plant is brought up to full operation. The
samples shall be taken so that a uniform cross section, accurately
representing the materials on the belt or in the bins, is obtained.
c. FINE AGGREGATE: Samples shall be taken as specified for coarse
aggregate. The samples shall be taken for sieve analysis of fine
aggregate and specific gravity tests. Samples of sand shall be taken
when the sand is moist.
2. CONCRETE: Samples of plastic concrete shall be obtained in accordance with
ASTM C172. Samples shall be taken at the hopper of concreting equipment or
transit mix truck, except as noted in paragraph 3.03-B.2
C. TESTING:
1. AGGREGATE: A minimum of one test of coarse aggregate per 400 cubic yards
of concrete and a minimum of one test of fine aggregate per 200 cubic yards of
concrete used shall be made to confirm continuing conformance with
specifications for gradation, cleanliness and sand equivalent. A maximum of
one test per day of each aggregate is required. The full test program is required
before source changes will be accepted.
2. CONCRETE:
a. STRENGTH TESTS: The strengths specified for the design mix shall be
verified by the independent testing laboratory during placement of the
concrete. Verification shall be accomplished by testing standard
cylinders of concrete samples taken at the job site. Cylinders shall be 4
by 8 inch or 6 x 12 inch.
1) Standard cylinders shall represent the concrete placed in the
forms. One set of six standard 6 x 12 inch (or nine 4 x 8 inch)
cylinders shall be cast of each class of concrete for each 100
cubic yards or less or for each 5,000 square feet of surface
area placed per day. Casting, handling and curing of cylinders
shall be in accordance with ASTM C31. Additional cylinders
NCRTS Scale Replacement 03 30 00-19 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
shall be provided when an error in batching is suspected. For
the first 24 hours after casting, the cylinders shall be kept moist
in a storage box provided and removed by the Owner’s testing
agency and constructed and located so that its interior air
temperature will be between 60 and 80 degrees F. At the end
of 24 hours, the cylinders shall be transported to the testing
laboratory.
2) Testing of specimens for compressive strength shall be in
accordance with ASTM C39. Tests shall be made at 7 and 28
days from time of casting. Two 6 x 12 inch (or three 4 x 8 inch)
test cylinders from each group of six (or nine) shall be tested at
the end of 7 days and two 6 x 12 inch (or three 4 x 8 inch) shall
be tested at the end of 28 days. The two remaining 6 x 12 inch
(or three 4 x 8 inch) cylinders shall be tested at the end of 56
days if the 28-day strength reports below specification. A
strength test shall consist of the average strength of two 6 x 12
inch (or three 4 x 8) cylinders cast from material taken from a
single load of concrete. If one cylinder shows evidence of low
strength due to improper sampling, casting, handling or curing,
the result of the remaining cylinders may be used if approved by
the Owner.
3) The average of any three consecutive 28-day strength test
results of the cylinders representing each class of concrete for
each structure shall be equal to or greater than the specified
strength and not more than 10 percent of the strength test
results shall have values less than the specified 28-day strength
for the total job concrete. No individual strength test result shall
be less than the specified strength by more than 500 pounds
per square inch.
4) Certified reports of the test results shall be provided directly to
the Owner. Test reports shall include sufficient information to
identify the mix used, the stationing or location of the concrete
placement, and the quantity placed. Slump, air content,
temperature of concrete, and ambient temperature shall be
noted. The 28-day strength test results shall be evaluated in
accordance with ACI 214R. Quality control charts showing field
test results shall be included with the test results for each class
of concrete in each major structure. Charts shall be prepared in
accordance with ACI 214R. Quality control charts shall be
maintained throughout the entire job and shall be available for
the Owner’s inspection at any time.
5) If the 28-day test results fall below the specified compressive
strength for the class of concrete required for any portion of the
work, adjustment in the proportions, water content, or both,
shall be made as necessary at the Contractor’s expense.
Changes and adjustments shall be reported in writing to the
Owner.
Project No. RR8744 03 30 00-20 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
6) If compressive test results indicate concrete in place may not
meet structural requirements, tests shall be made to determine
if the structure or portion thereof is structurally sound. Tests
may include, but not be limited to, cores in accordance with
ASTM C42 and any other analyses or load tests acceptable to
the Owner. Costs of such tests shall be borne by the Contractor.
b. TESTS FOR CONSISTENCY OF CONCRETE. The slump shall be as
specified when measured in accordance with ASTM C143. Samples for
slump determination shall be taken from the concrete during
placement. Tests shall be made at the beginning of concrete
placement operation and at subsequent intervals to ensure that the
specification requirements are met. Slump tests shall also be
performed whenever standard cylinders are cast. For pumped
concrete, slump shall be measured in accordance with paragraph 3.03-
B.2.
1) When high range water reducers are added at the site, slump
tests shall be taken before and after addition of high range
water reducing admixtures.
c. TESTS FOR TEMPERATURE AND AIR CONTENT: Temperature tests shall
be made at frequent intervals during hot or cold weather conditions
until satisfactory temperature control is established. Whenever
standard cylinders are cast, temperature tests shall be performed.
1) Air content shall be as specified when measured in accordance
with ASTM C231. Air content shall be measured whenever
standard cylinders are cast. For pumped concrete, air content
shall be measured in accordance with paragraph 3.03-B.2.
D. FINAL LABORATORY REPORT: A final report, prepared by the testing laboratory, shall be
provided at the completion of all concreting. This report shall summarize the findings
concerning concrete used in the project and provide totals of concrete used by class
and structure. Final quality control charts for compressive strength tests for classes of
concrete specified in each major structure shall be included. The report shall also
include the concrete batch plant’s coefficient of variation and standard deviation results
for each class of concrete.
3.14 REPAIR OF DAMAGED CONCRETE, CRACKING
A. ACCEPTANCE OF CONCRETE: Completed cast-in-place concrete work shall conform to
the applicable requirements of ACI 301 and the Contract Documents. Concrete work
that fails to meet the requirements of ACI 301 or the Contract Documents shall be
repaired as approved by the Owner to bring the concrete into compliance. Concrete that
cannot be brought into compliance by approved repair methods will be rejected.
Rejected concrete work shall be removed and replaced. Repair methods shall be in
accordance with ACI standards and are subject to the approval of the Owner. The cost
of repairs and replacement of defective concrete shall be borne by the Contractor.
NCRTS Scale Replacement 03 30 00-21 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
3.15 CLEANUP
A. Upon completion of the work and prior to final inspection, the Contractor shall clean all
concrete surfaces. The cleaning procedures shall be as follows: After sweeping with an
ordinary broom to remove the loose dirt, the surface shall be flushed with clean water.
Final scrubbing by hand or machine shall follow.
B. Floors that have curing and sealing compound shall be cleaned of loose dirt and debris
by sweeping with ordinary brooms. They shall then be washed and mopped with clean
water.
**END OF SECTION**
Project No. RR8744 03 30 00-22 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
SECTION 03 60 00
GROUT
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies grout for columns and other structural support bases, equipment
bases, surface repair and uses other than masonry.
1.02 QUALITY ASSURANCE
A. QUALITY CONTROL BY OWNER: The Owner will provide special inspection and testing in
accordance with Section 01 43 00 – QUALITY ASSURANCE AND CONTROL.
B. QUALITY CONTROL BY CONTRACTOR: If a product other than those listed below is
proposed and test data is not available from the supplier to demonstrate equivalence to
the specified grout, then to demonstrate equivalence with the grout properties of the
specified product, the Contractor shall provide the services of an independent testing
laboratory which complies with the requirements of ASTM E329. The testing laboratory
shall sample and test the proposed grout materials. Costs of testing laboratory services
shall be borne by the Contractor.
C. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM C230 Standard Specification for Flow Table for Use in Tests of
Hydraulic Cement
ASTM C307 Standard Test Method for Tensile Strength of Chemical-
Resistant Mortar, Grouts, and Monolithic Surfacings
ASTM C531 Standard Test Method for Linear Shrinkage and Coefficient of
Thermal Expansion of Chemical-Resistant Mortars, Grouts,
Monolithic Surfacings, and Polymer Concretes
NCRTS Scale Replacement 03 60 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
Reference Title
ASTM C579 Standard Test Methods for Compressive Strength of
Chemical-Resistant Mortars, Grouts, Monolithic Surfacings
and Polymer Concretes
ASTM C882 Standard Test Method for Bond Strength of Epoxy-Resin
Systems Used with Concrete by Slant Shear
ASTM C942 Standard Test Method for Compressive Strength of Grouts for
Preplaced-Aggregate Concrete in the Laboratory
ASTM C1107 Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Nonshrink)
ASTM C1181 Standard Test Methods for Compressive Creep of Chemical-
Resistant Polymer Machinery Grouts
COE CRD-C611 Flow of Grout for Preplaced Aggregate Concrete
COE CRD-C621 Specification for Nonshrink Grout
ASTM E329 Agencies Engaged in Construction Inspection and/or Testing
IBC 2012 International Building Code with local amendments
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Complete product literature and installation instructions for epoxy grout (all
uses) and cementitious non-shrink grout.
2. Current ICC Evaluation Report for adhesives used for dowel and anchor setting.
PART 2--PRODUCTS
2.01 CEMENTITIOUS NONSHRINK GROUT
A. Cementitious nonshrink nonmetallic aggregate grout shall be Five Star Products, Inc.
Five Star Grout, Master Builders Masterflow 928, Burke Company Non-Ferrous, Non-
Shrink Grout, Hi-Flow Grout by Euclid Chemical Company, or equal.
2.02 EPOXY GROUT FOR EQUIPMENT MOUNTING
A. Epoxy grout for equipment mounting shall be a non-cementitious, resin based, multi-
component formulation. Epoxy grout shall be flowable, with shrinkage minimized to
achieve minimum 98% effective bearing area. Epoxy grout shall be Masterflow 648 CP
Plus by Masterbuilders; Sikadur 42 by Sika Corporation; E3-G by Euclid Chemical
Company; or equal.
Project No. RR8744 03 60 00-2 NCRTS Scale Replacement
5/29/2015 10:28 AM Bid Set May 2015
2.03 ADHESIVE FOR DOWEL AND ANCHOR SETTING
A. Adhesive for setting dowels and anchoring connection/base plate bolts shall be an
injectable two-component epoxy adhesive. Adhesive shall be approved for the intended
use per the product ICC Report.
B. Adhesive shall be HIT- HY 200 by Hilti or approved equal (equivalent product must have
ICC approval for use in cracked concrete in areas with high seismic risk).
2.04 CONCRETE REPAIR MORTAR
A. Horizontal Applications: Horizontal repair mortars shall be Emaco S66 CI by BASF,
SikaTop 111 Plus by Sika Corp, or approved equal.
B. Vertical and Overhead Applications: Vertical and overhead repair mortars shall be
SikaTop 123 Plus or approved equal.
PART 3--EXECUTION
3.01 CEMENTITIOUS NONSHRINK GROUT
A. Nonshrink, cementitious, nonmetallic aggregate grout shall be used for column base
plates, structural bearing plates, and all locations where the general term “non-shrink
grout†is indicated on the drawings. Grout shall be placed and cured in accordance with
manufacturer's instructions.
B. Nonshrink cementitious grout shall not be used as a surface patch or topping.
Nonshrink cementitious grout must be used in confined applications only.
3.02 EPOXY GROUT FOR EQUIPMENT MOUNTING
A. Prepare concrete surfaces of equipment pads as indicated in details on the Drawings
and as required by the epoxy grout manufacturer. Epoxy grout for equipment mounting
shall be placed and cured in strict conformance with manufacturer’s recommendations.
3.03 CONCRETE REPAIR MORTAR
A. Concrete repair materials and procedures shall be submitted for review to the Owner
and shall be accepted prior to commencement of the repair work.
B. Follow all manufacturers’ instructions, including those for minimum and maximum
application thickness, surface preparation and curing. Add aggregate as required per
manufacturer's recommendations. Any deviations from the manufacturer's instructions
shall be submitted for review to the Owner and shall be accepted prior to
commencement of the work.
**END OF SECTION**
NCRTS Scale Replacement 03 60 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:28 AM
Division 5 – Metals
SECTION 05 05 14
HOT-DIP ZINC COATING
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies hot-dip zinc coating.
1.02 REFERENCES
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM A123 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products
ASTM A143 Safeguarding Against Embrittlement of Hot-Dip Galvanized
Structural Steel Products and Procedure for Detecting
Embrittlement
ASTM A153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware
ASTM A384 Safeguarding Against Warpage and Distortion During Hot-Dip
Galvanizing of Steel Assemblies
ASTM A385 Providing High-Quality Zinc Coatings (Hot-Dip)
ASTM A780 Repair of Damaged Hot-Dip Galvanized Coatings
MILSPEC Paint, High Zinc Dust Content, Galvanizing Repair
DOD-P-21035
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Zinc dust-zinc oxide coating manufacturer's product data showing conformance
to the specified product.
NCRTS Scale Replacement 05 05 14-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
2. Manufacturer's recommendation for application of zinc dust-zinc oxide coating.
3. Coating applicator's Certificate of Compliance that the hot-dip galvanized
coating meets or exceeds the specified requirements of ASTM A123 or A153, as
applicable.
PART 2--PRODUCTS
2.01 MATERIALS
A. ZINC COATING: Zinc coating material shall be as specified in ASTM A123 and A153, as
applicable.
B. ZINC DUST-ZINC OXIDE COATING: Zinc dust-zinc oxide coating shall conform to
MILSPEC DOD-P-21035. Coating shall be as manufactured by Z.R.C. Chemical Products
Co., Galvicon Co., or equal.
2.02 FABRICATION REQUIREMENTS
A. Fabrication practices for products to be galvanized shall be in accordance with applicable
portions of ASTM A143, A384 and A385.
B. All galvanized steel exposed to the atmosphere shall be powder coated in accordance with
Section 09 96 00 –PERFORMANCE COATINGS.
PART 3--EXECUTION
3.01 APPLICATION
A. Steel members, fabrications and assemblies except assemblies that are used for fall
protection, shall be galvanized after fabrication in accordance with ASTM A123.
B. Structural steel connection bolts, screws, nuts, and washers, except assemblies that are
used for fall protection, shall be hot-dip galvanized per ASTM A153
C. Railings and Guardrails shall be hot-dip galvanized per ASTM A123.
3.02 COATING REQUIREMENTS
A. Coating weight shall conform with paragraph 5.1 of ASTM A123 or Table 1 of ASTM
A153, as appropriate.
3.03 REPAIR OF DEFECTIVE GALVANIZED COATING
A. Where zinc coating has been damaged after installation, substrate surface shall be first
cleaned and then repaired with zinc dust-zinc oxide coating in accordance with ASTM
A780. Application shall be as recommended by the zinc dust-zinc oxide coating
manufacturer. Coating shall consist of multiple coats to dry film thickness of 8 mils.
Project No. RR8744 05 05 14-2 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
B. Items not physically damaged, but which have insufficient or deteriorating zinc coatings,
and items damaged in shipment or prior to installation, shall be removed from the
project site for repair by the hot-dip zinc coating method.
**END OF SECTION**
NCRTS Scale Replacement 05 05 14-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
SECTION 05 05 23
ANCHOR BOLTS
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies anchor bolts complete with washers and nuts. Unless otherwise
specified or noted on design drawings, anchor bolts, nuts and washers shall be hot dip
galvanized steel. Where specified (in the project specifications, including Table B in
paragraph 2.02 of this Section) or noted on the drawings, Type 316 stainless steel
anchor bolts, nuts and washers shall comply with the provisions of this Specification.
1.02 QUALITY ASSURANCE/QUALITY CONTROL
A. QUALITY ASSURANCE BY OWNER: Special inspection of anchor bolts shall be performed
by the Special Inspector under contract with the Owner and in accordance with IBC
Chapter 17.
B. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ACI 318-08 Building Code Requirements for Structural Concrete
ASTM A36 Specification for Carbon Steel
ASTM A193 Alloy-Steel and Stainless Steel Bolting Materials for High-
Temperature or High Pressure Service and Other Special
Purpose Applications
ASTM A194 Carbon and Alloy Steel Nuts for Bolts for High Pressure or High-
Temperature Service
ASTM A307 Standard Specification for Carbon Steel Externally Threaded
Standard Fasteners
ASTM A320 Alloy-Steel Bolting Materials for Low-Temperature Service
ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts
NCRTS Scale Replacement 05 05 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
Reference Title
ASTM D746 Standard Test Method for Brittleness Temperature of Plastics
and Elastomerics by Impact
ASTM D1505 Standard Test Method for Density of Plastics by the Density
Gradient Method
ASTM D1525 Standard Test Method for Calculation of Volume and Weight of
Industrial Aromatic Hydrocarbons and Cyclohexane
ASTM F593 Stainless Steel Bolts, Hex Cap Screws and Studs
ASTM F594 Stainless Steel Nuts
ASTM F844 Washers, Steel, Plain (Flat), Unhardened for General Use
ASTM F1554 Standard Specification for Anchor Bolts, Steel, 36, 55 and 105
ksi Yield Strength
IBC 2012 International Building Code with local amendments
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Anchor bolt placement plans.
2. Anchor rod, nut and washer material information, including material
certifications.
3. Where required by other sections of the Construction Documents, design
calculations and details showing the required diameter, length, embedment,
edge distance, confinement, anchor reinforcement, anchor bolt sleeves and
other conditions, stamped and signed by a currently licensed State of
Washington Professional Engineer. Calculations shall comply with the
provisions of ACI 318 Appendix D.
4. PRODUCT DATA:
a. Data indicating load capacities.
b. Chemical resistance.
c. Temperature limitations.
d. Installation instructions.
e. ICC Evaluation Service Reports for expansion and wedge type anchors,
and adhesive anchor systems (products shall be ICC approved for use in
cracked concrete in areas with high seismic risk).
Project No. RR8744 05 05 23-2 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
PART 2--PRODUCTS
2.01 GENERAL
A. Anchor bolt holes in equipment support frames shall not exceed the bolt diameters by
more than 25 percent, up to a limiting maximum oversizing of 1/4 inch. Unless
otherwise specified, minimum anchor bolt diameter shall be 1/2 inch.
B. Tapered washers shall be provided where mating surface is not square with the nut.
C. Expansion, wedge, or adhesive anchors set in holes drilled in the concrete after the
concrete is placed will not be permitted in substitution for cast-in anchor bolts, unless
specifically approved by the Owner. Upset threads shall not be acceptable.
2.02 MATERIALS
A. Anchor bolt materials shall be as specified in Table A.
Table A, Anchor Bolt Materials
Material Specification
Carbon Steel Anchor Bolts ASTM F1554 (Grade 36) – Hot Dip Galvanized
unless noted otherwise
High-Strength Carbon Steel Anchor ASTM F1554 (Grade 55 Weldable per
Bolts Supplementary Requirement S1) – Hot Dip
Galvanized unless noted otherwise
Carbon Steel Rod ASTM A36
Carbon Steel Nuts ASTM A563
Carbon Steel Washers ASTM F844
Stainless Steel Anchor Bolts ASTM A193, Grade B8M Class 1, AISI 316 or
ASTM A320, Grade B8M Class 1, AISI 316
Stainless Steel Threaded Rods at ASTM F593 CW1 (1/4†to 5/8†Rod)
Adhesive Anchors ASTM F593 CW2 (3/4†to 1 ½†Rod)
Stainless Steel Nuts and Washers ASTM A194 Grade 8M, SS316 Nuts with Type
316 SS Washers (ASTM F594 Group 2 Type 316
SS Nuts at Adhesive Anchors)
Concrete Expansion Anchors Zinc coated carbon steel or Stainless Steel HILTI
“KWIK BOLT TZâ€, or equal
Concrete Adhesive Anchoring HILTI HIT-RE 500-SD, or equal.
System
Masonry Expansion Anchors Zinc coated carbon steel or Stainless Steel HILTI
"KWIK BOLT 3", or equal
Masonry Adhesive Anchoring HILTI "HIT-HY 150 MAX", or equal
System
NCRTS Scale Replacement 05 05 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
B. Anchor bolts shall be installed in accordance with the material type specified in Table B,
based on area exposure conditions.
Table B, Anchor Bolt Requirements by Exposure Conditions
Anchor Bolt, Nut and Washer Material,
Exposure Condition Unless Noted Otherwise on the Drawings or in
the Specifications
Indoor Dry Galvanized Steel
Indoor Wet Galvanized Steel
Outdoor Galvanized Steel
Buried Stainless Steel
2.03 STAINLESS STEEL FASTENER LUBRICANT (ANTI-SEIZING)
A. Anti-seizing Lubricant for Stainless Steel Threaded Connections:
1. Suitable for potable water supply.
2. Resists washout.
3. Acceptable Manufacturers:
a. Bostik, Middleton, MA; Never seez
b. Saf-T-Eze, Lombard, IL; Anti-Seize.
c. Or Approved Equal.
2.04 ANCHOR BOLT SLEEVES
A. Provide anchor bolt sleeves as specified on the Drawings to allow for location
adjustments.
B. ANCHOR BOLT SLEEVE: High density polyethylene plastic.
1. Single unit construction with deformed sidewalls such that the concrete and
grout lock in place.
2. The top of the sleeve shall be self-threading to provide adjustment of the
threaded anchor bolt projection.
3. Material Requirements Shall Conform to the Following:
a. Plastic: High-density polyethylene.
b. Density: ASTM D1505.
Project No. RR8744 05 05 23-4 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
c. Vicat Softening Point: ASTM D1525.
d. Brittleness Temperature: ASTM D746.
4. ACCEPTABLE MANUFACTURER:
a. Wilson Anchor Bolt Sleeve Company, Wellington FL.
b. Or Approved Equal.
2.05 DESIGN
A. Anchor bolts for equipment frames and foundations shall be designed for seismic and
wind forces calculated from design criteria provided in Section 01 73 23.
PART 3--EXECUTION
3.01 GENERAL
A. Anchor bolts shall be cast- in-place unless noted otherwise in the Contract Documents.
Fieldwork, including cutting and threading, shall not be permitted on galvanized items.
Dissimilar metals shall be protected from galvanic corrosion by means of pressure
tapes, coatings or isolators.
B. Grouting of anchor bolts with nonshrink or epoxy grouts, where specified, shall be in
accordance with Section 03 60 00.
3.02 CAST-IN-PLACE ANCHOR BOLTS
A. Anchor bolts to be embedded in concrete shall be placed accurately and held in correct
position while the concrete is placed. The surfaces of metalwork in contact with
concrete shall be thoroughly cleaned.
B. After anchor bolts have been embedded, their threads shall be protected by grease and
the nuts run on.
C. Provide heavy hex headed type unless shown otherwise on the Drawings.
D. Provide 3/4-inch minimum diameter with sufficient length for 10-inch embedment
unless noted otherwise in the Contract Documents or accepted equipment anchor
submittals.
E. Grout pads shall not be included in embedment length.
3.03 ADHESIVE ANCHOR BOLTS
A. Note that adhesive anchors shall not be substituted for cast-in-place anchor bolts
except where specifically approved by the Owner in advance of concrete placement.
Use of adhesive anchors shall be subject to the following conditions:
NCRTS Scale Replacement 05 05 23-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
1. Use shall be limited to locations where exposure, on an intermittent or
continuous basis, to acid concentrations higher than 10 percent, to chlorine
gas, or to machine or diesel oils, is extremely unlikely.
2. Use shall be limited to applications where exposure to fire or exposure to
concrete or rod temperature above 120 degrees F is extremely unlikely.
Overhead applications (such as pipe supports) shall not be allowed due to
temperature and sustained load creep issues.
3. Approval from Owner for specific application and from supplier of equipment to
be anchored, if applicable.
4. Anchor diameter and grade of steel shall be per contract documents or per
equipment supplier specifications. Anchor shall be threaded or deformed full
length of embedment and shall be free of rust, scale, grease, and oils.
5. Embedment depth shall be as specified.
6. All installation recommendations by the anchor system manufacturer shall be
followed carefully, including maximum hole diameter.
7. Holes shall have rough surfaces created by using a hammer drill and carbide bit
(core drilled holes are not allowed).
8. Holes shall be blown clean with oil-free compressed air and be free of dust or
standing water prior to installation. Follow additional requirements of the
adhesive manufacturer.
9. Anchor shall be left undisturbed and unloaded for full adhesive curing period.
10. Concrete temperature (not air temperature) shall be compatible with curing
requirements of adhesives per adhesive manufacturer. Anchors shall not be
placed in concrete below 25 degrees F.
3.04 EXPANSION ANCHORS
A. Note that expansion anchors shall not be substituted for cast-in-place anchor bolts
except where specifically approved by the Owner in advance of concrete placement. Use
of expansion or wedge type anchors shall be subject to conditions 3 through 8 specified
in paragraph 3.03. Expansion anchors shall not be used in an submerged condition.
Expansion anchors shall not be used in mounting equipment subject to vibration or
cyclic motion.
3.05 REINFORCING STEEL CONFLICTS WITH POST-INSTALLED ANCHOR INSTALLATION
A. When reinforcing steel is encountered in the drill path, slant drill to clear obstruction
and provide beveled washer to match angle of anchor. Drill shall not be slanted more
than 10 degrees.
Project No. RR8744 05 05 23-6 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
B. Where slanting the drill does not resolve the conflict the Contractor shall stop the
post-installed anchor work and notify the Owner and resolve the conflict to the
satisfaction of the Owner.
C. Abandoned post-installed anchor holes shall be completely filled with non-shrink
grout and struck off flush with adjacent surface.
D. The costs of determining and executing the resolution shall be borne by the
Contractor. The determination and execution of the resolution shall not result in any
cost to the Owner.
E. In some cases it may be acceptable (determined by the Owner) to cut through
reinforcing steel in concrete. In these cases, allowable cutting methods are as
follows:
1. Adhesive anchor installation: Hammer drill with bit designed to cut through
reinforcing steel.
2. Mechanical anchor installation: Either hammer drill with bit designed to cut
through reinforcing steel or coring is acceptable.
3. Cutting methods involving heat or melting the reinforcing steel shall not be
used.
F. Reinforcing steel in masonry shall not be damaged.
G. In order to resolve a conflict the Owner may direct the Contractor to locate embedded
reinforcing steel using non-destructive methods and/or to redesign an attachment.
1. Any redesign shall be done by a Professional Engineer currently licensed in
the State of Washington.
2. Calculations and details for any redesign shall be submitted for review per
Section 01 33 00.
3. All costs related to and arising from such a resolution shall be borne by the
Contractor.
**END OF SECTION**
NCRTS Scale Replacement 05 05 23-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
SECTION 05 10 00
STRUCTURAL METALS
PART 1--GENERAL
1.01 SUMMARY
A. This section specifies structural metals consisting of standard shapes, fasteners, rods
and plates that are used in structural supports and connections.
1.02 QUALITY ASSURANCE
A. QUALITY CONTROL BY OWNER:
1. Special Inspection of structural metals work shall be performed by the Special
Inspector under contract with the Owner and in conformance with the IBC
Chapter 17. Special Inspector(s) and laboratory shall be acceptable to the
Owner in their sole discretion. Special Inspection of Structural Metals is in
addition to, but not replacing, other inspections and quality control
requirements herein. Where sampling and testing required herein conforms to
Special Inspection standards, such sampling and testing need not be
duplicated.
2. All structural steel work shall receive Special Inspection in accordance with IBC
Section 1704, including Sub-section 3, Steel Construction. Structural steel
includes all steel elements that resist code-defined loads and whose failure
would affect life safety. Items to be inspected include, but are not limited to
mechanical/electrical supports, beams, stringers, columns, access walkways
and stairways.
B. QUALIFICATIONS:
1. Fabricator Qualifications: A qualified fabricator who participates in the AISC
Certification program and is designated an AISC Certified Plant, Category STD
(Standard for Steel Building Structures).
2. Erector Qualifications: A qualified installer with a minimum 5 years erecting
similar structures.
C. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
NCRTS Scale Replacement 05 10 00-1 Project No. RR8744
May 2105 Bid Set 5/29/2015 10:29 AM
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
AISC 201 AISC Certification Program for Structural Steel Fabricators
AISC 303-10 Code of Standard Practice for Steel Buildings and Bridges
AISC 341-10 Seismic Provisions for Structural Steel Buildings Including
Supplement #1
AISC 360-10 Specification for Structural Steel Buildings
AISC 325 American Institute of Steel Construction, Manual of Steel
Construction, 13th Edition
AISC 810 Erection Bracing of Low-Rise Structural Steel Frames
AA-ADM1-10 The Aluminum Association, Aluminum Design Manual with
Specifications and Guidelines for Aluminum Structures
ASTM A6 Standard Specification for General Requirements for Rolled
Structural Steel Bars, Plates, Shapes, and Steel Piling
ASTM A36 Specification for Carbon Structural Steel
ASTM A53 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-
Coated, Welded and Seamless
ASTM A123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron
and Steel Products
ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron
and Steel Hardware
ASTM A193 Standard Specification for Alloy-Steel and Stainless Steel
Bolting Materials for High Temperature or High Pressure
Service and Other Special Purpose Applications
ASTM A194 Standard Specification for Carbon and Alloy Steel Nuts for
Bolts for High Pressure or High Temperature Service
ASTM A320 Standard Specification for Alloy Steel Bolting Materials for
Low Temperature Service
ASTM A325 Standard Specification for Structural Bolts, Steel, Heat
Treated, 120/105 ksi Minimum Tensile Strength
ASTM A384 Standard Practice for Safeguarding Against Warpage and
Distortion During Hot-Dip Galvanizing of Steel Assemblies
ASTM A490 Standard Specification for Heat-Treated Steel Structural
Bolts, 150 ksi Minimum Tensile Strength
ASTM A500 Standard Specification for Cold-Formed Welded and
Seamless Carbon Steel Structural Tubing in Rounds and
Shapes
ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts
Project No. RR8744 05 10 00-2 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
Reference Title
ASTM A673 Standard Specification for Sampling Procedure for Impact
Testing of Structural Steel
ASTM A780 Standard Practice for Repair of Damaged and Uncoated
Areas of Hot-Dip Galvanized Coatings
ASTM A992 Standard Specification for Steel for Structural Shapes
ASTM B209 Standard Specification for Aluminum and Aluminum-Alloy
Sheet and Plate
ASTM B241 Standard Specification for Aluminum and Aluminum-Alloy
Seamless Pipe and Seamless Extruded Tube
ASTM B308 Standard Specification for Aluminum-Alloy Standard
Structural Shapes, Rolled or Extruded
ASTM F436 Standard Specification for Hardened Steel Washers
AWS-B3.0 Welding Procedures and Performance Qualifications
AWS-Dl.1 Structural Welding Code--Steel
AWS D1.2 Structural Welding Code - Aluminum
AWS D1.6 Structural Welding Code - Stainless Steel
IBC 2012 International Building Code with local amendments
WABO Washington Association of Building Officials
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – SUBMITTAL PROCEDURES.
B ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. Submit shop drawings for approval in accordance with Section 01 33 00, prior
to fabrication. Shop drawings shall not be reproductions of contract drawings.
Include complete information for the fabrication and erection of the structure's
components, including the location, type, and size of bolts, welds, member sizes
and lengths, coatings, connection details, blocks, copes, and cuts.
Substitutions of details shown on the contract drawings shall be clearly
highlighted on the fabrication drawings. Explain the reasons for any deviations
from the contract drawings.
2. Certification that steel fabricator is approved to perform steel fabrication
without special inspection.
3. AISC quality certification: Evidence that steel fabricator has AISC Certification as
a “Standard Steel Building Structures†fabricator. Evidence that steel erector
has AISC Certification as a “Certified Steel Erectorâ€. Certificate to show name
and address of certified firm, effective date, and category of certification.
4. Welding procedures, qualifications, and inspection report.
NCRTS Scale Replacement 05 10 00-3 Project No. RR8744
May 2105 Bid Set 5/29/2015 10:29 AM
5. Certified mill test reports for structural steel and high-strength bolts and nuts.
6. In accordance with IBC Chapter 17, Fabricator at the completion of fabrication
to submit Certification of Compliance stating that the fabrication was performed
in accordance with the design documents.
7. Submit certified copies of all surveys conducted by a registered professional
engineer or surveyor showing elevations and locations of base plates and
anchor bolts to receive structural steel or aluminum and final elevations and
locations for major members. Indicate discrepancies between actual
installation and contract documents.
1.04 WARRANTY
A. Coatings shall be warranted not to fade, peel, crack, craze or fail for a period of five (5)
years following Substantial Completion.
PART 2--PRODUCTS
2.01 MATERIALS
A. STEEL: Materials for structural metals shall be as specified in the table below:
Material Specification
Standard rolled steel wide flange sections ASTM A992
(and WTs)
Structural steel S-shapes, channels, angles and ASTM A36
plates
Pipe sections for posts, guardrails and ASTM A53, Type E or S, Grade B
handrails
Round Hollow Structural Sections (HSS) ASTM A500, Grade B (Fy = 42 ksi)
Square and Rectangular Hollow Structural ASTM A500, Grade B (Fy = 46 ksi)
Sections (HSS)
Stainless steel bolts (used at stainless steel ASTM A193, Grade B8M Class 1, AISI
and aluminum framing unless noted otherwise) 316 or ASTM A320, Grade B8M Class
1, AISI 316
Stainless steel nuts and washers (used at ASTM A194 Grade 8M, SS316
stainless steel and aluminum framing unless
noted otherwise)
Steel bolts (used at galvanized and painted Galvanized ASTM A325 (Type 1),
steel framing) bearing type bolts fully tensioned
Carbon steel nuts and washers Galvanized ASTM A563 nuts and
Galvanized ASTM F436 washers
Project No. RR8744 05 10 00-4 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
B. ALUMINUM:
Material Specification
Aluminum structural shapes Alloy 6061-T6 per ASTM B308
Bolts Use stainless steel bolts for aluminum
framing (see Table A above)
Aluminum guardrail and handrail pipe Alloy 6061-T6 per ASTM B241
Aluminum plates Alloy 6061-T6 per ASTM B209
PART 3--EXECUTION
3.01 FABRICATION
A. Fabrication of steel shall be in accordance with the applicable provisions of AISC 325,
American Institute of Steel Construction, Manual of Steel Construction, 14th Edition.
Fabrication of aluminum shall be in accordance with the Aluminum Design Manual.
Fabrication and assembly shall be done in the shop to the greatest extent possible. The
fabricating plant shall be certified under AISC 201 for Category STD (Standard for Steel
Building Structures).
B. Compression joints depending on contact bearing shall have a surface roughness not in
excess of 500 micro inch and ends shall be square within the tolerances for milled ends
specified in ASTM A 6.
C. Shop splices of members will be permitted only where indicated on the Contract
Drawings. Splices not indicated require the approval of the Owner.
D. Measurements shall be verified at the job prior to fabrication. Fabricate to match job
site measurements.
E. Provide holes as necessary or as indicated for securing other work to structural steel
framing, and for passage of other work through steel framing members.
3.02 INSTALLATION
A. GENERAL:
1. Erection of structural steel shall be in accordance with the applicable provisions
of AISC 325. Low-rise structural steel buildings, 60 feet tall or less and a
maximum of 2 stories, erection plan shall conform to AISC 303 and the
structure shall be erected in accordance with AISC 810.
2. Coordinate installation of anchor bolts and other connectors required for
securing structural steel to in place work.
3. Employ a registered professional engineer or surveyor for accurate erection of
the structural steel. Check elevations of concrete and locations of anchor bolts
before erection proceeds and report discrepancies to the Owner.
NCRTS Scale Replacement 05 10 00-5 Project No. RR8744
May 2105 Bid Set 5/29/2015 10:29 AM
4. Placement tolerances shall be in accordance with AISC Code of Standard
Practice for Steel Buildings and Bridges.
5. After final positioning of steel members, provide full bearing under base plates
and bearing plates using nonshrink grout. Place nonshrink grout in accordance
with the manufacturer's instructions.
6. Dissimilar metals shall be protected from galvanic corrosion by means of
pressure tapes, coatings or isolators. Aluminum in contact with concrete or
grout shall be protected with a heavy coat of bituminous paint.
7. Metalwork to be embedded in concrete shall be as specified in Section 03 30
00. Metalwork shall be placed accurately and held in correct position while the
concrete is placed. The surfaces of metalwork in contact with or embedded in
concrete shall be thoroughly cleaned.
8. Structural steel completely encased in concrete shall not be galvanized or
painted and shall have a clean surface for bonding to concrete.
9. Metalwork which is bent, broken or otherwise damaged shall be repaired or
replaced by the Contractor.
B. WELDING:
1. Welding shall be done by welders, welding operators, and tackers who have
been qualified by tests as prescribed by AWS and WABO to perform the type of
work required. The quality of welding shall conform to AWS Codes.
2. The Contractor shall develop and submit the Welding Procedure Specifications
(WPS) for all welding, including welding done using prequalified procedures.
3. Unless otherwise specified, continuous welds shall be provided on all structural
members that are exposed to weather or exposed to or submerged in water or
wastewater. Continuous seal welds shall be provided on both sides of all plates
or structural shapes that are exposed to or submerged in water or wastewater.
C. BOLTED CONNECTIONS: Bolted connections shall conform to AISC Framed Beam
Connections and shall be bearing type connections with bolts fully tensioned unless
connecting HSS shapes. Punch, subpunch and ream, or drill bolt holes perpendicular to
the surface of the member. Holes shall be punched 1/16 inch larger than the nominal
size of the bolts, unless otherwise specified. Bolts, nuts, and washers shall be clean of
dirt and rust, and lubricated immediately prior to installation. No drifting of bolts nor
enlargement of holes will be allowed to correct misalignment. Holes shall not be cut or
enlarged by burning. Mismatched holes shall be corrected with new material.
3.03 CORROSION PROTECTION
A. Unless otherwise specified, all structural steel, including that used in the fabrication of
process equipment shall be galvanized. All galvanized steel exposed to atmosphere
shall be powder coated in accordance with Section 09 96 00 – PERFORMANCE
Project No. RR8744 05 10 00-6 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
COATINGS. Coating surface preparation shall be as specified in Section 09 96 00 and
shall include the following operations:
1. Grind the exterior and interior edges of all flame-cut plates or members to a
smooth surface.
2. Grind all sharp edges off of the sheared plates and punched holes.
3. Grind uneven or rough welds with high beads to a smooth finish.
3.04 CLEANING
A. After installation, damaged surfaces of shop primed metals shall be cleaned and
touched up with the same material used for the shop coat. Damaged surfaces of
galvanized metals shall be repaired as specified in Section 05 05 14.
**END OF SECTION**
NCRTS Scale Replacement 05 10 00-7 Project No. RR8744
May 2105 Bid Set 5/29/2015 10:29 AM
SECTION 05 50 00
MISCELLANEOUS METAL FABRICATIONS
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Steel bollards.
2. Tube railings.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM A36/A36M Standard Specification for Carbon Structural Steel; 2008
ASTM A53/A53M Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded
and Seamless; 2012
ASTM Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel
A123/A123M Products; 2012
ASTM Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware;
A153/A153M 2009
ASTM Standard Specification for Low and Intermediate Tensile Strength Carbon Steel
A283/A283M Plates; 2012
ASTM A325 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi
Minimum Tensile Strength; 2010
ASTM A325M Standard Specification for Structural Bolts, Steel, Heat Treated, 830 MPa Tensile
Strength (Metric); 2009
ASTM Standard Specification for Cold-Formed Welded and Seamless Carbon Steel
A500/A500M Structural Tubing in Rounds and Shapes; 2010a
ASTM A501 Standard Specification for Hot-Formed Welded and Seamless Carbon Steel
Structural Tubing; 2007
NCRTS Scale Replacement 05 50 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
Reference Title
AWS D1.1/D1.1M Structural Welding Code – Steel; American Welding Society; 2010
IAS AC172 Accreditation Criteria for Fabricator Inspection Programs for Structural Steel;
International Accreditation Service, Inc.; 2011
SSPC-Paint 15 Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed. 2004)
SSPC-SP-2 Hand Tool Cleaning; Society for Protective Coatings; 1982 (Ed. 2004)
1.03 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and
Section 01 33 00 – Submittal Procedures.
B. Approved Submittals:
1. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing,
anchorage, size and type of fasteners, and accessories. Include erection
drawings, elevations, and details where applicable.
2. Samples: Submit samples as required for each type of fabrication.
C. Quality Assurance Submittals:
1. Statement of Fabricator's Qualifications: Provide documentation showing
steel fabricator is accredited under IAS AC172.
2. Welder's Certificates: Submit certification for welders employed on the
project, verifying AWS qualification within the previous 12 months.
1.04 QUALITY ASSURANCE
A. Fabricator Qualifications: A qualified steel fabricator that is accredited by the
International Accreditation Service (IAS) Fabricator Inspection Program for Structural
Steel (AC172).
B. Welder's Qualifications: AWS qualification within the previous 12 months.
PART 2--PRODUCTS
2.01 MATERIALS
A. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1, galvanized to ASTM
A153/A153M where connecting galvanized components.
B. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded.
2.02 STEEL BOLLARDS
A. Configuration: As detailed on Drawings.
B. Materials:
1. Pipe: ASTM A53/A53M, Grade B Schedule 80.
Project No. RR8744 05 50 00-2 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
2. Steel Plate: ASTM A283.
3. Class 3000 concrete in accordance with Section 03 30 00 – Cast-in-Place
Concrete.
C. Fabrication:
1. Grind exposed edges of pipe smooth with eased edges.
D. Finish:
1. Hot-dip galvanize all components and assemblies after fabrication in
accordance with to ASTM A153/A153M .
2. Smooth all rough areas, spatter and flash remaining in the zinc coating.
3. Shop-apply powder coating in accordance with the requirements of Section
09 96 00 – Performance Coatings.
E. Installation:
1. Completely fill bollard with concrete after installation and form radius top as
depicted on the Drawings.
2. Plumb bollards with base plates and fill space below base plate with non-
shrink grout. Bevel edge of grout at a 45 degree angle from the vertical.
2.03 TUBE RAILINGS
A. Configuration: As detailed on Drawings.
B. Materials:
1. Steel Tubing: ASTM A500, Grade B cold-formed structural tubing.
2. Steel Plate: ASTM A283.
C. Fabrication:
1. Fit and shop assemble railing sections in largest practical sections, for
delivery to site.
2. Fabricate items with joints tightly fitted and secured.
3. Grind exposed joints flush and smooth with adjacent finish surface. Make
exposed joints butt tight, flush, and hairline. Ease exposed edges to small
uniform radius.
4. Exposed Mechanical Fastenings: Flush countersunk screws or bolts;
unobtrusively located; consistent with design of component, except where
specifically noted otherwise.
5. Supply components required for anchorage of fabrications. Fabricate anchors
and related components of same material and finish as fabrication, except
where specifically noted otherwise.
D. Finish:
1. Hot-dip galvanize all components and assemblies after fabrication in
accordance with to ASTM A153/A153M .
2. Smooth all rough areas, spatter and flash remaining in the zinc coating.
3. Shop-apply powder coating in accordance with the requirements of Section 09 96 00 –
Performance Coatings.
PART 3--EXECUTION
NCRTS Scale Replacement 05 50 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:44 AM
3.01 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive work.
3.02 PREPARATION
A. Clean and strip primed steel items to bare metal where site welding is required.
B. Supply setting templates to the appropriate entities for steel items required to be
cast into concrete or embedded in masonry.
3.03 INSTALLATION
A. Install items plumb and level, accurately fitted, free from distortion or defects.
B. Provide for erection loads, and for sufficient temporary bracing to maintain true
alignment until completion of erection and installation of permanent attachments.
C. Field weld components indicated.
D. Perform field welding in accordance with AWS D1.1/D1.1M.
E. Obtain approval prior to site cutting or making adjustments not scheduled.
3.04 TOLERANCES
A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative.
B. Maximum Offset From True Alignment: 1/4 inch.
C. Maximum Out-of-Position: 1/4 inch.
**END OF SECTION**
Project No. RR8744 05 50 00-4 NCRTS Scale Replacement
5/29/2015 10:44 AM Bid Set May 2015
Division 6 – Wood, Plastics and Composites
SECTION 06 41 00
ARCHITECTURAL WOOD CASEWORK
PART 1 – GENERAL
1.01 SUMMARY
A. Section Includes:
1. Architectural Wood Cabinets.
2. Countertops – High-Pressure Decorative Laminate.
3. Shelving – High-Pressure Decorative Laminate.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
CEN EN438 European Committee for Standardization (CEN) - Decorative high-pressure
laminate (HPL) sheets based on thermosetting resins, specifications
ISO 22196 International Standards Organization (ISO) - Measurement of antibacterial activity
on plastics and other non-porous surfaces; 2011
ASTM G21-09 ASTM International (ASTM) - Standard Practice for Determining Resistance of
Synthetic Polymeric Materials to Fungi
1.03 SUBMITTALS
A. Approval Submittals:
1. Statement of Manufacturer’s Qualifications.
2. Statement of Installer’s Qualifications.
3. Product Data: Provide data for hardware accessories and casework materials.
4. Manufacturer’s Installation Instructions.
5. Shop Drawings: Indicate materials, component profiles, fastening methods,
jointing details, and accessories.
a. Minimum Scale of Detail Drawings: One and a half (1-1/2) of an inch to
one (1) foot.
b. Provide the information required by AWI/AWMAC/WI Architectural
Woodwork Standards.
c. Include certification program label.
6. Samples: Submit the following:
NCRTS Scale Replacement 06 41 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 12:10 PM
a. Actual samples of architectural cabinet construction, minimum twelve
(12) inches square, illustrating proposed cabinet, countertop, and shelf
unit substrate and finish.
b. Actual sample items of proposed pulls, hinges, shelf standards, and
locksets, demonstrating hardware design, quality, and finish.
B. Quality Assurance Submittals:
1. Statement of Fabricator Qualifications: Statement from Fabricator attesting that
the Fabricator complies with all required qualifications. Provide documentary
evidence of compliance with experience and certification requirements.
2. Quality Certification: Provide AWI Quality Certification Program inspection report
and quality certification of completed work.
3. Provide labels or certificates indicating that the work complies with
requirements of AWS Grade or Grades specified.
C. Closeout Submittals:
1. Operations and Maintenance Manual Content.
1.04 QUALITY ASSURANCE
A. Fabricator Qualifications: Company specializing in fabricating the products specified in
this section with minimum five (5) years of documented experience.
1. Company with at least one (1) project of comparable size to this Project.
2. Accredited participant in the specified certification program prior to the
commencement of fabrication and throughout the duration of the project.
B. Quality Certification: Provide AWI Quality Certification Program inspection report and
quality certification of completed work.
1. Provide labels or certificates indicating that the work complies with
requirements of AWS Grade or Grades specified.
2. Provide AWI/QCP project number for which the project has been registered.
3. Prior to delivery to the site provide shop drawings with certification labels.
4. Provide labels on each product when required by certification program.
5. Upon completion of installation provide certificate certifying that the installation
and products meet the specified requirements.
6. Arrange and pay for inspections required for certification.
7. Replace, repair, or rework all work for which certification is refused.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Protect units from moisture damage.
1.06 PROJECT CONDITIONS
A. During and after installation of custom cabinets, maintain temperature and humidity
conditions in building spaces at same levels planned for occupancy.
PART 2 – PRODUCTS
2.01 MANUFACTURERS
Project No. RR8744 06 41 00-2 NCRTS Scale Replacement
5/29/2015 12:10 PM Bid Set May 2015
A. Subject to compliance with the requirements of the Contract Documents, products from
the following manufacturers may be incorporated in the Work of this Section:
1. Single Source Responsibility: All cabinets shall be manufactured and installed
by a single manufacturer.
2. Acceptable Cabinet Manufacturers:
a. Baye Enterprises - www.bayeenterprises.com.
b. Northwood Cabinets - www.northwoodcabinets.com.
c. Pacific Cabinets - www.pacificcabinets.com.
d. Or Approved Equal.
3. Acceptable Materials Manufacturers:
a. Bendheim – www.bendheim.com.
b. Capitol Hardware – www.capitolhardware.com.
c. Crown Metal Manufacturing (Crown) – www.crownmetal.com.
d. Formica – www.formica.com.
e. Pionite – www.pionite.com.
f. Wilsonart International – www.wilsonart.com.
g. Or Approved Equal.
2.02 ARCHITECTURAL WOOD CABINETS
A. Description: Architectural wood cabinets as shown on the Drawings.
B. Quality Grade: Unless otherwise indicated provide products of quality specified by
AWI/AWMAC/WI Architectural Woodwork Standards for Premium Grade.
1. Plastic Laminate Faced Cabinets: Custom grade.
C. Laminates:
1. High Pressure Decorative Laminate:
a. Meets requirements of CEN EN438.
b. Meets anti-bacterial requirements of ISO 22196:2011.
c. Meets anti-fungal requirements of ASTM G21-09.
d. GREENGUARD Certified.
e. Color: As selected by Owner from manufacturer’s standard range.
2. Acceptable Products:
a. Formica – ‘Laminate’.
b. Pionite – ‘High Pressure Laminate’.
c. Wilsonart – ‘Laminate’.
d. Or Approved Equal.
D. Hardware:
1. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade
specified.
2. Material Finish: Unless noted otherwise, provide stainless steel with No. 4 satin
finish on all hardware.
3. Adjustable Shelf Supports: Standard side-mounted system using recessed
metal shelf standards or multiple holes for pin supports and coordinated shelf
rests, polished chrome finish, for nominal one (1) inch spacing adjustments.
4. Drawer and Door Pulls: "U" shaped wire pull, steel with chrome finish, size as
indicated on Drawings.
5. Catches: Magnetic.
NCRTS Scale Replacement 06 41 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 12:10 PM
6. Drawer Slides:
a. Type: Extension types as scheduled.
b. Static Load Capacity: Commercial grade.
c. Mounting: Side mounted.
d. Stops: Integral type.
7. Hinges: European style concealed self-closing type, stainless steel with polished
finish.
2.03 COUNTERTOPS – HIGH PRESSURE DECORATIVE LAMINATE
A. Description:
1. As detailed on the Drawings.
B. Materials:
1. High Pressure Decorative Laminate:
a. Meets requirements of CEN EN438.
b. Meets anti-bacterial requirements of ISO 22196:2011.
c. Meets anti-fungal requirements of ASTM G21-09.
d. GREENGUARD Certified.
e. Color: As selected by Owner from manufacturer’s standard range.
2. Acceptable Products:
a. Formica – ‘Laminate’.
b. Pionite – ‘High Pressure Laminate’.
c. Wilsonart – ‘Laminate’.
d. Or Approved Equal.
2.04 FABRICATION
A. Assembly: Shop-assemble cabinets for delivery to site in units easily handled and to
permit passage through building openings.
B. Edging: Fit shelves, doors, and exposed edges with specified edging. Do not use more
than one piece for any single length.
C. Fitting: When necessary to cut and fit on site, provide materials with ample allowance
for cutting. Provide matching trim for scribing and site cutting.
D. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent
with manufactured sizes. Fit corners and joints hairline; secure with concealed
fasteners. Slightly bevel arises. Locate counter butt joints minimum two (2) feet from
sink cut-outs.
E. Mechanically fasten back splash to countertops as recommended by laminate
manufacturer at sixteen (16) inches on center.
F. Provide cutouts for plumbing fixtures. Verify locations of cutouts from on-site
dimensions. Prime paint cut edges.
2.05 SHOP FINISHING
A. Sand work smooth and set exposed nails and screws.
Project No. RR8744 06 41 00-4 NCRTS Scale Replacement
5/29/2015 12:10 PM Bid Set May 2015
B. On items to receive transparent finishes, use wood filler matching or blending with
surrounding surfaces and of types recommended for applied finishes.
C. Finish work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards,
Section 5 - Finishing for Grade specified.
PART 3 – EXECUTION
3.01 EXAMINATION
A. Verify adequacy of backing and support framing.
3.02 INSTALLATION
A. Set and secure custom cabinets in place, assuring that they are rigid, plumb, and level.
B. Use fixture attachments in concealed locations for wall mounted components.
C. Use concealed joint fasteners to align and secure adjoining cabinet units.
D. Carefully scribe casework abutting other components, with maximum gaps of one and
three-thirty seconds (1/32) of an inch. Do not use additional overlay trim for this
purpose.
E. Secure cabinets to floor using appropriate angles and anchorages.
F. Install countertops level. Shim and support solidly and evenly to prevent distortion or
cracking. Support all sides of openings in the countertops.
3.03 ADJUSTING
A. Adjust moving or operating parts to function smoothly and correctly.
3.04 CLEANING
A. Clean casework, counters, shelves, hardware, fittings, and fixtures.
**END OF SECTION**
NCRTS Scale Replacement 06 41 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 12:10 PM
Division 7 – Thermal and Moisture Protection
SECTION 07 21 00
EXTERIOR THERMAL INSULATION
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Rigid Insulation – High-Compressive Strength XPS Foam.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM C518 Standard Test Method for Steady-State Thermal Transmission Properties by
Means of the Heat Flow Meter Apparatus
ASTM C578 Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation
ASTM E84 Standard Test Method for Surface Burning Characteristics of Building Materials
1.03 DEFINITIONS
A. XPS: Extruded Polystyrene – Rigid insulation material produced by a continuous
blowing and extrusion process resulting in a consistent quality foam product with a
closed-cell structure of uniform compressive strength.
1. Note: EPS Expanded Polystyrene Board (‘beadboard’) or derivatives are not
acceptable substitutes for XPS rigid insulation material.
1.04 SUBMITTALS
A. General: Submit the following in accordance with Conditions of Contract and Section
01 33 00 – Submittal Procedures.
B. Approved Submittals:
1. Product Data:
a. Submit Manufacturer’s product data for products specified in this
Section including product characteristics, performance, certified test
results, product limitations and other information necessary to
NCRTS Scale Replacement 07 21 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
establish conformance with the requirements of this Section.
2. Manufacturer’s Instructions:
a. Include information on environmental conditions required for
installation and installation techniques.
3. Samples:
a. Submit samples of each product specified in this Section, including
accessory items and fasteners.
C. Quality Assurance Submittals:
1. Statement of Manufacturer’s Qualifications.
2. Manufacturer’s Technical Representative Contact Information.
3. Statement of Installer Qualifications.
D. Closeout Submittals:
1. Extended Warranty: Provide two (2) executed copies of the Executed Warranty
required by this Section in accordance with the provisions of Section 01 77
00 – Closeout Procedures.
1.05 QUALITY ASSURANCE
A. Comply with the provisions of Section 01 43 00 – Quality Assurance and Control and
the requirements of this Section:
B. Manufacturer’s Qualifications:
1. Have at least ten (10) years’ experience in the manufacture of the products
specified in this Section.
2. Assign a Manufacturer’s Technical Representative to the Project in
accordance with the provisions of Section 01 43 00 – Quality Assurance and
Control.
3. Make the Manufacturer’s Technical Representative available to the Owner
Representative to:
a. Provide technical assistance in the form of written directions
supplementary to the Manufacturer’s Instructions.
C. Installer Qualifications:
1. Have a minimum of five (5) years’ experience in the installation of products
specified in this Section, and have a record of successful in-service
performance.
2. Able to show evidence of satisfactory completion of projects of similar size,
scope and type.
D. Source Limitation:
1. Each product or system specified in this Section shall be from a single
Manufacturer.
2. Accessories, materials and components associated with each product
specified in this Section shall be provided by the Manufacturer of that
product unless:
a. Noted otherwise in this Section; or
b. Approved in writing by the Manufacturer of the product.
1.06 DELIVERY, STORAGE AND HANDLING
Project No. RR8744 07 21 00-2 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
A. Deliver, store and handle products specified in this Section in accordance with the
Manufacturer’s Instructions and the requirements of this Section.
B. Delivery: Deliver materials to site in Manufacturer’s original, unopened protective
packaging.
C. Storage:
1. Store in original protective packaging until time of installation.
2. Store materials inside and under cover; keep them dry and protected from
weather, high humidity, direct sunlight, surface contamination, aging,
damaging temperatures and construction traffic.
3. Stack insulation board flat and off the ground.
D. Handling: Handle materials in accordance with the Manufacturer’s Instructions.
1.07 PROJECT CONDITIONS
A. Environmental Conditions: Comply with Manufacturer’s Instructions and the
requirements of this Section:
1. Do not apply insulation adhesives when temperature or weather conditions
are detrimental to successful installation.
1.08 SEQUENCING
A. Do not install insulation products until the Work of other trades has been completed
and inspected.
1. Remove and replace insulation as directed by the Owner Representative as
necessary to complete inspections or demonstrations related to the Work of
other Sections as required by the Contract Documents.
B. Plan installation of foam insulation so that it can be covered and protected from
deterioration or exposure to ignition sources as soon as possible after installation.
1.09 EXTENDED WARRANTY
A. In accordance with the provisions of Section 01 77 00 – Closeout Procedures,
provide an Extended Warranty for the Work of this Section.
1. Warranty period for Work of this Section is one (1) year commencing on the
date of Substantial Completion, except:
a. Provide a limited thermal warranty on foam products for a period of
fifteen (15) years commencing on the date of Substantial Completion.
PART 2--PRODUCTS
2.01 MANUFACTURERS
A. Subject to compliance with requirements of the Contract Documents, products of the
following manufacturers shall be incorporated in the Work of this Section:
1. Rigid Foam Insulation:
a. Dow – www.dowbuildingsolutions.com.
NCRTS Scale Replacement 07 21 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
b. Owens Corning – www.owenscorning.com.
c. Or Approved Equal.
2. Accessories:
a. Industrial Insulation Group – www.intelligentinsulation.com.
b. S.F. Products – www.sfproducts.com.
c. Or Approved Equal.
2.02 RIGID INSULATION – HIGH-COMPRESSIVE STRENGTH XPS FOAM
A. Characteristics:
1. Description: Unfaced, extruded polystyrene (XPS) insulation board.
2. Board Edges: Square.
3. Thickness: Two (2) inches.
4. R-Value: Minimum R-value of R-5.0 per inch in accordance with ASTM C518.
5. Classification: Product shall meet or exceed the physical property
requirements of ASTM C578 Type V insulation.
6. Flame Spread Index: Seventy-five (75) or less, when tested in accordance
with ASTM E84.
7. Smoke Developed Index: Four-hundred fifty (450) or less, when tested in
accordance with ASTM E84.
B. Acceptable Products:
1. Dow – Styrofoam ‘Highload 100’.
2. Owens Corning – ‘Foamular 1000’.
2.03 INSULATION ACCESSORIES
A. Accessories for Rigid Insulation:
1. Adhesive:
a. Gun-grade, mastic type.
b. Compatible with rigid insulation board and the substrate in
accordance with the Manufacturer’s Instructions.
1) Provide surface conditioner on concrete substrates where
required by the adhesive Manufacturer.
PART 3--EXECUTION
3.01 EXAMINATION
A. Verify conditions are satisfactory to receive Work of this Section.
B. Do not commence work until unsatisfactory conditions have been corrected.
1. Resolve deficiencies in accordance with Manufacturer’s Instructions and this
Section.
C. Beginning of Work constitutes acceptance of conditions.
3.02 PREPARATION
A. Protect surrounding areas and surfaces from damage prior to beginning work of this
Section.
Project No. RR8744 07 21 00-4 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
B. Field Measurements:
1. Verify on job before fabricating panels.
3.03 INSTALLATION
A. Under-Slab Installation of Rigid Insulation:
1. Coordinate installation of rigid board insulation with the placement fill
indicated on the Drawings.
2. Cut and fit rigid insulation board tightly to protrusions, interruptions in plane,
and perimeter edges.
3. Install in running bond pattern.
4. Butt edges and ends tightly to adjacent boards and to protrusions.
3.04 DEMONSTRATION
A. Before covering, demonstrate to the Owner Representative that the thermal
insulation products specified in this Section have been installed in accordance with
the Manufacturer’s Instructions and the requirements of this Section:
1. Demonstrate that the insulation has been tightly fitted to the surrounding
framing, without gaps or other deficiencies that affect the thermal
performance of the insulation.
2. Provide not less than five (5) working days’ notice to the Owner
Representative that insulation is ready for inspection.
3.05 PROTECTION
A. Protect Work of this Section from damage and deterioration until completion and
acceptance by Owner:
1. Protect thermal insulation from the damaging effects of weather, moisture or
damage from construction activities or traffic.
2. Cover and protect foam insulation from deterioration or exposure to ignition
sources as soon as possible after installation.
**END OF SECTION**
NCRTS Scale Replacement 07 21 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
Division 9 – Finishes
SECTION 09 96 00
PERFORMANCE COATINGS
PART 1—GENERAL
1.01 SUMMARY
A. Section includes the following performance coatings:
1. Powder Coating.
2. Bituminous Coating.
B. Related Section:
1. Section 05 10 00 – Structural Metals.
2. Section 05 50 00 – Miscellaneous Metal Fabrications.
3. Section 34 71 13 – Vehicle Barriers.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
3. AAMA 605.2 – Voluntary Specification, Performance Requirements and Test
Procedures for High Performance Organic Coatings on Aluminum Extrusions and
Panels.
4. ASTM D4258 – Surface Cleaning of Concrete.
5. ASTM D4259 – Abrading Concrete.
6. ASTM D7803 – Standard Practice for Preparation of Zinc and Hardware
Surfaces for Powder Coating.
1.03 SUBMITTALS
A. General: Submit the following in accordance with Conditions of Contract and Section 01
33 00 – Submittal Procedures.
B. Approved Submittals:
1. Product Data: Submit Manufacturer’s product for products specified in this
Section including product characteristics, performance, certified test results,
product limitations and other information necessary to establish conformance
with the requirements of this Section.
2. Manufacturer’s Standard Color Selection Charts.
3. Manufacturer’s Instructions.
NCRTS Scale Replacement 09 96 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
C. Quality Assurance Submittals:
1. Statement of Manufacturer’s Qualifications.
D. Closeout Submittals:
1. O&M Manual Content: Provide O&M manual documentation as required by
Section 01 78 23 – Operation and Maintenance Data:
a. Coating repair and cleaning instructions.
2. Extended Warranty: Provide two (2) executed copies of the Extended Warranty
required by this Section in accordance with the provisions of Section 01 77 00
– Closeout Procedures.
1.04 QUALITY ASSURANCE
A. Comply with the provisions of Section 01 43 00 – Quality Assurance and Control and
the requirements of this Section.
B. Manufacturer’s Qualifications:
1. Have at least ten (10) years’ experience in the manufacture of the products
specified in this section.
C. Source Limitation:
1. Each product or system specified in this Section shall be from a single
Manufacturer.
a. Accessories, materials and components associated with each product
specified in this Section shall be provided by the Manufacturer of that
product unless:
1) Noted otherwise in this Section, OR
2) Approved in writing by the Manufacturer of the product.
1.05 DELIVERY, STORAGE AND HANDLING
A. Comply with Section 01 60 00 – Product Requirements and the requirements of this
Section.
B. Protect coated products and assemblies from damage prior to installation.
1.06 EXTENDED WARRANTY
A. In accordance with the provisions of Section 01 77 00 – Closeout Procedures, provide
an Extended Warranty for the Work of this Section:
1. Warranty period for Work of this Section is five (5) years commencing on the
date of Substantial Completion.
PART 2—PRODUCTS
2.01 MANUFACTURERS
A. Subject to compliance with requirements of the Contract Documents, products of the
following Manufacturers shall be incorporated in the Work of this Section:
Project No. RR8744 09 96 00-2 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
1. Akzo Nobel Coatings (Akzo Nobel) – www.akzonobel.com.
2. Corrosion Control Products Company (CCP) – www.farwestcorrosion.com.
3. DuPont Powder Coatings USA (DuPont) – www2.dupont.com.
4. Wasser High-Tech Coatings (Wasser) – www.wassercoatings.com.
5. Or Approved Equal.
2.02 POWDER COATING
A. Characteristics:
1. Powder coating composed of pure polyester dry powder comprised of resins and
pigments.
2. Coating shall be:
a. Formulated in accordance with requirements of AAMA 605.2.
b. Prepare galvanized surfaces in accordance with ASTM D7803.
c. Suitable for exterior applications subject to frequent handling or
abrasion – interior formulations are not acceptable.
d. Suitable for a variety of substrates, including, but not limited to the
following:
1) Aluminum
2) Galvanized Steel
3) Cold rolled steel
4) Hot rolled steel
B. Preparation: SSPC-SP6 blast.
1. Sharp profile blast surface – not peened.
C. Color:
1. Powder coating on each individual item listed below in section D shall be
selected by the Owner or Owner’s Representative from the manufacturer’s
standard color range.
D. Exterior items to be powder coated:
1. Pedestrian guard rail assemblies.
2. AC Unit support structure.
3. Rooftop rain diverters
4. Roadside vehicle guardrails and posts.
5. Vehicle guardrail installed on vehicle scale.
6. Light poles.
7. Bollards.
8. All other steel materials exposed to the weather unless noted otherwise.
E. Acceptable Products:
1. Akzo Nobel – ‘Interpon 610 Powder Coating’.
2. DuPont – ‘Electrocoat.
3. Or Approved Equal.
2.03 BITUMINOUS COATING
A. Characteristics:
NCRTS Scale Replacement 09 96 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
1. General: Solvent based, single-component, high-build bituminous (coal tar)
coating suitable for providing galvanic separation if dissimilar metals in contact
with one another.
2. Coats: One (1).
3. DFT: In accordance with the Manufacturer’s Instructions, but not less than
twelve (12) mils and not more than thirty (30) mils.
4. Sheen: Flat.
5. Cure concrete at least twenty-eight (28) days at seventy-five (75) degrees F and
fifty (50) percent relative humidity or equivalent.
6. Prepare surface in accordance with ASTM D4258 and ASTM D4259.
7. Application Conditions: In accordance with Manufacturer’s Instructions.
B. Acceptable Products:
1. CCP – ‘Bitumastic 50’.
2. Wasser – ‘MC Tar’.
3. Or Approved Equal.
PART 3—EXECUTION
3.01 EXAMINATION
A. Verify conditions are satisfactory to receive the Work of this Section.
B. Do not commence work until satisfactory conditions have been corrected.
1. Resolve deficiencies in accordance with Manufacturer’s Instructions and this
Section.
C. Beginning of Work constitutes acceptance of conditions.
3.02 PREPARATION
A. Protect surrounding areas and surfaces from damage prior to beginning work of this
Section.
B. Thoroughly inspect surfaces to receive Work of this Section.
C. Surface Preparation:
1. Work of this Section is to be prepared to the specified standards in accordance
with requirements of:
a. Society for Protective Coatings (SSPC) Standards.
b. National Association of Corrosion Engineers (NACE) Standards and
Recommended Practices.
D. In addition to the preparation specified in this Section, prepare steel surfaces as
required in Section 05 10 00 – Structural Metals, Section 05 50 00 – Miscellaneous
Metal Fabrications and 34 71 13 – Vehicle Barriers as appropriate.
3.03 APPLICATION
A. Manufacturer’s Instructions:
Project No. RR8744 09 96 00-4 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
1. Comply with Manufacturer’s Instructions, including technical bulletins and
product catalog data.
2. Apply coatings to prepared steel surfaces in a controlled environment at the
fabrication shop or shop painting facility. Application of coatings except for
touch up repair at the Project Site is prohibited.
a. Protect coatings from damage during transportation and erection.
b. Repair damage to the coatings in accordance with the Manufacturer’s
Instructions.
3. Do not apply coatings when temperature, humidity or other environmental
conditions are outside the limit prescribed by the Manufacturer and this
Section, or when they are not expected to remain so during the coating process.
3.04 PROTECTION AND CLEANING
A. Protect adjacent surfaces from spills, spatter overspray and abrasive blast materials
using drop cloths, plastic film, masking tape and other appropriate means.
B. Remove spilled materials, overspray and other unintentional coating of surfaces.
1. Remove spilled materials and overspray in accordance with the Manufacturer’s
Instructions of the surface.
C. Leave Work clean and in good serviceable condition.
3.05 PERFORMANCE COATING SCHEDULE
A. Provide coatings on components listed below unless noted otherwise on the Drawings
or in the Specifications.
1. Non-Galvanized Steel.
2. Galvanized Steel.
3. Bollards (all locations).
**END OF SECTION**
NCRTS Scale Replacement 09 96 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
Division 10 – Specialties
SECTION 10 14 50
SITE SIGNAGE
PART 1--GENERAL
1.01 SUMMARY
A. Section includes design, manufacture and installation of informational and traffic
signs and other related items.
1. Extent of signs is shown on the Drawings.
2. Temporary signs require removal prior to Final Completion.
B. Related Sections:
1. Section 05 50 00 – Miscellaneous Metal Fabrications.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed
herein. The following is a list of standards referenced in this Section.
B. USDOT Federal Highway Administration - Manual on Uniform Traffic Control Devices
(MUTCD) 2003 Edition with Revisions 1 and 2 and including Washington State
modifications.
C. American Society for Testing and Materials (ASTM)
1. ASTM A 53, Standard Specification for Pipe, Steel, Black and Hot-Dipped,
Zinc-Coated, Welded and Seamless.
2. ASTM A 276, Standard Specification for Stainless Steel Bars and Shapes.
3. ASTM A 500, Standard Specification for Cold-Formed Welded and Seamless
Carbon Steel Structural Tubing in Rounds and Shapes.
4. ASTM B 209, Standard Specification for Aluminum and Aluminum-Alloy Sheet
and Plate.
5. ASTM B 221, Standard Specification for Aluminum and Aluminum-Alloy
Extruded Bars, Rods, Wire, Profiles, and Tubes.
6. ASTM D 4956, Standard Specification for Retroreflective Sheeting for Traffic
Control.
D. American Wood Preservers Associations (AWPA): www.apwa.com
1. U-1 (2007) Use Category System: User Specification for Treated Wood.
NCRTS Scale Replacement 10 14 50-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
2. T-1 (2007) Use Category System: Processing and Treatment Standard.
1.03 DELIVERY, STORAGE AND HANDLING
A. Comply with Section 01 60 00 – Product Requirements.
B. Deliver signs to Project Site, store and install to ensure against scratching, distortion,
staining, or other physical damage.
1.04 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures.
B. Approval Submittals:
1. Custom informational sign art in an electronic format that is full size and full
color in accordance with the Temporary Signage Schedule included on the
Drawings.
2. Materials of construction and project-specific mounting details for each sign.
PART 2–PRODUCTS
2.01 GENERAL
A. Fabricate sign plates of size and thickness indicated.
B. Letters, numbers, and symbols shall be of the size and style indicated, or if not
indicated, as selected by Owner’s Representative from manufacturer’s standards.
2.02 SIGNS
A. Traffic Signs (Type A): Painted aluminum reflectorized signs, standard design meeting
requirements of MUTCD.
1. Materials and Fabrications:
a. Signs shall be constructed of sheet aluminum.
b. Sheet aluminum signs shall be constructed of material conforming to
ASTM B 209 alloy 6061-T6 or alloy 5052-H36 or H38. Alloy 5005-
H34 may be used for sign overlays.
c. After the sheeting has been fabricated, the sheeting for all multiple
panel signs shall be degreased, etched by immersion for a minimum
of 5 minutes in a 6-ounce per gallon caustic etch solution at 120°F,
followed, in order, by a water rinse, de-oxidation, water rinse, hot
water rinse, and drying.
Project No. RR8744 10 14 50-2 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
d. The etching process shall produce a dull aluminum finish on both
sides of the panel which will last the life of the sign.
e. The treated panel surface shall be compatible with the opaque and
reflective sheeting to be applied in accordance with the
Specifications.
f. The Contractor may use an Alodine 1200 application for single panel
signs in lieu of the above treatment.
g. Sheet thickness shall be as follows:
Maximum Horizontal DimensionMaximum Horizontal Dimension Maximum Horizontal Dimension Sheet Aluminum ThicknessSheet Aluminum Thickness Sheet Aluminum
Thickness
Overlay Panels 0.050-inch
Up to 20-inches 0.063-inch
20-inches to 36-inches 0.080-inch
Over 36-inches 0.125-inch
h. The side dimension for a diamond shaped warning sign is considered
to be the maximum horizontal dimension.
i. Before placing aluminum in contact with untreated steel, the steel
surfaces shall be protected by proper cleaning and painting with one
coat of Zinc Primer A-9-73 or A-11-99 and two coats of aluminum
paint D-1-57.
j. All signs shall be reflectorized.
k. Refer to ASTM D 4956 for reflective sheeting type designations.
1) Type III and Type IV reflective sheeting shall consist of
spherical or prismatic lens elements adhered to a synthetic
resin and encapsulated by a flexible, transparent,
weatherproof plastic having a smooth outer surface.
l. Standard control signs and guide sign borders, letters, numerals,
symbols, shields, and arrows shall be in accordance with the
“Washington State Sign Fabrication Manual.â€
m. All STOP, YIELD, DO NOT ENTER, and WRONG WAY signs shall be
constructed entirely of Type III or IV reflective sheeting.
n. Reflective legend sheeting types shall not be mixed on individual
signs.
o. Mounting height shall be as shown on the Drawings.
p. Sign legends for all other signs shall be constructed of Type III or IV
reflective sheeting. Sign legends include: borders, letters, numerals,
symbols, shields, and arrows.
NCRTS Scale Replacement 10 14 50-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
B. Custom Informational Signs:
1. Custom informational sign art shall be developed by the Contractor in an
electronic format that is full size and full color in accordance with the
Temporary Signage Schedule included on the Drawings.
2. Signs shall be digitally printed on white vinyl and mounted onto sheet
aluminum substrate in accordance with the Section.
3. Aluminum thickness shall vary depending on the size of the sign panel being
fabricated in accordance with Paragraph 2.02-A.1.g.
4. Mounting height shall generally range between 8' or 10' depending on
viewing distances. Actual heights shall be determined in consultation with
the Owner’s Representative.
C. Post mounted Traffic Signs and Custom Informational Signs up to and including thirty
(30) inches in width shall be mounted on a single Cedar post. Post mounted Traffic
Signs and Custom Informational Signs wider than thirty (30) inches shall be mounted
on two (2) Cedar post.
1. Post size:
a. Signs up to twenty (20) square feet area: Nominal four (4) inch by
four (4) inch.
b. Signs over twenty (20) square feet area: Nominal four (4) inch wide by
six (8) inch deep (i.e. perpendicular to sign face).
3. Posts shall be embedded at least twenty four (24) inches in accordance with
the Drawings.
E. Sign locations shall be generally as shown on the Drawings with exact locations
determined in consultation with the Owner’s Representative.
2.03 ANCILLARY MATERIALS
A. Fasteners: Stainless steel screws or bolts of appropriate size.
B. U-bolts ASTM A 276 Type 304 Stainless Steel.
C. Steel Banding, Buckles and Brackets:
1. ASTM A 276 Type 316 uncoated stainless steel bands: 5/8†by 0.030â€, IDEX
Corp (www.BAND-IT-IDEX.com) “BAND-IT Band†(Part No. C40599) or
Approved Equal.
2. Buckle, stainless steel: IDEX Corp (www.BAND-IT-IDEX.com) “EAR-Lokt
Buckle†(Part No. C45599) or Approved Equal.
Project No. RR8744 10 14 50-4 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
3. Single bolt, flared leg stainless steel mounting bracket and bolt: IDEX Corp
(www.BAND-IT-IDEX.com) “Bracket-It†(Part No. D02189) or Approved Equal.
D. Windbeams: ASTM B 221 6061-T6 Aluminum.
PART 3–EXECUTION
3.01 GENERAL
A. Coordinate with other work for installation of signs to finish surfaces and surrounding
work.
B. Sequence sign installation with Work sequence and milestones required in Section
01 11 00 - Summary of Work.
3.02 INSTALLATION
A. Mount signs securely, plumb and level.
B. Fasten to walls or posts or hang as scheduled.
C. Anchor in place for easy removal and reinstallation with ordinary hand tools.
D. Locate at the proper height with minimum restriction of working area around
walkways and equipment.
E. Mount each sign on scheduled support using 1/4-inch stainless steel bolts through
sign and support.
F. Install facing traffic at locations and in manner shown on the Drawings and in
MUTCD.
3.03 REMOVAL
A. Remove signs indicated as temporary when directed by the Owner’s Representative.
Removed signs shall be provided to the Owner’s Representative.
**END OF SECTION**
NCRTS Scale Replacement 10 14 50-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
SECTION 10 88 15
SCALEHOUSE EQUIPMENT RELOCATION AND INSTALLATION
PART 1--GENERAL
1.01 SUMMARY
A. Section includes relocation and installation of Owner’s existing scalehouse equipment
and additional Owner-furnished scalehouse equipment.
B. Related Sections; coordinate related work specified in other parts of the Contract
Documents, including but not limited to the following:
1. Section 01 12 16 – Work Sequence.
2. Section 01 50 00 – Temporary Facilities and Controls.
3. Section 10 88 20 – Truck Scale Installation.
4. Section 13 34 23 – Fabricated Buildings.
5. Division 26 – Electrical.
6. Division 27 – Communications.
7. Section 28 23 00 – Video Surveillance.
8. Section 34 41 16 – Traffic Control Equipment.
1.02 DESCRIPTION OF EQUIPMENT
A. Scalehouse equipment consists of a combination of Contractor furnished and
installed, Owner-furnished and Contractor installed and Owner-furnished and
installed equipment and components as well as Owner-furnished and installed
proprietary software to collect and manage customer weight and transaction data.
B. Existing and new Owner-furnished equipment will be relocated and installed as
follows:
Transition from Phase 1 to Phase 2
Moved andMoved and Moved and
ItemItem Item QuantityQuantity Quantity Location/MountingLocation/Mounting Location/Mounting
InstalledInstalled Installed ByByByBy
1 each in temp. scale
Computer Monitor County 2
booths
1 each in temp. scale
Personal Computer County 2
booths
Uninterruptible Power 1 each in temp. scale
County 2
Supply (for PC) booths
1 each in temp. scale
Blue Heat/Net County 2
booths
1 each in temp. scale
Credit Card Reader County 2
booths
1 each in temp. scale
Receipt Printer County 2
booths
NCRTS Scale Replacement 10 88 15-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
Transition from Phase 1 to Phase 2
Moved andMoved and Moved and
ItemItem Item QuantityQuantity Quantity Location/MountingLocation/Mounting Location/Mounting
InstalledInstalled Installed ByByByBy
Printing Calculator Contractor 1 Per Owner
Temp. outbound scale
Fax Machine Contractor 1
booth
Telephone Contractor 1 Per Owner
Water Cooler Contractor 1 Per Owner
1 each in temp. scale
Operator Desk Contractor 2
booths
Clock Contractor 1 Per Owner
Large Desk/Counter Contractor 1 Per Owner
1 each in temp. scale
Swivel Chair Contractor 2
booths
Microwave Contractor 1 Per Owner
Portable Radio Contractor 1 Per Owner
Refrigerator Contractor 1 Per Owner
Safe Contractor 1 Per Owner
Small Storage Cabinet Contractor 1 Per Owner
Temp. outbound scale
Shared Printer Contractor 1
booth
Fire Extinguisher Contractor 1 Per Owner
MSA Trigard Gas Contractor turn over to
Contractor to remove 1
Monitor County
Thermostat-Air Curtain Contractor turn over to
Contractor to remove 2
Control County
Actuation Pushbutton at Contractor turn over to
Contractor to remove 2
Operator Station County
Contractor to remove & Reinstall in new
Time Clock 1
store scalehouse per Owner
Reinstall in new
Gas Monitoring Data Contractor to remove &
1 scalehouse per
Logger w/ LCD Panel store
drawings
‘Protection One’ Contractor turn over to
Contractor to remove 1
Security System Panel County
Altronix ALTV244 CCTV
Contractor turn over to
Camera & ACC Power Contractor to remove 1
County
Supplies Box
Project No. RR8744 10 88 15-2 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
Phase 3
Moved and Moved and Moved and
ItemItem Item QuantityQuantity Quantity Location/MountingLocation/Mounting Location/Mounting
IIInstalledInstallednstalled nstalled ByByByBy
New scalehouse per
Computer Monitor County 2
drawings
New scalehouse per
Personal Computer County 2
Owner
Uninterruptible Power New scalehouse per
County 2
Supply (for PC) Owner
New scalehouse per
Blue Heat/Net County 2
Owner
New scalehouse per
Credit Card Reader County 2
Owner
New scalehouse per
Receipt Printer County 2
Owner
New scalehouse per
Printing Calculator Contractor 1
Owner
New scalehouse per
Fax Machine Contractor 1
Owner
New scalehouse per
Telephone Contractor 1
Owner
New scalehouse per
Water Cooler Contractor 1
drawings
New scalehouse per
Operator Desk Contractor 2
drawings
New scalehouse per
Clock Contractor 1
Owner
New scalehouse per
Swivel Chair Contractor 2
Owner
New scalehouse per
Microwave Contractor 1
drawings
New scalehouse per
Portable Radio Contractor 1
Owner
New scalehouse per
Refrigerator Contractor 1
drawings
New scalehouse per
Safe Contractor 1
drawings
New scalehouse per
Shared Printer Contractor 1
Owner
New scalehouse per
Fire Extinguisher Contractor 1
Owner
NCRTS Scale Replacement 10 88 15-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
1.03 STORAGE AND DISPOSTION OF EQUIPMENT
A. Where storage of equipment is required in table above, Contractor shall provide
secure storage of the equipment at an appropriate location on or off-site and shall
protect the equipment from loss or damage until it can be installed in its permanent
location.
B. In Phase 4, Contractor shall deliver all remaining items from the two temporary scale
booths to the Owner.
1.04 QUALITY ASSURANCE
A. Coordinate installation of equipment with Owner’s system technician.
PART 2—PRODUCTS – NOT USED
PART 3--EXECUTION
3.01 COORDINATION
A. Coordinate the installation of the equipment and components, including those items
furnished under other specification sections and furnished by the Owner, with the
Owner Representative.
B. A coordination meeting shall be held at the site including the Contractor, the Owner
Representative, Owner’s system technician, and other trades involved in the Work
prior to initiating each Project Phase.
**END OF SECTION**
Project No. RR8744 10 88 15-4 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
SECTION 10 88 20
TRUCK SCALES INSTALLATION
PART 1--GENERAL
1.01 SUMMARY
A. Section includes installation of two (2) owner-furnished, low-profile, above grade
truck scales.
1. The scales will be installed in temporary locations at the Project Site, then
moved to their permanent location at the Project Site.
2. The Scale Manufacturer, Unitec Corporation (Unitec), will deliver the scales to
the Project Site, provide supervision of scale offloading, concrete deck
placement, placement of the scales in their temporary and permanent
locations, and will provide testing and certification of the scales in both the
temporary and permanent locations. The cost of Unitec’s services are a part
of the scale supply cost and not a part of this Contract.
3. Unitec is required to coordinate closely with the Contractor during any and all
work involving the scales at the site.
B. Related Sections:
1. Section 03 11 00 - Formwork
2. Section 03 20 00 – Concrete Reinforcement
3. Section 03 30 00 – Cast-In-Place Concrete
4. Section 05 50 00 – Miscellaneous Metal Fabrications
5. Section 10 88 15 – Scalehouse Equipment Relocation and Installation
6. Section 26 05 00 – Common Work Results for Electrical
7. Section 26 05 19 – Low-Voltage Electrical Conductors and Cables
8. Section 26 05 33 – Raceways and Boxes for Electrical Systems
9. Section 27 00 00 – General Communications Requirements
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed
herein. The following is a list of standards referenced in this Section.
NCRTS Scale Replacement 10 88 20-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
B. American Association of State Highway and Transportation Officials (AASHTO):
www.transportation.org
1. AASHTO M284 - Standard Specification for Epoxy-Coated Reinforcing.
2. AASHTO M295 - Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use in Concrete.
C. American Institute of Steel Construction (AISC): www.aisc.org
1. AISC 325 – Steel Construction Manual
2. AISC 360- Specification for Structural Steel for Buildings
D. ASTM International (ASTM): www.astm.org
1. ASTM A 6 – Standard Specification for General Requirements for Rolled
Structural Steel Bars, Plates, Shapes, and Sheet Piling
2. ASTM A 36 - Standard Specification for Carbon Structural Steel
3. ASTM A 48 - Standard Specification for Gray Iron Castings
4. ASTM A 53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped,
Zinc-Coated, Welded and Seamless
5. ASTM A 153 - Standard Specification for Zinc Coating (Hot-Dip)
6. ASTM A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated,
120/105 ksi Minimum Tensile Strength
7. ASTM A 490 - Standard Specification for Structural Bolts, Alloy Steel, Heat
Treated, 150 ksi Minimum Tensile Strength
8. ASTM A 500 - Standard Specification for Cold-Formed Welded and Seamless
Carbon Steel Structural Tubing in Rounds and Shapes
9. ASTM A 992 – Standard Specification for Structural Steel Shapes
10. ASTM C1107 Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Nonshrink)
E. 2012 IBC with WAC 51-50 Washington State Amendments
F. National Conference on Weights and Measures (NCWM) – NTEP (National Type
Evaluation Program).
G. Society for Protective Coatings (SSPC).
Project No. RR8744 10 88 20-2 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
H. State of Washington Office of Weights and Measures.
I. U.S. Department of Commerce, National Institute of Standards and Technology (NIST)
– Handbook 44.
J. NFPA 70 – National Electrical Code
1.03 SYSTEM DESCRIPTION AND GENERAL REQUIREMENTS
A. System General:
Maximum Minimum
ScaleScale Scale Overall Overall Overall Maximum Number
Number oNumber of Number of f f Scale
DesignationDesignation Designation Length/WidthLength/Width Length/Width of Sectionsof Sections of Sections
Load CellsLoad Cells Load Cells CapacityCapacity Capacity
#1 and #2 70’-0â€/10’-0â€*** Three 8 70 tons
* width is for driving surface, face-to-face between curbs
B. General Requirements:
1. Work of this Section is to conform to the requirements for motor vehicle
scales as published in the latest edition of the NIST Handbook 44.
1.04 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures.
B. Approval Submittals:
1. Product Data:
a. Submittals for steel reinforcement and concrete mix designs are
covered under Section 03 20 00 – Concrete Reinforcement and
Section 03 30 00 – Cast-In-Place Concrete, respectively.
2. Shop Drawings:
a. Submittals for steel reinforcement shop drawings are covered under
Section 03 20 00 – Concrete Reinforcement.
b. Provide drawings showing all details of the temporary foundation
support system for the scales located in the temporary scale location.
c. Provide shop drawings showing final signal and circuiting connections
between the load cells and between scale and scale indicators.
d. Provide shop drawings showing the locations of the junction boxes
used for the low voltage systems.
NCRTS Scale Replacement 10 88 20-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
C. Quality Assurance/Control Submittals
1. Installation Plan: A written narrative describing the procedures and sequence
of events necessary to install the scales in their temporary locations and to
relocate them to their permanent locations. Include a description of the
procedure to place, finish and cure the scale deck concrete.
1.05 QUALITY ASSURANCE
A. Installation Requirements:
1. The Contractor is specifically cautioned to pay attention to the bumper check
bolts orientation prior to scale deck installation.
2. The Owner will not compensate the Contractor for damage to bolts, or to
costs associated with removal and reinstallation of the scale deck(s) resulting
from bumper check bolts and related items that are improperly run out,
installed backwards, and other defects avoidable and preventable.
1.06 DELIVERY, STORAGE AND HANDLING
A. Deliver products to site under provisions of Section 01 60 00 – Product
Requirements.
B. Store and protect products under provisions of Section 01 60 00 – Product
Requirements.
C. Store sensitive units in original protective packaging until time of installation.
1.07 WARRANTY
A. Provide written warranty against defects in materials and workmanship provided by
Contractor, and agreeing to repair or replace components that fail during the
Warranty Period.
1. The Warranty Period for Work of this Section is as follows:
a. Five (5) years commencing on the date of Substantial Completion for
work associated with the permanent scale installation.
PART 2--PRODUCTS
2.01 GENERAL
A. Concrete:
1. Concrete for Foundation Elements:
a. Class B in conformance with the requirements of Section 03 30 00 –
Cast-In-Place Concrete.
Project No. RR8744 10 88 20-4 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
2. Concrete Fill for Scale Deck:
a. Class F in conformance with the requirements of Section 03 30 00 –
Cast-in-Place Concrete.
B. Reinforcing Steel:
1. Reinforcing Steel for Foundation Elements:
a. Provide in accordance with the requirements of Section 03 20 00 –
Concrete Reinforcement.
2. Reinforcing Steel for Scale Deck:
a. Provide epoxy coated rebar in conformance with AASHTO M284.
b. Coating Thickness: 2 mils.
2.02 LOW VOLTAGE SYSTEMS
A. Circuits:
1. Circuits, raceway, cabling, and installation shall be in accordance with
Division 26 and Division 27 specifications and Unitec’s requirements.
2. Provide circuits at scale temporary locations and final locations.
3. Junction boxes shall be provided at locations shown on Drawings.
4. Remove temporary circuits once scales have been relocated to final location.
B. Equipment
1. Install Owner furnished scale indicator at scale temporary location and final
location. Coordinate with Owner’s Representative for scale indicator
installation location. Provide cabling and connections for a complete system.
2.03 ACCESSORIES
A. Anchor Bolts:
1. Unitec is required to provide suitable anchor bolts to meet the requirements
of this Section, and the arrangements indicated on the Drawings.
2. Designs that do not use anchor bolts are acceptable.
3. Drilled epoxy anchors are suitable alternatives for anchor bolts cast in
concrete.
NCRTS Scale Replacement 10 88 20-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
4. Exposed anchor bolts shall not project more than ¾†above the tightened
nut.
B. Non-Shrink Grout:
1. Use cementitous nonshrink grout in accordance with Section 03 60 00 –
Grout.
C. Fasteners:
1. High Strength Bolts: Conform to the following:
a. ASTM A 325; N.
b. AISC ‘Specifications for Structural Joints Using ASTM A 325, or A 490
Bolts’.
2. Machine Fasteners Set in Concrete:
a. Galvanized in accordance with ASTM A 153; Classes C and D.
D. Expansion Anchors:
1. Characteristics:
a. Types and sizes as indicated on the Drawings; or required for the
Work.
b. Tested and certified by the International Code Council (ICC).
2. Provide one of the following:
a. HILTI ‘Kwik Bolt TZ’ (ICC ESR-1917).’
b. ITW Red Head ‘TruBolt+’ (ICC ESR-2427).
c. Or Approved Equal.
E. Welding Electrodes:
a. In accordance with WABO requirements.
b. In accordance with AWS D1.1.
2.04 SOURCE QUALITY CONTROL
A. Performing Holes in the Field:
1. Use electro-magnetic base type drill presses.
Project No. RR8744 10 88 20-6 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
2. Do not cut or burn holes for structural fasteners with a torch, plasma cutter,
electric welder or similar tool.
B. Field-Straightening:
1. Do not attempt to straighten distorted structural members in the field.
2. Structural members with minor distortions that can be corrected without
compromising its structural value may be straightened in the shop using
accepted methods.
a. Do not strike or impact structural steel when performing
straightening.
3. Structural members that cannot readily be straightened must be recycled;
and re-fabricated.
PART 3--EXECUTION
3.01 COORDINATION
A. Unitec is responsible to coordinate and oversee the Contractor’s installation of the
scale equipment package and circuiting of the Owner furnished scale indicators at
both temporary and permanent installations.
B. A pre-installation coordination meeting shall be held at the site including Unitec, the
Project Representative, Owner’s scale maintenance technician, Contractor and other
trades involved in the work.
1. The meeting shall be held no later than 15 days prior to the start of the scale
equipment delivery and installation work.
3.02 INSTALLERS
A. Provide experienced craft labor and supervision who are familiar with work of of this
section.
B. Unitec will provide manufacturer-trained, skilled scale technicians to oversee
Contractor’s work to install and adjust the scale system. Unitec will then test and
certify the scales.
3.03 EXAMINATION
A. Verify conditions are satisfactory to receive work of this Section. Do not commence
work until unsatisfactory conditions have been corrected.
B. Beginning work constitutes acceptance of conditions.
3.04 PREPARATION
A. Field Measurements: Verify on job before beginning work.
NCRTS Scale Replacement 10 88 20-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
B. Protect surrounding areas and surfaces from damage prior to beginning work of this
Section.
C. Unitec will provide any embedded scale hardware and anchor bolts required.
1. Drilled, epoxy anchors are acceptable.
3.05 INSTALLATION
A. Install concrete foundations, scale bearing pads, supports, scale decks, scale deck
concrete and all other elements within the range of cambers indicated on the
approved Unitec shop drawings, and otherwise perfectly level.
1. Contact and verify with Unitec and Owner’s Representative the concrete
elevations at the scale bearing points prior to pouring concrete.
2. Verify the elevation of the scale deck to be level within +/- ¼ inch at load
bearing points prior to pouring concrete.
B. Concrete:
1. Comply with requirements of Sections 03 11 00, 03 20 00 and 03 30 00.
2. Provide uniform thicknesses, allowing for the camber of steel in accordance
with the approved shop drawings.
3. Install medium broom finish on the scale decks.
C. Install attachments and fabricated steel support items in accordance with the
approved Unitec shop drawings.
1. Set Scale Manufacturer-supplied anchor bolts (if incorporated in approved
scale equipment design) in locations identified by Unitec.
a. Install the required anchor bolts plumb; angled, displaced, bent, or
distorted bolts must be removed and replaced.
b. Double nuts are not required.
c. Allow sufficient bolt length to account for shims.
2. Survey top of concrete elevations at the bearing points to assure each is level
with respect to all the others in accordance with Unitec’s prescribed
tolerances.
3. Pack each bearing plate with grout if called for on Unitec’s drawings and
installation instructions.
Project No. RR8744 10 88 20-8 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
D. Scale Manufacturer’s Instructions:
1. Comply with Unitec’s written instructions, including technical bulletins and
product catalog data.
2. Review appropriate procedures with Unitec’s representative prior to
beginning installation.
3. Retain Unitec’s written installation instructions at the project site.
E. Low Voltage System:
1. Scales shall be installed in accordance with Unitec’s instructions.
2. Install junction boxes in the locations as shown on the manufacturer’s
approved shop drawings.
3. Install conductors between load cells and the junction boxes routed through
wire looms (segments of pipe welded to the bottom of the weighbridge
structural members).
4. Provide separate low voltage homerun conductors in conduit from the
junction boxes to the summing panel and from the summing panel to the
digital scale weight indicator.
3.06 ADJUSTING, TESTING AND CERTIFICATION
A. With guidance from Unitec, adjust for unencumbered, smooth operation and verify
mechanisms function properly. Replace damaged or defective items caused by the
Contractor during scale set-up and moving of the scales.
B. Testing by Unitec:
1. Testing and calibrate of each scale with not less than 20,000 pounds of
certified weights.
2. Scale Manufacturer shall coordinate testing of the system with the Contractor
and Owner’s Representative.
a. Provide forty eight (48) hours advance notice to provide the Owner’s
Representative sufficient time to attend and participate.
b. Do not commence any startup, energizing, or diagnostic activities
until the Owner’s Representative is available at the Project Site, and
fully apprised of the installation status.
C. After successful testing, Unitec shall obtain a seal of accuracy and acceptance of the
system by the State of Washington Office of Weights and Measures.
3.07 CLEANING
NCRTS Scale Replacement 10 88 20-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:29 AM
A. Clean work of this Section in accordance with provisions of Section 01 77 00 –
Closeout Procedures.
3.08 PROTECTION
A. Protect work of this Section from damage and deterioration until completion and
acceptance by Owner.
**END OF SECTION**
Project No. RR8744 10 88 20-10 NCRTS Scale Replacement
5/29/2015 10:29 AM Bid Set May 2015
Division 13 – Special Structures
SECTION 13 34 23
FABRICATED BUILDINGS
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the following:
1. Pre-manufactured concrete scale building.
B. Related Sections:
1. Section 22 08 00 – Commissioning of Plumbing.
2. Section 22 11 16 – Water Piping.
3. Section 22 13 16 – Soil, Waste and Vent Piping.
4. Section 23 05 93 – Testing, Adjusting and Balancing.
5. Section 23 08 00 – Commissioning of HVAC.
6. Section 23 09 00 – Mechanical Controls.
7. Section 26 05 00 – Common Work Results for Electrical.
8. Section 26 05 19 – Low-Voltage Electrical Power Conductors and Cables.
9. Section 26 05 26 – Grounding and Bonding for Electrical Systems.
10. Section 26 05 33 – Raceways and Boxes for Electrical Systems.
11. Section 26 05 74 – Arc Flash Analysis, Short Circuit Study and Protective Device
Coordination Report.
12. Section 26 08 00 – Commissioning of Electrical Systems.
13. Section 26 24 16 – Panelboards.
14. Section 26 27 26 – Wiring Devices.
15. Section 26 36 13 – Manual Transfer Switches.
16. Section 26 50 00 – Lighting.
17. Section 27 00 00 – General Communications Requirements.
18. Section 28 23 00 – Video Surveillance.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
ASTM C33 Concrete Aggregates
ASTM C39 Method of Test for Compressive Strength of Cylindrical Concrete Specimens
ASTM C94 Standard Specifications for Ready-Mixed Concrete
NCRTS Scale Replacement 13 34 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
Reference Title
ASTM C143 Method of Test for Slump of Concrete
ASTM C150 Standard Specification for Portland Cement
ASTM C192 Method of Making and Curing Test Specimens in the Laboratory
Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure
ASTM C231
Method
Standard Specifications for Liquid Membrane-Forming Compounds for Curing
ASTM C309
Concrete
ASTM C494 Standard Specification for Chemical Admixtures for Concrete
ASTM C979 Standard Specification for Pigments for Integrally Colored Concrete
ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain or Concrete
Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete
ASTM A615
Reinforcement
Standard Practice for Selecting Proportions for Normal, heavyweight and Mass
ACI 211.1
Concrete
ACI 306 Cold Weather Concreting
Building Code Requirements Structural Concrete and Commentary (includes
ACI 318
Errata)
Quality Control for Plants and Production of Precast Pre-stressed Concrete
PCI MNL 116
Products
1.03 GENERAL REQUIREMENTS
A. General:
1. The Work of this Section comprises a complete, commissioned and operational
Scale House, installed in the permanent location indicated on the Drawings.
2. The Owner shall obtain permits from the City of Arlington for the building
foundation and subgrade utilities.
3. The Contractor shall ensure that the pre-manufactured building is furnished with
a valid occupancy permit from the State of Washington Department of Labor
and Industries.
1.04 COORDINATION OF WORK
A. The Contractor shall coordinate the Work of the building manufacturer with the Work of
other trades in order to ensure a complete, functioning building, including mechanical
and electrical site and building systems.
B. The Contractor shall coordinate the Work of trades with the Owner’s Representative.
1.05 SUBMITTALS
A. General: Submit the following in accordance with the Conditions of Contract and Section
01 33 00 – Submittal Procedures.
B. Approval Submittals:
1. Manufacturer’s Qualifications: Provide complete information demonstrating that
the manufacturer meets the minimum standards required by this Section.
Project No. RR8744 13 34 23-2 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
2. Product Data: Submit product data for all materials, equipment and products
installed in the Work.
3. Shop Drawings: Detailed scalehouse drawings, including floor plans showing the
layout of mechanical and electrical equipment and panels, building sections
(lateral and longitudinal), interior elevations, exterior elevations and roof plan.
4. Foundation and Utility Coordination Drawings: Detailed scale drawings showing
the dimensions required for design of the building foundation, two unique
building reference points, and a set of offsets for each utility (mechanical,
plumbing or electrical) entrance through the building foundation and the
location and dimensions of each mechanical and electrical blockout.
5. Delivery and Installation Plan: Detailed, sequential written narrative describing
the procedures required for delivery, placement and commissioning of the
building and building systems. Provide scale drawings depicting arrangement of
cranes and other equipment required to set the building in place.
6. Documentation of successful inspection by Washington State Labor and
Industries under WAC 296-46B-010 – Inspection Move-on Buildings and
Structures and Chapter 19.28 RCW Electricians and Electrical Installations.
7. Factory, assembly and installation test reports for the electrical equipment,
panels and devices installed in the building. Tests shall be as specified in
Division 26 Specifications.
8. Arc flash analysis, short circuit study and protective device coordination report
as specified in Division 26 Specifications.
C. Quality Assurance/Control Submittals:
1. Manufacturer’s Quality Assurance and Control Plan.
a. Building manufacturer’s written plan for assuring and documenting that
the building meets the manufacturer’s quality standards and the
requirements of the Contract Documents.
2. Contractor’s Installation and Commissioning Quality Assurance and Control
Plan.
a. Contractor’s written plan for assuring and documenting that the building
will be installed, completed and commissioned in accordance with the
manufacturer’s quality standards and the requirements of the Contract
Documents.
b. Clearly identify all elements of the Work that the Contractor proposes to
install or complete once the building has been delivered to the project
site.
D. Closeout Submittals:
1. Manufacturer’s Warranty.
2. Manufacturer’s Operations and Maintenance Materials.
a. Provide O&M materials for electrical work in accordance with Division
26.
3. Operating and maintenance information for plumbing systems, mechanical
systems, panels, equipment and devices installed including product data
specified in Section 01 78 23 – Operation and Maintenance Data.
4. Final reviewed submittals; Record Drawings, factory and field tests included in
the O&M data.
1.06 QUALITY ASSURANCE
NCRTS Scale Replacement 13 34 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
A. Qualifications of the Manufacturer: The manufacturer supplying the requested precast
concrete utility facility must meet the following:
1. Manufacturer must be ISO 9001 certified at the time of bid.
2. Manufacturer must not have defaulted on any contract within the last five (5)
years.
3. Manufacturer must provide engineered drawings stamped by a licensed
structural engineer registered in the State of Washington.
4. Manufacturer must have been engaged in the manufacture of concrete pre-
manufactured buildings similar in size and scope to the Work of this Section for
a period of at least ten (10) years.
1.07 WARRANTY
A. The Manufacturer shall provide a twenty (20) year warranty covering the structural
integrity and water-tightness of the building.
B. The Manufacturer shall provide a one (1) year warranty covering defects in materials
and workmanship for all non-structural components of the building.
PART 2—PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to the requirements of the Contract Documents, the following pre-fabricated
building manufacturers are acceptable:
1. CXT, Incorporated
Spokane Industrial Park
3808 North Sullivan Road, Building 7
Spokane, WA 99216
2. Or Approved Equal.
2.02 MATERIALS
A. Concrete – General:
1. The concrete mix design shall be designed in accordance with ACI 211.1 to
produce concrete of good workability.
2. Concrete shall contain a minimum of 505 pounds of cementitious material per
cubic yard.
3. Cement shall be a low alkali Type III conforming to ASTM C150.
4. Coarse aggregates used in the concrete mix design shall conform to ASTM C33
with the designated size of coarse aggregate #67.
5. Minimum water/cement ratio shall not exceed 0.45.
6. Slump shall not exceed five inches.
7. Air-entraining admixtures shall conform to ASTM C260.
8. Water reducing admixtures shall conform to ASTM C494, Type A. Other
admixtures shall not be used without Owner’s approval.
9. Form liners shall be used to create patterns as shown on Drawings.
a. Horizontal pattern shall be the manufacturer’s standard lap siding.
b. Vertical pattern: US form liner ‘2/98 Vltava/Moldau’.
c. Or Approved Equal.
Project No. RR8744 13 34 23-4 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
B. Colored Concrete:
1. Color additives shall conform to ASTM C979.
2. A 12â€x12â€x1†color sample will be available for Owner approval.
3. The following shall contain colored concrete:
a. Building walls and roof.
b. The same brand and type of color additive shall be used throughout the
manufacturing process.
c. All ingredients shall be weighed and the mixing operation shall be
adequate to ensure uniform dispersion of the color.
C. Cold Weather Concrete:
1. Cold weather concrete placement will be in accordance with ACI 306.
2. Concrete will not be placed if ambient temperature is expected to be below
thirty-five (35) degrees F during the curing period unless heat is readily available
to maintain the surface temperature of the concrete at least forty-five (45)
degrees F.
3. Materials containing frost or lumps of frozen materials will not be used.
D. Hot Weather Concrete:
1. The temperature of the concrete shall not exceed ninety-five (95) degrees F at
the time of placement and when the ambient reaches ninety (90) degrees F the
concrete shall be protected with moist covering.
E. Concrete Reinforcement:
1. All reinforcing steel shall conform to ASTM A615.
2. All welded wire fabric shall conform to ASTM A185.
3. All reinforcement shall be new, free of dirt, oil, paint, grease, loose mill scale
and loose or thick rust when placed.
4. Details not shown on Drawings or described in the Specifications shall be to ACI
318.
5. Steel reinforcement shall be centered in the cross-sectional area of the walls
and will have at least one inch of cover on the under surface of the floor and
roof.
6. The maximum allowable variation for center-center spacing of reinforcing steel
shall be one-half (1/2) inch.
7. Full lengths of reinforcing steel shall be used when possible. When splices are
necessary on long runs, splices shall be alternated from opposite sides of the
components for adjacent steel bars. Lap bars #4 or smaller a minimum of
twelve (12) inches. Lap bars larger than #4 a minimum of twenty-four (24) bar
diameters.
8. Reinforcing bars shall be bent cold. No bars partially embedded in concrete will
be field bent unless approved by the Owner.
F. Curing Compounds:
1. Curing compounds shall be colorless, complying with ASTM C309, type I or 1-D.
G. Caulking, Grout, Adhesive and Sealer
1. All caulking shall remain flexible and non-sag at temperatures from -50 to +194
degrees F.
2. Interior joints shall be caulked with a paintable silicone based caulk.
NCRTS Scale Replacement 13 34 23-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
3. Exterior joints shall be caulked with a tripolymer sealant caulk which
compliments the exterior color.
4. Grout shall be a non-shrink type and shall be painted to match the color of the
surrounding concrete as nearly as possible.
5. Epoxy concrete adhesive will be two-component, rigid, non-sag gel adhesive for
bonding to dry or damp surfaces, moisture insensitive.
6. Portland cement mortar will consist of one-part Portland cement, three parts
sand and enough water to make workable mixture.
H. Aluminum Trellis
1. Fabricate and install the trellis assemblies in accordance with the Drawings.
2. Weld components and grind welded joints smooth.
3. Provide dissimilar-metals protection for mounting hardware or other points of
contact between the aluminum assembly and other metal components.
4. Aluminum components: 6061-T6 aluminum alloy.
5. Finish: Powder coated finish in accordance with Section 09 96 00 –
Performance Coatings.
I. Plywood Wall/Ceiling System:
1. Framing and furring: Wood or light-gauge metal framing components.
2. Insulation: Rigid polyisocyanurate insulation board complying with requirements
of IBC Section 2603.
a. Dow ‘Thermax’.
b. Or Approved Equal.
3. Vapor barrier applied to interior face of framing and furring: 6 mil polyethylene
sheet.
4. Interior sheathing: ¾†ACX fire-retardant-treated plywood.
a. Dricon Fire Retardant Treated Plywood.
b. Or Approved Equal.
5. Finish:
a. Caulk joints with paintable caulk and strike joints smooth.
b. Apply interior latex paint as specified in this Section.
J. Paint and Stains:
1. Interior floors:
a. High solids, single-component, aliphatic, moisture cure, urethane
industrial floor coating.
1) Sherwin-Williams ‘Armorseal Rexthane I’ coating.
2) Or Approved Equal.
2. Interior plywood walls and ceilings:
a. One (1) coat primer in accordance with manufacturer’s instructions.
b. Primer shall be approved for use by the manufacturer of the finish coat.
1) Sherwin-Williams ‘Premium Wall & Wood Primer’.
2) Or Approved Equal.
c. Two (2) coats satin-finish interior acrylic latex paint.
1) Sherwin-Williams ‘Duration Interior Acrylic Latex Paint’.
2) Or Approved Equal.
3. Interior concrete surfaces:
a. Two (2) coats high solids pure acrylic water-repellent penetrating sealer.
1) CXT ‘Vandlshell’.
2) Or Approved Equal.
Project No. RR8744 13 34 23-6 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
4. Interior and exterior metal surfaces.
a. Two (2) coats 100% acrylic, water-reducible, corrosion-resistant coating
for industrial applications.
b. For exterior bare steel applications, prime with manufacturer’s
recommended rust-preventive primer.
1) Sherwin-Williams ‘DTM Acrylic Coating’.
2) Or Approved Equal.
5. Exterior concrete surfaces:
a. Two (2) coats water-based water-repellent penetrating stain.
1) CXT ‘Vandlshell’.
2) Or Approved Equal.
K. Interior Wood Doors:
1. Solid-core interior flush birch plywood door.
2. Finish all surfaces with satin polyurethane varnish.
L. Interior and Exterior Hollow Metal Door and Window Frames:
1. Pressed steel single rabbet; flush; with two (2) inch face and five-eights (5/8) of
an inch return.
2. Conform to ANSI-SDI A 250.8-2003, Level 3.
3. Minimum sixteen (16) gauge.
4. Grade sixty, mill-phosphated zinc coating.
5. Provide three rubber silencers on the latch side of each door frame.
a. Ceco Door.
b. Or Approved Equal.
M. Motorized Service Windows:
1. Material: Extruded Aluminum: ASTM B221, 6063-T5 alloy and temper,
anodized. Color as selected by Owner.
2. Configuration: Units will be single-slide, and shall include operator, header and
track, jambs, sliding panel, and side lite.
3. Mounting: Units to be mounted within rough opening with sliding panel sliding
alongside lite.
4. Header Sections: Minimum three-sixteenth (3/16) of an inch thickness.
5. Frame Sections: Minimum one-eighth (1/8) of an inch thickness.
6. Panel Sections: Commercial grade.
7. Glazing: Exterior Insulated Window and Door Glazing as specified in this
Section.
8. Acceptable Products:
a. Horton Automatics – ‘Series 8100’.
b. Or Approved Equal.
N. Exterior Insulated Window and Door Glazing:
1. Exterior Pane: Two layers of one-eighth (1/8) of an inch thickness glass
laminated together to form a single pane.
a. The exterior material is to be clear transparent glass.
b. The inside material is to be tinted to the color and light transmittance
factor selected by the Owner Representative.
2. Airspace:
a. Argon gas filled.
b. Dimension: One-half (1/2) of an inch.
NCRTS Scale Replacement 13 34 23-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
3. Interior Pane: One layer of one-quarter (1/4) of an inch thickness double-
strength glass.
a. Provide low emissivity reflective coating on the #3 surface, to the
degree of optical reflectivity selected by the Owner Representative.
4. Nominal Thickness of Glazing Unit: One (1) inch.
O. Exterior Steel Doors:
1. Flush panel type one and three-quarters (1-3/4) of an inch thick, minimum
sixteen (16) gauge prime coated steel panels with minimum twelve (12) gauge
internal bracing channels and polystyrene core.
a. Ceco Door ‘Ultradoor (UP) polystyrene core door’.
b. Or Approved Equal.
P. Casework and Counters:
1. As indicated on the Drawings and in accordance with Section 06 41 00 –
Architectural Wood Casework.
Q. Lockers:
1. Acceptable Manufacturers:
a. Hadrian – ‘Emperor’.
b. Penco – ‘Vanguard’.
c. Or Approved Equal.
2. Characteristics:
a. Provide three (3), double-tier, full-length piano hinged lockers.
b. Size: Fifteen (15) inches by fifteen (15) inches by seventy-two (72)
inches high.
c. Finish: Powder coated; color selected by Owner from Manufacturer’s full
standard color range.
d. Accessories:
1) Continuous Z-base.
2) Sloping top.
3) Hooks.
4) Standard latch system for securing with personnel padlocks.
5) ADA signage as indicated on Drawings.
R. Horizontal Window Blinds:
1. Slats: One (1) inch side aluminum slats with soil and dust-resistant coating;
color as selected by Owner from manufacturer’s standard range.
2. Wand: Five-sixteenth (5/16) of an inch hexagonal transparent plastic; trim to
four (4) feet six (6) inches above the finish floor surface.
3. Braided Ladders for Slats: Stabilized polyester yarn of the Manufacturer’s
standard color range.
a. Bali – ‘Lightblocker Aluminum Blinds’.
b. Hunter Douglas – ‘Reveal with Magna View’.
c. Or Approved Equal.
S. Privacy Curtain and Track:
1. Track: Manufactured, ceiling mounted privacy curtain system with aluminum T-
bar track and rollers.
a. Flextracks ‘Medium Duty Kit, T2’.
b. Or Approved Equal.
Project No. RR8744 13 34 23-8 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
2. Curtain: Opaque, lightweight polyester fabric; pattern and color as selected by
Owner from manufacturer’s standard color range.
T. Roof Tie-Offs:
1. Swiveling steel fall-protection anchor meeting the requirements of the IBC.
a. Guardian Fall Protection ‘Hybrid Mega Swivel Anchor’.
b. Or Approved Equal.
U. Cable Tray:
1. Aluminum ladder-type cable tray; size as indicated on the Drawings.
a. Eaton ‘B-Line’.
b. Or Approved Equal.
V. Firestop:
1. Minimum five (5) inch deep intumescent firestop block system installed in
accordance with manufacturer’s instructions where depicted on the Drawings.
a. Hilti ‘Firestop Block (CFS-BL)’.
b. Or Approved Equal.
W. Plumbing Fixtures:
1. Acceptable Manufacturers:
a. China Fixtures:
1) Kohler.
2) American Standard.
3) Toto.
4) Gerber Maxwell.
5) Or Approved Equal.
b. Stainless Steel Sinks:
1) Elkay.
2) Just.
3) Or Approved Equal.
c. Faucets:
1) Sloan.
2) Symmons.
3) Zurn.
4) American Standard.
5) Elkay.
6) Delta.
7) Kohler.
8) Moen.
9) Or Approved Equal.
d. Water Heater
1) A.O. Smith.
2) Rheem.
3) State.
4) Or Approved Equal.
e. Diaphragm Thermal Expansion Tank:
1) Therm-X-Trol ST-5C.
2) Or Approved Equal.
2. Water Closet: American Standard Glenwall Pressure-Assisted Wall-Mounted
Tank Type Toilet, Model 3402.016 with 4098.800 tank and tank cover with
NCRTS Scale Replacement 13 34 23-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
right hand trip lever. ADA compliant, 1.6 gpf, with carrier cast into concrete
partition wall.
3. Lavatory: Wall hung lavatory, ADA compliant, American Standard Lucerne Model
0355.027 with exposed wall bracket support and American Standard Model
6114.116.002 Monterrey Single Control 4-inch center set deck mount faucet
with adjustable hot limit safety stop and perforated strainer drain fitting.
4. Countertop Sink: Elkay LRAD1316, 13 inch x 16 inch overall with 10 inch x 10
inch x 6-1/2 inch deep bowl, eighteen (18) gauge top mount type 304 stainless
steel with single center faucet hole drilling and American Standard Model
7100.271H Bark Sink Faucet with wrist blade handle, gooseneck swivel spout
and waste stopper, ADA compliant.
5. Water Heater: A.O. Smith Model EJC-6, six (6) gallon electric tank type, 1,650
watts, 120v/1ph with ASME pressure/temperature relief valve, drain pan and
seismic support straps.
X. Electric Heaters:
1. Acceptable Manufacturers:
a. Baseboard Heaters:
1) King.
2) Or Approved Equal.
b. Ceiling Wall Heaters:
1) King.
2) Or Approved Equal.
c. Duct Heater:
1) Indeeco.
2) Or Approved Equal.
2. Provide electric heaters as scheduled on the Drawings with the rated capacities
and voltages and with indicated control accessories..
Y. Air Conditioning Equipment:
1. Acceptable Manufacturers:
a. Mitsubishi.
b. Or Approved Equal.
2. Wall Mount Air Conditioning System:
a. Mitsubishi Model MSY-GE24 NA indoor unit:
1) Provide with auto fan speed control to stage airflow low through
medium, high and super high based on cooling demand.
2) Indoor unit powered through outdoor condensing unit.
3) Auto restart following power outage.
4) Wired Wall-mounted Controller (PAR-31MAA) with MAC-3331F
System Control interface.
b. Mitsubishi Model MUY-GE24NA outdoor condensing unit.
c. Mitsubishi refrigeration line set between indoor unit and outdoor unit.
3. Provide as scheduled on the Drawings with rated capacity and voltage.
Z. Ventilation Supply Fan:
1. Acceptable Manufacturers:
a. Loren Cook.
b. Greenheck.
c. Or Approved Equal.
2. Supply Fan:
Project No. RR8744 13 34 23-10 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
a. Direct driven centrifugal square inline fan (UL 705).
b. Insulated fan housing for noise attenuation.
c. Electrically commutated motor rated for continuous duty and furnished
with 0-10 VDC external controller for fan speed adjustment.
d. Furnish with in-line filter box on the inlet side of the fan housing and
provided with MERV 8 filters.
3. Provide as scheduled on the Drawings with rated capacity and voltage.
AA. Exhaust Fans:
1. Acceptable Manufacturers:
a. Loren Cook.
b. Panasonic.
c. Greenheck.
d. Or Approved Equal.
2. Provide as scheduled on the Drawings with rated capacity and voltage.
BB. Barometric Relief Damper:
1. Acceptable Manufacturers:
a. Ruskin Model NMS2 fabric blade relief damper.
b. Or Approved Equal.
2. Provide size as indicated on the Drawings.
CC. Louvers:
1. Acceptable Manufacturers:
a. Ruskin Model ELF375D, 4-inch deep, Drainable Blade Louver.
b. Greenheck.
c. Or Approved Equal.
2. Provide with anodized finish, color as selected by Owner from manufacturer’s
standard color range.
DD. Air Terminals:
1. Acceptable Manufacturers:
a. Titus.
b. Krueger.
c. Or Approved Equal.
2. Provide size as indicated on the Drawings.
EE. Electrical Distribution Equipment:
1. Acceptable Manufacturers:
a. Eaton.
b. Group Schneider.
c. Or Approved Equal.
2. The building’s interior and exterior electrical equipment and systems shall be as
specified in Division 26 Specifications and as shown on the Electrical Drawings.
3. Raceway type and installation requirements shall be as specified in Division 26
Specifications and as shown on the electrical Drawings.
FF. Lighting Equipment:
1. Acceptable Manufacturers:
a. Luminaire Lighting Corporation.
b. Or Approved Equal.
NCRTS Scale Replacement 13 34 23-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
2. The building’s interior and exterior luminaires and systems shall be as specified
in Division 26 Specifications and as shown on the Electrical Drawings.
3. Raceway type and installation requirements shall be as specified in Division 26
Specifications and as shown on the Electrical Drawings.
PART 3—EXECUTION
3.01 BUILDING FABRICATION
A. The building shall be fabricated to the greatest extent practical within the building
manufacturer’s plant:
1. The Contractor shall be responsible for working with the building manufacturer
to ensure that all elements of the Work described in the Contract Documents
and as required for a complete and functional building installation, whether
installed, completed and/or commissioned by the building manufacturer or by
the Contractor, are fully coordinated and fully compliant with the requirements
of the Contract Documents.
2. The Contractor shall be responsible to ensure that the building meets all
requirements of the Washington State Department of Labor and Industries (L&I)
and for obtaining a Certificate of Occupancy from L&I for the completed
building.
3.02 TRANSPORTATION
A. Transportation from the manufacture’s plant to the project site shall be in strict
accordance with the manufacturer’s requirements to ensure that the building is
delivered in undamaged condition.
3.03 INSTALLATION
A. Installation of the building on the foundation shall be performed in strict accordance
with the manufacturer’s requirements.
1. A representative of the manufacturer shall be on-site during the building
installation process, and shall supervise the installation.
2. Installation shall include provision of lateral anchorage with manufacturer’s
requirements.
B. Plumbing Work:
1. The plumbing Work required for this Specification shall be in accordance with
the Division 22 Specifications and as specified herein.
C. Mechanical Work:
1. The mechanical Work required for this Specification shall be in accordance with
the Division 23 Specifications and as specified herein.
D. Electrical Work:
1. The electrical Work required for this Specification shall be in accordance with
Division 26 Specifications.
Project No. RR8744 13 34 23-12 NCRTS Scale Replacement
5/29/2015 3:14 PM Bid Set May 2015
2. Refer to the National Electrical Contractors Association’s (NECA) National
Electrical Installation Standards (NEIS) for Standard Practices for Good
Workmanship in Electrical Contracting (NECA-1) as the minimum baseline of
quality and workmanship for installing electrical products and systems. This
baseline defines what is meant by ‘neat and workmanlike’ as required by the
National Electrical Code Section 110-12. Specified requirements supersede
NECA practices.
E. Electrical Testing:
1. The electrical testing of wire, cables, equipment, panels and devices required to
be installed within the fabricated building shall be in accordance with Division
26 Specifications.
**END OF SECTION**
NCRTS Scale Replacement 13 34 23-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:14 PM
Division 22 – Plumbing
SECTION 22 13 16
SOIL, WASTE AND VENT PIPING
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the specifications for the installation of sanitary waste piping from
a point five (5) feet outside of the Scalehouse building to the points of connection to
waste piping inside the Scalehouse building and for the installation of waste piping lines
under the Scalehouse building.
B. This section includes the specifications for the installation of waste and vent piping
inside the Scalehouse building including vents through the roof.
C. This section includes the testing and inspection of the waste and vent piping.
D. Related Sections:
1. Section 13 34 23 – Fabricated Buildings.
2. Section 22 11 16 – Water Piping.
3. Section 23 31 13 – Ductwork.
4. Division 26 – Electrical Specifications (underground conduits).
5. Division 27 – Communications (underground conduits).
6. Section 31 23 00 – Excavation and Fill.
7. Section 33 30 00 – Wastewater Utilities.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM D2235 Standard Specification for Solvent Cement for Acrylonitrile-Butadiene-Styrene
(ABS) Plastic Pipe and Fittings; 2011
ASTM D2661 Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) Schedule 40
Plastic Drain, Waste, and Vent Pipe and Fittings; 2014
UPC - 2012 American National Standard – IAPMO/ANSI UPC 1-2012, Uniform Plumbing Code
NCRTS Scale Replacement 22 13 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:52 PM
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01
33 00 – Submittal Procedures.
B. Approval Submittals:
1. Submit manufacturer’s product data for all products to be used.
2. Submit shop drawing, at a scale of ½†= 1’ 0â€, of the underground waste
piping installation coordinated with all underground water piping, trap primer
lines, underground ductwork, electrical conduits, the structural foundation
walls and structural Scalehouse pad locating waste piping and the point of
entry through the structural Scalehouse pad into the Scalehouse and all
underground waste piping and trap primer piping located under the
Scalehouse including points of penetration through the structural Scalehouse
pad into the Scalehouse.
PART 2--PRODUCTS
2.01 MATERIALS
A. Underground soil and waste piping: Schedule 40 ABS pipe per ASTM D2661.
B. Fittings: Schedule 40 ABS pipe fittings per ASTM D2661.
C. Solvent Cement: ABS solvent cement per ASTM D2235.
PART 3--EXECUTION
3.01 GENERAL
A. Install underground waste piping between the point of connection to the exterior
sanitary sewer piping five (5) feet outside of the building to the points of connection
inside the Scalehouse building. Install all horizontal soil and waste piping with a
minimum slope of ¼†per foot.
B. Excavation and backfilling of excavations shall be provided in compliance with Section
31 23 00 – Excavation and Fill.
C. Detectable marking tape shall be provided in compliance with Section 33 30 00 –
Wastewater Utilities for exterior sewer piping.
D. Coordinate installation of piping with all trades that are affected by the installation to
avoid conflicts. Verify invert elevation at point of connection to the outside sanitary
sewer piping prior to installation of piping under the Scalehouse building.
E. Coordinate installation with the building manufacturer to locate the waste piping
penetrations through the Scalehouse floor to match the final Scalehouse building
configuration.
Project No. RR8744 22 13 16-2 NCRTS Scale Replacement
5/29/2015 3:52 PM Bid Set May 2015
F. Install waste and vent piping inside the Scalehouse building including connections to
fixtures and all associated accessories and appurtenances inside the building as shown
on the Drawings.
G. Install cleanouts per requirements of the UPC – 2012. Provide wall access covers for all
concealed wall cleanouts.
H. Waste and vent piping installation shall comply with the UPC – 2012.
3.02 PIPE INSTALLATION
A. Plastic pipe couplings and fittings shall be handled and installed in accordance with the
manufacturer’s recommendation and the Uniform Plumbing Code. Pipe and fittings
shall be joined by solvent welding.
B. Chemicals used must penetrate the surface of both pipe and fitting which will result in
complete fusion at the joint. Use solvent and cement only as recommended by the pipe
manufacturer.
3.03 PROTECTION
A. Protect ends of piping during installation to prevent entry into the piping from foreign
material, water and moisture. Provide sleeves around the piping where penetrating the
building floor slab.
3.04 TESTING AND INSPECTION
A. All piping shall be tested, inspected, and approved prior to being concealed or covered.
Testing shall comply with the UPC as required by the City of Arlington.
B. Testing shall be witnessed by the City of Arlington and the Owner’s Representative
unless approved otherwise by the City of Arlington and the Owner’s Representative.
C. Any leaks or defective piping disclosed by testing and inspection shall be repaired with
new materials and the system retested.
**END OF SECTION**
NCRTS Scale Replacement 22 13 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:52 PM
SECTION 22 11 16
WATER PIPING
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the specifications for the installation of domestic water piping from
a point five (5) feet outside of the Scalehouse building to the point of connection to the
water piping system inside the Scalehouse building and for the installation of domestic
hot water, cold water and trap primer lines under the Scalehouse building.
B. This section includes the specifications for the installation of domestic water piping
inside the building.
C. This section includes the testing, inspection and sterilization of the piping.
D. Related Sections:
1. Section 13 34 23 – Fabricated Buildings.
2. Section 22 07 19 – Plumbing Piping Insulation.
3. Section 22 13 16 – Soil, Waste and Vent Piping.
4. Section 23 31 13 – Ductwork.
5. Division 26 – Electrical Specifications (underground conduits).
6. Division 27 – Communications (underground conduits).
7. Section 31 23 00 – Excavation and Fill.
8. Section 33 10 00 – Water Utilities.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM B32-08 Standard Specification for Solder Metal; 2014
ASTM B88-14 Standard Specification for Seamless Copper Water Tube; 2014
ASME B16.18 Cast Copper Alloy Solder Joint Pressure Fittings; 2012
ASME B16.22 Wrought Copper and Copper Alloy Solder-Joint Pressure Fittings; 2013
BB-C-120C Federal Specification, Chlorine, Technical: Liquid
NCRTS Scale Replacement 22 11 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:25 PM
Reference Title
O-C-114B Federal Specification, Calcium Hypochlorite, Technical
O-S-602E Federal Specification, Sodium Hypochlorite Solution
UPC - 2012 American National Standard – IAPMO/ANSI UPC 1-2012, Uniform Plumbing Code
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01
33 00 – Submittal Procedures.
B. Approval Submittals:
1. Submit manufacturer’s product data for all products to be used.
2. Submit shop drawing, at a scale of ½†= 1’ 0â€, of the underground water
piping installation coordinated with all underground sanitary sewer, trap
primer lines, underground ductwork, electrical conduits, the structural
foundation walls and structural Scalehouse pad locating water piping and the
point of entry through the structural Scalehouse pad into the Scalehouse and
all underground hot and cold water piping and trap primer piping located
under the Scalehouse including points of penetration through the structural
Scalehouse pad into the Scalehouse.
PART 2--PRODUCTS
2.01 MATERIALS
A. Underground water piping: seamless copper tubing, Type K per ASTM B88.
B. Above grade water piping: seamless copper tubing, Type L per ASTM B88.
C. Trap primer piping: seamless copper tubing, Type M per ASTM B88.
D. Fittings: Wrought copper fittings per ASME B16.22 or cast bronze fittings per ASME
B16.18.
E. Solder: Soldered joints with 95-5 tin-antimony solder per ASTM B32. Solder materials
shall contain no lead.
F. Trap primer: Trap primer shall require no more than 3 psi pressure drop change for
activation, MiFab Model M2-500; or Approved Equal.
G. Plumbing Brass: Zurn Aquaspec, American Standard, Chicago Faucet, Kohler,
Brasscraft, Crane, Frost, Speakman, Symmons, Oatey, T&S Brass, Watrous, or Approved
Equal.
H. Valves: Ball valves shall be 125 psi-swp bronze ball, standard port, 2 piece
construction, anti-blowout stem, Teflon seats, stainless steel or chrome plate ball, solder
or thread connection, Nibco ;Crane; Grinnel; Stockham; Walworth; Milwaukee; or
Approved Equal.
Project No. RR8744 22 11 16-2 NCRTS Scale Replacement
5/29/2015 3:25 PM Bid Set May 2015
2.02 MATERIALS FURNISHED WITH PRE-MANUFACTURED CONCRETE SCALE BUILDING
A. Plumbing Fixtures provided under Section 13 34 23 – Fabricated Buildings and
installed per the requirements of this Section.
PART 3--EXECUTION
3.01 GENERAL
A. Install underground water service piping between the point of connection to the exterior
water service piping five (5) feet outside of the building to the point of connection inside
the Scalehouse building. Install cold water, hot water and trap primer piping located
under the Scalehouse building. Piping shall contain no fittings under the concrete floor
of the building.
B. Excavation and backfilling of excavations shall be provided in compliance with Section
31 23 00 – Excavation and Fill.
C. Detectable marking tape shall be provided in compliance with Section 33 10 00 –
Water Utilities for exterior water piping.
D. Insulation of underground domestic hot water piping shall be provided in compliance
with Section 22 07 19 – Plumbing Piping Insulation.
E. Coordinate installation of piping with all trades that are affected by the installation to
avoid conflicts.
F. Coordinate installation with the building manufacturer to locate the water service entry
point and water piping penetration through the Scalehouse floor to match the final
Scalehouse building configuration.
G. Install domestic water piping and trap primer piping inside the Scalehouse building
including connections to fixtures and all associated accessories and appurtenances
inside the building as shown on the Drawings.
H. Water piping installation shall comply with the UPC – 2012.
I. Plumbing fixtures provided under Section 13 34 23 – Fabricated Buildings shall be
installed per the UPC – 2012 and shall include required plumbing brass consisting of
brass ¼-turn angle stop valves with flexible risers, trap fittings, wax seals, as required
for a complete fixture installation.
3.02 PROTECTION
A. Protect ends of piping during installation to prevent entry into the piping from foreign
material, water and moisture. Provide sleeves around the piping where penetrating the
building floor slab.
3.03 TESTING AND INSPECTION
NCRTS Scale Replacement 22 11 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:25 PM
A. All piping shall be tested, inspected, and approved prior to being concealed or covered.
B. Testing shall be witnessed by the City of Arlington and the Owner’s Representative
unless approved otherwise by the City of Arlington and the Owner’s Representative.
C. Piping shall be hydrostatically tested for a period of 24 hours, during which time no drop
in pressure or leakage shall occur. Test pressure shall be not less than 125 psig.
D. Any leaks or defective piping disclosed by testing and inspection shall be repaired with
new materials and the system retested.
3.04 DISINFECTION
A. Upon completion of the job, prior to final acceptance, the entire domestic water piping
system shall be disinfected with chlorine solution. The chlorinating material shall be
either liquid chlorine conforming to Federal Specifications BB-C-120 or hypochlorite
conforming to Federal Specifications O-C-114, Type II, Grade B, or Federal Specifications
O-S 602, Grade A or B. The chlorinating material shall provide a dosage of not less than
50 parts per million and shall be introduced into the system in an approved manner.
The treated water shall be retained in the pipe long enough to destroy all non spore-
forming bacteria.
B. The retention time shall be at least 24 hours and shall produce not less than 10 p.p.m.
of chlorine at the extreme end of the system at the end of the retention period. All
valves in the system being sterilized shall be opened and closed several times during
the contact period. The system shall then be flushed with clean water until residual
chlorine is reduced to less than 1.0 ppm. During the flushing period all valves and
faucets shall be opened and closed several times.
C. The Contractor shall employ an approved agency to take test samples at several points
of the system and arrange with the Health Department to test the samples. Should the
samples not test satisfactory, the systems shall be re-sterilized and re-flushed until
satisfactory samples are obtained.
D. The Contractor shall furnish a letter to the Owner’s Representative stating that
Chlorination has been completed. The letter shall also include a copy of a certificate or
letter from the Health Department stating that samples taken have been found
acceptable and the system is approved for potable use.
**END OF SECTION**
Project No. RR8744 22 11 16-4 NCRTS Scale Replacement
5/29/2015 3:25 PM Bid Set May 2015
SECTION 22 08 00
COMMISSIONING OF PLUMBING
PART 1--GENERAL
1.01 SUMMARY
A. Section includes requirements for commissioning of the plumbing system as shown on
the Drawings and as specified herein.
B. Functional Performance Testing by the Commissioning Authority shall be witnessed by
the Owner’s Representative.
C. Related Sections:
1. Section 23 08 00 – Commissioning of HVAC.
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
WSEC - 2012 Washington State Energy Code
UPC - 2012 American National Standard – IAPMO/ANSI UPC 1-2012,
Uniform Plumbing Code
ACG Commissioning Associated Commissioning Group (ACG) – 2005
Guideline Commissioning Guideline
NEBB Commissioning (2009) Procedure Standards for Whole Building Systems
Standard Commissioning of New Construction; 2009 - 3rd Edition
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01 33
00 – Submittal Procedures.
NCRTS Scale Replacement 22 08 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:20 PM
2. The submittals of this section may be combined with the submittals of Section 23
08 00 – Commissioning of HVAC in a combined Commissioning of Plumbing and
HVAC.
B. Approval Submittals:
1. Commissioning Firm Qualifications: Provide certification of the proposed
Commissioning Firm’s qualifications providing the date the Certification was
initially granted and the date the current Certification expires. Certification
shall be through the ACG or NEBB or approved equal. Certification shall
remain in effect through completion of the project.
2. Commissioning Agent: Provide certification of the proposed Commissioning
Agent’s qualifications providing the date the Certification was initially granted
and the date the current Certification expires. Certification shall be through
the ACG or NEBB or approved equal. Certification shall remain in effect
through completion of the project. Commissioning Agent shall be an
employee of the Commissioning Firm.
3. Commissioning Plan: Provide a commissioning plan for the work to include
the requirements of section “C408.1.1 Commissioning plan†of the WSEC.
4. Preliminary Commissioning Report: Provide a preliminary commissioning
report to include the requirements of section “C408.1.2 Preliminary
commissioning report†of the WSEC.
5. Commissioning Compliance Checklist: Submit a completed “Commissioning
Compliance Checklist†Figure C408.1.2.1 of the WSEC.
6. Final Commissioning Report: Submit a final commissioning report to include
the requirements of section “C408.1.3.4 Final commissioning report†of the
WSEC.
PART 2--PRODUCTS
2.01 TESTING EQUIPMENT AND INSTRUMENTS
A. The test equipment, instruments and devices used for testing shall be calibrated to
test equipment standards with references traceable to the National Institute of
Standards and Technology.
B. The test equipment, instruments and devices shall have current calibration stickers
indicating date of calibration, deviation from standard, name of calibration laboratory
and technician, and date of next recalibration.
PART 3--EXECUTION
3.01 GENERAL
A. The Contractor shall schedule commissioning of the plumbing system and notify the
Owner’s Representative 30 days prior to commencement of Functional Performance
Testing.
B. The required testing, including corrections of deficiencies found, and subsequent
retesting, shall be completed with sufficient time to prepare and submit the
Project No. RR8744 22 08 00-2 NCRTS Scale Replacement
5/29/2015 3:20 PM Bid Set May 2015
Preliminary Commissioning Report and Commissioning Compliance Checklist
necessary to obtain a certificate of occupancy from the City of Arlington.
3.02 EXECUTION OF THE COMMISSIONING PLAN
A. Service Water Heating System:
1. Commission the electric water heating system and associated thermostatic
mixing valve.
B. Pre-Functional Checkout:
1. Prior to energizing the equipment:
a. Verify the installed equipment matches approved submittals.
b. Verify the system is installed according to contract requirements.
c. Access provisions are provided.
d. Electrical power is available for energizing the equipment.
C. Functional Performance Testing:
1. Functional testing shall verify the water heater setpoint – 140 OOOF +/- 2 OOOOF.
2. Functional testing shall verify the discharge temperature from the
thermostatic mixing valve does not exceed 110 OOOF +0 OOOF - 4 OOOOF.
D. Review documentation requirements of Section 408.1.3.2 – Supporting Documents
of the WSEC have been completed and participate in the Training of Owner Staff on
the operation, maintenance and service of the electric water heating system.
**END OF SECTION**
NCRTS Scale Replacement 22 08 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:20 PM
SECTION 22 07 19
PLUMBING PIPING INSULATION
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the specifications for the installation of insulation on under slab
hot water piping.
B. Related Sections:
1. Section 22 11 16 – Water Piping.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ASTM C240 Standard Test Methods of Testing Cellular Glass Insulation Block; 2012
ASTM C552 Standard Specification for Cellular Glass Thermal Insulation; 2014
ASTM C1639 Standard Specification for Fabrication of Cellular Glass Pipe and Tubing Insulation;
2010
ASTM E84 Standard Test Method for Surface Burning Characteristics of Building Materials;
2014
ASTM E96 Standard Test Method for Conducting Aqueous Direct Photolysis Test; 2007
ASTM E136 Standard Test Method for Behavior of Materials in a Vertical Tube Furnace at 750
Degrees C, 2012
ASTM E814 Standard Test Method for Fire Tests of Penetration Firestop Systems, 2013
UL 1479 Standard for Fire Tests of Through-Penetration Firestops
NCRTS Scale Replacement 22 07 19-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:18 PM
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01
33 00 – Submittal Procedures
B. Approval Submittals:
1. Product Data: Submit product data for all materials and products to be used
in the work of this section.
PART 2--PRODUCTS
2.01 MATERIALS
A. Underground water piping insulation: Foamglas One as manufactured by Pittsburg
Corning or approved equal per ASTM C552 and ASTM C1639.
1. Absorption of Moisture: Less than 0.2% by volume per ASTM C240.
2. Water Vapor Permeability: 0.00 perm-inch per ASTM E96, Wet Cup.
3. Combustibility & Reaction to Fire: Non Combustible, Flame Spread Index 0,
Smoke Development Index 0 per ASTM E84 and ASTM E136.
B. Underground water piping insulation jacketing: Pittwrap Jacketing as manufactured by
Pittsburg Corning or approved equal.
1. Water Vapor Permeability: 0.002 perm-inch per ASTM E96, Water Method.
C. Fire Barrier Sealant: 3M Fire Barrier Sealant FD150+ or approved equal with a firestop
rating of 3 hours per ASTM E814 and UL 1479.
PART 3--EXECUTION
3.01 GENERAL
A. Install insulation on underground hot water piping per manufacturer’s installation
instruction with 1-inch thick Foamglas insulation from points where water piping
penetrates through the floor at each end of run. The Foamglas insulation shall be
wrapped with Pittwrap per manufacturer’s installation instruction. The Pittwrap shall
terminate 1-inch below finish floor level within the pipe floor sleeve. The top of the
insulation and wrap within the floor sleeve shall be sealed with a fire rated sealant.
**END OF SECTION**
Project No. RR8744 22 07 19-2 NCRTS Scale Replacement
5/29/2015 3:18 PM Bid Set May 2015
Division 23 – HVAC
SECTION 23 05 93
TESTING, ADJUSTING AND BALANCING
PART 1--GENERAL
1.01 SUMMARY
A. Section includes requirements for testing, adjusting and air balancing of the HVAC systems
as shown on the Drawings and as specified herein.
B. Air balancing results shall be witnessed by the Owner’s Representative.
C. Related Sections:
1. Section 13 34 23 – Fabricated Buildings.
2. Section 23 08 00 – Commissioning of HVAC.
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
WSEC - 2012 Washington State Energy Code
Associated Air Balance National Standards for Total System Balance – 2002 Edition
Council (AABC)
National Environmental Procedural Standards for Testing, Adjusting and Balancing of
Balancing Bureau (NEBB) Environmental Systems – 2005 – Seventh Edition
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01 33
00 – Submittal Procedures.
2. The Commissioning Firm providing commissioning of the HVAC systems under
Section 23 08 00 – Commissioning of HVAC may also provide air balancing of the
HVAC systems subject to meeting firm and personnel qualification requirements
under this section.
B. Approval Submittals:
NCRTS Scale Replacement 23 05 93-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:31 PM
1. Test and Balance (TAB) Firm Qualifications: Provide certification of the
proposed TAB Firm’s qualifications providing the date the Certification was
initially granted and the date the current Certification expires. Certification
shall be through the ACG or NEBB or approved equal. Certification shall
remain in effect through completion of the project.
2. TAB Specialist: Provide certification of the proposed TAB Specialist’s
qualifications providing the date the Certification was initially granted and the
date the current Certification expires. Certification shall be through the ACG
or NEBB or approved equal. Certification shall remain in effect through
completion of the project. TAB Specialist shall be an employee of the TAB
Firm.
3. TAB Report: Provide a completed TAB Report for the work to include the
requirements of section “C408.2.2 Systems Balancing†of the WSEC.
PART 2--PRODUCTS
2.01 TESTING EQUIPMENT AND INSTRUMENTS
A. The test equipment, instruments and devices used for testing shall be calibrated to
test equipment standards with references traceable to the National Institute of
Standards and Technology.
B. The test equipment, instruments and devices shall have current calibration stickers
indicating date of calibration, deviation from standard, name of calibration laboratory
and technician, and date of next recalibration.
PART 3--EXECUTION
3.01 GENERAL
A. The Contractor shall schedule the air test and balance of the HVAC systems and
notify the Owner’s Representative 30 days prior to commencement of testing.
B. The required testing, including corrections of deficiencies found, and subsequent
retesting, shall be completed with sufficient time to prepare and submit the TAB
Report to the Commissioning Authority for preparation of the Commissioning
Compliance Checklist necessary to obtain a certificate of occupancy from the City of
Arlington.
C. All measurements and adjustments shall be in accordance with the AABC or NEBB
standards.
3.02 EXECUTION OF THE AIR TESTING AND BALANCE OF THE HVAC SYSTEMS
A. EF-1 Exhaust System:
1. The EF-1 Exhaust System shall be balanced to +10% - 0% of the value shown
on the Drawings by adjustment of the fan speed control switch. The fan
speed control switch shall be marked with a permanent marking indicating
the switch position.
Project No. RR8744 23 05 93-2 NCRTS Scale Replacement
5/29/2015 3:31 PM Bid Set May 2015
2. Record fan and motor data, rpm, voltage and amperage, static pressure and
airflow.
B. SF-2 Ventilation Supply Air System:
1. Prior to air balancing the equipment:
a. Verify new filters are installed in the fan filter box meeting
requirements of the Drawings.
2. The SF-1 Ventilation Air System shall be balanced to +/- 5% of the value
shown on the Drawings by adjustment of the fan speed control switch. The
fan speed control switch shall be marked with a permanent marking
indicating the switch position.
3. Record fan and motor data, rpm, voltage and amperage, static pressure and
airflow.
C. TAB Report:
1. The TAB Report shall be prepared meeting the requirements of the AABC or
NEBB standards and submitted as required herein.
D. TAB Verification:
1. TAB results shall be verified at the completion of the air balance work in the
presence of the Owner’s Representative and Commissioning Authority.
**END OF SECTION**
NCRTS Scale Replacement 23 05 93-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:31 PM
SECTION 23 08 00
COMMISSIONING OF HVAC
PART 1--GENERAL
1.01 SUMMARY
A. Section includes requirements for commissioning of the HVAC systems as shown on the
Drawings and as specified herein.
B. Functional Performance Testing by the Commissioning Authority shall be witnessed by
the Owner’s Representative.
C. Related Sections:
1. Section 22 08 00 – Commissioning of Plumbing.
2. Section 23 05 93 – Testing, Adjusting and Balancing.
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
WSEC - 2012 Washington State Energy Code
IMC - 2012 International Mechanical Code
ACG Commissioning Associated Commissioning Group (ACG) – 2005
Guideline Commissioning Guideline
NEBB Commissioning (2009) Procedure Standards for Whole Building Systems
Standard Commissioning of New Construction; 2009 - 3rd Edition
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01
33 00 – Submittal Procedures.
NCRTS Scale Replacement 23 08 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:34 PM
2. The submittals of this section may be combined with the submittals of
Section 22 08 00 – Commissioning of Plumbing in a combined
Commissioning of Plumbing and HVAC.
3. The Test and Balance Company providing air balancing of the HVAC systems
under Section 23 05 93 – Testing, Adjusting and Balancing may also provide
commissioning of the HVAC systems subject to meeting qualification
requirements under this section.
B. Approval Submittals:
1. Commissioning Firm Qualifications: Provide certification of the proposed
Commissioning Firm’s qualifications providing the date the Certification was
initially granted and the date the current Certification expires. Certification
shall be through the ACG or NEBB or approved equal. Certification shall
remain in effect through completion of the project.
2. Commissioning Agent: Provide certification of the proposed Commissioning
Agent’s qualifications providing the date the Certification was initially granted
and the date the current Certification expires. Certification shall be through
the ACG or NEBB or approved equal. Certification shall remain in effect
through completion of the project. Commissioning Agent shall be an
employee of the Commissioning Firm.
3. Commissioning Plan: Provide a commissioning plan for the work to include
the requirements of section “C408.1.1 Commissioning plan†of the WSEC.
4. Preliminary Commissioning Report: Provide a preliminary commissioning
report to include the requirements of section “C408.1.2 Preliminary
commissioning report†of the WSEC.
5. Commissioning Compliance Checklist: Submit a completed “Commissioning
Compliance Checklist†Figure C408.1.2.1 of the WSEC.
6. Final Commissioning Report: Submit a final commissioning report to include
the requirements of section “C408.1.3.4 Final commissioning report†of the
WSEC.
PART 2--PRODUCTS
2.01 TESTING EQUIPMENT AND INSTRUMENTS
A. The test equipment, instruments and devices used for testing shall be calibrated to
test equipment standards with references traceable to the National Institute of
Standards and Technology.
B. The test equipment, instruments and devices shall have current calibration stickers
indicating date of calibration, deviation from standard, name of calibration laboratory
and technician, and date of next recalibration.
PART 3--EXECUTION
3.01 GENERAL
A. The Contractor shall schedule commissioning of the HVAC systems and Temperature
Control systems and notify the Owner’s Representative 30 days prior to
commencement of Functional Performance Testing.
Project No. RR8744 23 08 00-2 NCRTS Scale Replacement
5/29/2015 3:34 PM Bid Set May 2015
B. The required testing, including corrections of deficiencies found, and subsequent
retesting, shall be completed with sufficient time to prepare and submit the
Preliminary Commissioning Report and Commissioning Compliance Checklist
necessary to obtain a certificate of occupancy from the City of Arlington.
3.02 EXECUTION OF THE COMMISSIONING PLAN
A. HVAC Systems and Temperature Control System:
1. Commission the building HVAC Systems and Temperature Control System
B. Pre-Functional Checkout:
1. Prior to energizing the equipment:
a. Verify the installed equipment matches approved submittals.
b. Verify the system is installed according to contract requirements.
c. Access provisions are provided.
d. Electrical power is available for energizing the equipment.
e. Temperature controls are installed, energized and ready for
operational control.
C. Test and Balancing:
1. Prior to functional performance testing, verify the supply fan system SF-2 and
exhaust fan system EF-1 air balancing has been completed and systems are
within and acceptable tolerance of +/- 5%.
D. Temperature Control System Performance Verification Testing (PVT):
1. Prior to functional performance testing, review the PVT documentation for
completeness and readiness to proceed with Functional Performance
Testing.
E. Functional Performance Testing (FPT):
1. Functional testing shall verify temperature sensor calibration within +/- 0.2
OOOF.
2. Functional testing shall document low voltage thermostat calibration within
+/- 0.5 OOOF.
3. Functional testing shall demonstrate the installation and operational
performance of the HVAC systems and Temperature Control system per the
Drawings.
F. Review documentation requirements of Section 408.1.3.2 – Supporting Documents
of the WSEC have been completed and participate in the Training of Owner Staff on
the operation, maintenance and service of the HVAC systems and Temperature
Control System.
**END OF SECTION**
NCRTS Scale Replacement 23 08 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:34 PM
SECTION 23 09 00
MECHANICAL CONTROLS
PART 1--GENERAL
1.01 SUMMARY
A. Section includes requirements for the HVAC Mechanical Control system as shown on
the Drawings and as specified herein.
B. Design and shop drawings of the complete HVAC Mechanical Control system shall be
provided. The control system is a vendor designed system to provide the “Mechanical
Temperature Controls Sequence of Operation†indicated on the Drawings. Final design
of the system is the Contractor’s responsibility subject to review and acceptance of the
Owner’s Representative.
C. Furnish and install U.L. 508A control panel with installed PLC controller, control devices
and components, conduit and wiring.
D. Install control devices furnished with the equipment provided under Section 13 34 23 –
Fabricated Buildings
E. Furnish and install conduit and wiring from the control panel to all control devices and
equipment.
F. Provide testing and adjusting of the system.
G. Provide field technical support as required for commissioning of the HVAC system per
Section 23 08 00 – Commissioning of HVAC.
H. Provide training of Owner personnel on the operation and programming of the control
system.
I. Related Sections:
1. Section 01 77 00 – Closeout Procedures
2. Section 01 78 23 – Operation and Maintenance Data
3. Section 13 34 23 – Fabricated Buildings
4. Section 23 08 00 – Commissioning of HVAC
5. Section 23 31 13 – Ductwork
6. Section 26 05 19 – Low Voltage Electrical Conductors and Cables
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
NCRTS Scale Replacement 23 09 00-1 Project No. RR8744
May 2015 Bid Set 6/5/2015 2:25 PM
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
WSEC - 2012 Washington State Energy Code
IMC - 2012 International Mechanical Code
ETL Intertek Listings
FM Factory Mutual Listing
UL 508A Standards for Industrial Control Panels; 2007 Edition
UL Listings United Laboratory Listings
B. Mechanical Control System Designer/Installer/Fabricator Qualifications:
1. The Mechanical Control System Designer/Installer shall perform the work of this
Section by qualified, skilled technicians who are regularly engaged in control
system design and installation.
2. The control panel fabrication, including programming utilizing Allen-Bradley
RSLogix 500 programming software, shall be completed and tested in a UL
508A facility.
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01 33
00 – Submittal Procedures.
B. Approval Submittals:
1. Product Data: Submit product data for all materials and products to be used
in the work of this section. All product information shall include the specific
listing applicable to the product application – ETL, UL, FM or other listing
acceptable to the Authority Having Jurisdiction.
2. Submit shop drawings showing all components and wiring as required to
provide the “Mechanical Temperature Controls Sequence of Operation†as
indicated on Drawing M103.
Project No. RR8744 23 09 00-2 NCRTS Scale Replacement
6/5/2015 2:25 PM Bid Set May 2015
PART 2—PRODUCTS
2.01 MATERIALS
A. MicroLogix 1400 PLC programmable logic controller with the following features:
1. Built-in 10/100 Mbps Ethernet/IP port providing high speed connectivity for
remote access monitoring and programming.
2. Online editing functionality.
3. Isolated RS-232/RS-485 combo port.
4. Embedded LCD screen for user monitoring of data and programming of
controller functions.
5. Four (4) embedded analog inputs and two (2) embedded analog outputs.
6. Twenty (20) embedded digital inputs and twelve (12) digital outputs.
7. Expansion module to provide four (4) RTD/Resistance analog inputs
8. Uses RSLogix 500 programming software
9. UL Listed
10. Allen-Bradley – Rockwell Automation; or Approved Equal
B. Wall Mount Enclosure:
1. NEMA 12 single door enclosure, UL-508A Labeled.
2. Size as required for housing control equipment.
3. Hoffman; or Approved Equal.
C. Motorized Control Damper DM-1:
1. Low leakage, 120VAC, motorized control damper, maximum allowable
leakage rate of 4 CFM/SF @ 1.0 inches w.g.
2. U.L. Labeled.
3. Ruskin; Greenheck; or Approved Equal.
D. Leak Detection Sensor:
1. Relay Output: Dry contact, Form C; 1A @ 24VDC, 0.5A resistive @ 120VAC.
2. Fourteen (14) leader cable.
3. ETL listed; conforms to UL 61010-1, EN 61010-1; RoHS compliant.
4. RLE Technologies Model SD-RO1 with isolated power supply Model PSWA-DC-
24 or WA-AC-ST; or Approved Equal.
E. Temperature Sensors:
1. Outdoor Air Temperature Sensor with sun shade.
2. Space Temperature Sensor with stainless steel cover plate.
3. Duct Air Temperature Sensor with insertion probe for duct mounting.
4. Temperature sensors shall have an accuracy of +/- 0.5 0F.
F. Relays:
1. Line voltage relays for start/stop control with coil voltage as required for
interface with controller.
2. Additional relays as required to provide the sequence of operation
3. U.L. Labeled.
2.02 MATERIALS FURNISHED WITH PRE-MANUFACTURED CONCRETE SCALE BUILDING
A. Electric duct heater DH-1 control components; electric baseboard wall heater control
components; electric ceiling wall heater control components; air conditioning system
NCRTS Scale Replacement 23 09 00-3 Project No. RR8744
May 2015 Bid Set 6/5/2015 2:25 PM
IU-1/CU-1 control components provided under Section 13 34 23 – Fabricated
Buildings and installed per the requirements of this Section.
PART 3--EXECUTION
3.01 GENERAL
A. Provide and install all control devices as required to provide the Mechanical
Temperature Controls Sequence of Operation as indicated on the Drawings.
B. Assemble the Temperature Control Panel in a U.L. Approved assembly shop and
provide all line voltage and low voltage wiring within the TCP except final power
terminations to be field wired. Maintain separation between power wiring and low
voltage control wiring as required by the U.L. 508A Labeling of the TCP.
C. Furnish and install all low voltage wiring, conduit, junction boxes and appurtenances
as required for interconnection of all equipment and control components. Wiring,
conduit and junction boxes shall comply with Division 26.
3.02 TESTING
A. Factory Test: The temperature control panel (TCP) shall be assembled, programmed
and functionally tested prior at the assembly shop prior to delivery to the project
location. Testing shall include all control functions as required in the Sequence of
Operation.
B. Field Testing: Following installation in the Scalehouse, coordinate with Division 26 for
power wiring to the TCP including controller power supply and individual control relay
power supplies.
1. Provide Performance Verification Testing (PVT) of each control device.
2. Provide Functional Performance Testing of the temperature control system
per requirements of Section 23 08 00 – Commissioning of HVAC.
3.03 PROJECT CLOSEOUT
A. Record Documents: Prepare record documents for the work under this section per
Section 01 77 00 – Closeout Procedures.
B. Operation and Maintenance Data: Prepare operation and maintenance (O&M)
manuals per Section 01 78 23 – Operation and Maintenance Data.
C. Provide training of Owner personnel on the operation, maintenance and
programming of the Mechanical Control System.
**END OF SECTION**
Project No. RR8744 23 09 00-4 NCRTS Scale Replacement
6/5/2015 2:25 PM Bid Set May 2015
SECTION 23 31 13
DUCTWORK
PART 1--GENERAL
1.01 SUMMARY
A. This section includes the specifications for below grade interior, below grade exterior
and above grade exterior fiberglass reinforced plastic (FRP) ductwork and fittings for
below grade FRP.
B. FRP ductwork shall be factory fabricated to include ductwork and fittings between the
Scalehouse building and the exterior above grade ventilation air intake.
C. This section includes the testing and inspection of underground FRP ductwork.
D. This section includes the specifications and installation of ductwork, lined ductwork and
associated fittings and accessories inside the Scalehouse building.
E. This section includes the requirements for installation of HVAC equipment furnished
with the pre-manufactured concrete scale building provided under Section 13 34 23 –
Fabricated Buildings.
F. Related Sections:
1. Section 13 34 23 – Fabricated Buildings.
2. Section 23 09 00 – Mechanical Controls.
3. Section 31 23 00 – Excavation and Fill.
1.02 REFERENCES
A. Reference Standards:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
AASHTO M-306-10 Standard Specification for Drainage, Sewer, Utility and Related Castings; 2010
ASTM E84 Standard Test Method for Surface Burning Characteristics of Building Materials;
2014
ASTM D 3982-08 Standard Specification for Contact-Molded Fiberglass Ducts; 2014
NCRTS Scale Replacement 23 31 13-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:43 PM
Reference Title
SMACNA Fibrous Glass Duct Construction Standards; 2003
SMACNA HVAC Duct Construction Standards – Metal and Flexible; 2005 – Third Edition
SMACNA Round Industrial Duct Construction Standards; 1999 – Second Edition
UL 181 Factory-Made Air Ducts and Air Connectors
1.03 SUBMITTALS
A. Procedures:
1. Provide the submittals required by this Section in accordance with Section 01
33 00 – Submittal Procedures.
B. Approval Submittals:
1. Submit FRP manufacturer’s product data and installation instructions for the
FRP ductwork. Include product construction details, material descriptions
and dimensions of ductwork and fittings.
2. Submit FRP manufacturer’s shop drawings including ductwork and fittings for
the FRP ductwork. Shop drawings shall include dimension plan view and
profile drawings to include depth of cover, areas subject to traffic loading,
drain provisions and elevated intake riser.
3. Submit FRP manufacturer’s installation instructions for Wet Lay-Up Joining
Method for field joints.
4. Submit FRP manufacturer’s standard color chart for selection of above grade
gel-coat finish color for air intake stack.
5. Submit manufacturer’s product data for galvanized steel ductwork as follows:
a. rectangular ductwork
b. spiral ductwork sleeve for refrigeration piping
c. acoustical duct lining
d. duct sealant
e. flexible connections
PART 2—PRODUCTS
2.01 MATERIALS
A. FRP Ductwork and Fittings:
1. FRP ductwork and fittings shall be factory fabricated constructed of filament
wound fiberglass reinforced plastic (FRP) as manufactured by Perry Fiberglass
Products, Inc. or approved equal.
2. FRP ductwork and fittings shall be factory fabricated constructed of filament
wound fiberglass reinforced plastic (FRP) as manufactured by Perry
Fiberglass Products, Inc. or approved equal.
3. FRP Duct Characteristics:
a. Ductwork shall meet the requirements of a Class 1 Duct per UL 181,
Flame Spread less than 25, Smoke Development less than 50 and
Fuel Contribution less than 10, and verified by an ASTM E-84 testing
laboratory recognized by ICBO.
b. The resin shall be Perry 20S Low Smoke or approved equal with a
Project No. RR8744 23 31 13-2 NCRTS Scale Replacement
5/29/2015 3:43 PM Bid Set May 2015
resin rich veil on the OD.
c. Ductwork subject to vehicular traffic loading shall be designed to
comply with H20 traffic loading per AASHTO M306-10 standards.
d. Above grade ductwork shall have a smooth surface free of exposed
fibers and shall be coated with an ultra violet inhibiting agent in a gel
coat. Gel coat color shall be brown in color selected by Owner from
manufacturer’s standard color chart.
B. Sheet Metal Ductwork:
1. Construct of galvanized sheet steel, suitable for lock forming without flaking or
cracking, having a zinc coating of 1.25 ounces total per square foot for both
sides of a sheet.
2. Fabricate per SMACNA HVAC Duct Construction Standards – Metal and Flexible,
low pressure classification 1-inch positive/negative.
C. Duct Sealant:
1. Fiberglass duct liner adhesive: “RCD #5 Ductliner Adhesiveâ€; “DuroDyne PAC40
Adhesiveâ€; or Approved Equal.
2. Sheet Metal duct sealant: “RCD #6 Masticâ€; “Ductmate Low VOC Duct Sealantâ€;
“DuroDyne DDS181 Water Based Sealantâ€; or Approved Equal.
D. Acoustical Duct Liner: Johns Manville Linacoustic RC-HP; CertainTeed ToughGard R
Duct Liner; Owens Corning Quiet Rotary Duct Liner; or Approved Equal.
E. Flexible Duct Connections: DuroDyne; Ductmate; or Approved Equal.
F. Detectable Marking Tape:
1. Utility pipe tracer tape shall be detectable below ground surface, color coded,
with utility name printed on tape. Tracer tape shall be detectable type, 6 inches
in width, and buried below finished grades. The color of the tape for FRP shall
be yellow with black printing reading “CAUTION – Buried Pipeline Belowâ€. Tracer
tape shall be “Safe Guard Detectable Underground Tapeâ€, or approved equal.
2.02 MATERIALS FURNISHED WITH PRE-MANUFACTURED CONCRETE SCALE BUILDING
A. Electric duct heater DH-1, ventilation supply fan SF-2, exhaust fan EF-1, barometric
relief damper and louver and air terminals are provided under Section 13 34 23 –
Fabricated Buildings and installed per the requirements of this Section.
2.03 MATERIALS FURNISHED WITH MECHANICAL CONTROLS
A. Motorized control damper DM-1 and FRP underground sump leak detection sensor
provided under Section 23 09 00 – Mechanical Controls and installed per the
requirements of this Section.
PART 3--EXECUTION
3.01 GENERAL
A. Coordinate with the pre-manufactured building manufacturer, Section 13 34 23 –
Fabricated Buildings, for all openings in the floor, interior walls and exterior walls.
NCRTS Scale Replacement 23 31 13-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:43 PM
3.02 FRP DUCTWORK
A. Excavation and fill for the underground ductwork shall conform to Section 31 23 00.
FRP ductwork installation shall conform to manufacturer’s installation requirements.
B. FRP ductwork shall be installed in a graded trench with a minimum of 4–inch pea gravel
bedding over compacted earth to a minimum cover depth of 6–inches above the
ductwork with suitable compacted fill to grade.
C. Ductwork shall be installed with a minimum one-percent grade from the base of the
elevated intake riser back to the capped tee fitting with 2-inch deep sump at the
Scalehouse for observation through the filter housing located within the Scalehouse
Elec/Mech Room.
D. Excavation and fill for the underground ductwork shall conform to Section 31 23 00.
FRP ductwork installation shall conform to manufacturer’s installation requirements.
E. Leak detection sensor shall be installed at the base of the sump under Section 23 09
00 – Mechanical Controls.
F. All field joints shall be made with Wet Lay-Up Joining Method per the manufacturer’s
installation instructions.
G. Detectable Marking Tape:
1. Install continuous plastic underground detectable warning tape during backfill
of trench for underground FRP duct.
2. Locate one foot six inches (1’-6â€) centered directly above the FRP duct.
H. Protection:
1. Ductwork shall be factory cleaned prior to shipment, with all fittings and duct
openings capped with material suitable to maintain cleanliness during shipping
and handling.
2. Duct installation shall be protected from damage and water/debris infiltration
during installation through completion of backfill. Open ends of ductwork shall
remain capped until ready for joint assembly.
I. Testing:
1. Prior to cover, the ends of the duct assembly shall be capped and the entire
duct assembly tested to a pressure of 4 inches (plus or minus ½â€) water column
air pressure and allowed to stabilize. After stabilization, the pressure source
shall be isolated and the duct assembly shall hold the test pressure for a
minimum of four (4) hours without loss in pressure. Leaks shall be repaired and
the test repeated.
2. Pressure test shall be repeated following completion of backfilling.
3.03 SHEET METAL DUCTWORK AND ACCESSORIES
A. Ductwork:
1. Install ductwork in sizes and locations shown on the Drawings per SMACNA
HVAC Duct Construction Standards, Metal and Flexible, complete with all
Project No. RR8744 23 31 13-4 NCRTS Scale Replacement
5/29/2015 3:43 PM Bid Set May 2015
accessories and connections to provide complete and operable heating,
ventilating, air conditioning, relief and exhaust systems.
2. Ducts shall be installed level and in neat lines with the building construction.
3. Install acoustical duct liner where indicated on the Drawings per requirements
of SMACNA HVAC Duct Construction Standards, Metal and Flexible. Liner shall
be 1-inch thick; dimensions indicated on the drawing are clear inside duct plus
liner thickness. Duct liner shall be installed with 100% coverage of adhesive.
Exposed edges of liner shall be sealed with a heavy coat of adhesive.
4. Seal all joints and longitudinal seams in ductwork by applying a bead of duct
sealant including supply, relief and exhaust ductwork. Ductwork shall not be
taped.
5. Install duct sleeve for routing of refrigerant piping. Duct shall be Duct Class 1,
22 gauge, galvanized spiral seam, continuous full length without joints per
SMACNA Round Industrial Duct Construction Standards, no maintenance
loading, supported only at the wall termination points. Seams shall not be
sealed with duct sealant.
B. Accessories:
1. Install turning vane on discharge of supply fan at 90 degree fitting.
2. Install supply fan SF-2 supports with spring isolators as indicated on the
Drawings.
3. Install flexible duct connections at the fan inlet below the filter housing and at
the fan outlet.
4. Install electric duct heater DH-1 as indicated on the Drawings.
5. Install motorized control damper DM-1.
6. Install exhaust fan EF-1 including discharge wall cap.
7. Install relief duct, relief damper and louver.
8. Install air terminals.
**END OF SECTION**
NCRTS Scale Replacement 23 31 13-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 3:43 PM
Division 26 – Electrical
SECTION 26 05 00
COMMON WORK RESULTS FOR ELECTRICAL
PART 1 GENERAL
1.01 DESCRIPTION
A. Scope:
1. This Section specifies general requirements for electrical Work. Detailed
requirements for specific electrical items are specified in other Division 26
Sections but are subject to the general requirements of this Section. All
Division 26 Specifications shall be considered related and applicable.
2. The electrical Drawings and schedules included in this project’s documents
are functional in nature and do not specify exact locations of underground
elements, equipment, or equipment terminations. The Contractor shall field
locate all permanent and temporary handholes, underground and above
grade raceways, panels, cabinets, enclosures, etc. to coordinate with new
Work and existing conditions maintaining separation from other utilities and
structures to meet the National Electrical Code (NEC) and SnoPUD Electrical
Service Requirements Manual (ESR) requirements.
3. Installation of trenches, excavations, raceways, cables, pull ropes,
pedestals/handholes, meters, and enclosures between and including the
service meter and the SnoPUD serving utility pole shall be provided and
installed in accordance with the SnoPUD ESR. This Work shall be
coordinated with SnoPUD prior to starting Work. Work not coordinated with
SnoPUD and found to be deficient shall be repaired or replaced at the
Contractor’s expense.
4. Work includes various demolitions, salvage, reuse, installation of a new scale
house and scales, traffic control equipment, temporary site lighting,
temporary power and data/communication circuits to the temporary scale
booths, and other Work specified in the Contract documents.
B. Definitions:
1. Elementary or Schematic Diagram:
a. A schematic (elementary) diagram shows, by means of graphic
symbols, the electrical connections and functions of a specific circuit
arrangement. The schematic diagram facilitates tracing the circuit
and its functions without regard to the actual physical size, shape, or
location of the component devices or parts.
2. One-Line Diagram:
a. A one-line diagram shows by means of single lines and graphical
symbols the course of an electrical circuit or system of circuits and
NCRTS Scale Replacement 26 05 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
the components, devices or parts used therein. Physical relationships
are usually disregarded.
3. Block Diagram:
a. A block diagram is a diagram of a system, instrument, computer, or
program in which selected portions are represented by annotated
boxes and interconnecting lines.
4. Wiring Diagram or Connection System:
a. A wiring or connection diagram includes all of the devices in a system
and shows their physical relationship to each other including
terminals and interconnecting wiring in an assembly. This diagram
shall be (a) in a form showing interconnecting wiring only by terminal
designation (wireless diagram), or (b) a panel layout diagram showing
the physical location of devices plus the elementary diagram.
5. Interconnection Diagram:
a. Interconnection diagrams shall show all external connections
between terminals of equipment and outside points, such as motors
and auxiliary devices. References shall be shown to all connection
diagrams which interface to the interconnection diagrams.
Interconnection diagrams shall be of the continuous line type.
Bundled wires shall be shown as a single line with the direction of
entry/exit of the individual wires clearly shown. Wireless diagrams
and wire lists are not acceptable.
1) Each wire identification as actually installed shall be shown.
The wire identification for each end of the same wire shall be
identical. All devices and equipment shall be identified.
Terminal blocks shall be shown as actually installed and
identified in the equipment complete with individual terminal
identification.
2) All jumpers, shielding and grounding termination details not
shown on the equipment connection diagrams shall be shown
on the interconnection diagrams. Wires or jumpers shown on
the equipment connection diagrams shall not be shown again
on the interconnection diagram. Signal and DC circuit
polarities and wire pairs shall be shown. Spare wires and
cables shall be shown.
6. Arrangement, Layout, or Outline Drawings:
a. An arrangement, layout, or outline drawing is one which shows the
physical space and mounting requirements of a piece of equipment.
It may also indicate ventilation requirements and space provided for
connections or the location to which connections are to be made.
1.02 QUALITY ASSURANCE
Project No. RR8744 26 05 00-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
ACI 318 Building Code Requirements for Structural Concrete
NECA-1 National Electrical Contractors Association – Standard Practices
for Good Workmanship in Electrical Contracting
NFPA National Fire Protection Association
NFPA-70 National Electrical Code (NEC)
NFPA-70E Standard for Electrical Safety in the Workplace
UL Underwriters Laboratory
CSA Canadian Standards Association
ETL Electrical Testing Laboratories
RCW/WAC Rectified Code of Washington / Washington Administrative Code
ESR SnoPUDs Electrical Service Requirements Manual
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
2. When a product is not available with a testing laboratory listing for the
purpose for which it is to serve, the product may be required by the
NCRTS Scale Replacement 26 05 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
inspection authority, to undergo inspection at the manufacturer's place of
assembly. All costs and expenses incurred for such inspections or special
labeling shall be included in the original contract price.
C. Factory Tests:
1. Where specified in the individual product specification Section, factory tests
shall be performed at the place of fabrication and performed on completion
of manufacture or assembly. The costs of factory tests shall be included in
the Contractprice.
D. Inspections: Work on this project will be subject to review and inspections by the
following agencies and departments. The Contractor shall coordinate, support, and
cooperate with these agencies in their conducting these inspections and shall
include effort and responses in their bid:
1. Snohomish Public Utility (SnoPUD)
2. Snohomish County Engineering Services (ES)
3. Snohomish County Digital Information Service (DIS)
1.03 SUBMITTALS
A. The following submittals shall be provided in accordance with Section 01 33 00
Submittal Procedures:
1. A copy of each Division 26 specification Section, with addendum updates
included, and all referenced and applicable Sections, with addendum
updates included, with each paragraph check-marked to indicate
specification compliance or marked to indicate requested deviations from
specification requirements. Check marks () shall denote full compliance
with a paragraph as a whole. If deviations from the specifications are
indicated, and therefore requested by the Contractor, each deviation shall be
underlined and denoted by a number in the margin to the right of the
identified paragraph. The deviation number shall be referenced to a detailed
written explanation of the reasons for requesting the deviation that is
submitted with the marked up specification.
2. The Owner’s Representative shall be the final authority for determining
acceptability of requested deviations. The remaining portions of the
paragraph not underlined will signify compliance on the part of the Contractor
with the specifications.
3. Failure to include a copy of the marked-up specification Sections, along with
justification(s) for any requested deviations to the specification requirements,
with the submittal shall be sufficient cause for rejection of the entire
submittal with no further consideration.
4. Catalog cuts of equipment, devices, and materials requested by the
individual specification Sections. Catalog information shall include technical
specifications and application information, including ratings, range, weight,
Project No. RR8744 26 05 00-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
accuracy, etc. Catalog cuts shall be edited to show only the items, model
numbers, and information which apply.
5. Catalog cuts shall be assembled in a folder. Each folder shall contain a cover
sheet, indexed by item, and cross-referenced to the appropriate specification
paragraph.
6. Interconnection diagram: The Contractor shall prepare interconnection
diagrams depicting all cable requirements together with their actual
terminations as specified in paragraph 1.01 Definitions.
7. Site lighting as-built drawing.
8. Temporary Power and Data/Communication layout drawings and temporary
scale Booth panel schedules.
9. Electrical factory and field test reports as required by Division 26
Specifications.
1.04 DRAWINGS
A. Where the Contractor is required to provide information on drawings as part of the
specified Work, such drawings shall be prepared on 22-inch by 34-inch heavy weight
bond drafting media complete with borders and title blocks clearly identifying project
name, equipment and the scope of the drawing.
B. Drawing quality and size of presentation shall be such as to permit 50 percent
reduction of such drawings for insertion in operation and maintenance manuals.
1.05 PROJECT/SITE CONDITIONS
A. General: Unless otherwise specified, equipment and materials shall be sized and
derated for not less than an ambient temperature of 40 degrees C at an elevation
ranging from sea level to 3000 feet without exceeding the manufacturer's stated
tolerances.
B. Corrosive Areas:
1. The following areas are designated as corrosive:
a. Outdoors
C. Hazardous (Classified) Areas:
1. None
D. Seismic:
1. Electrical equipment supports, and anchorage shall be designed and installed in
accordance with the seismic design requirements specified in Section 01 73 23
Structural Design and Anchorage Requirements for Non-Structural
NCRTS Scale Replacement 26 05 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Components and Non-Building Structures.
1.06 STORAGE OF MATERIALS AND EQUIPMENT
A. STORAGE:
1. During the interval between the delivery of equipment to the site and
installation, all equipment, unless otherwise specified, shall be stored in an
enclosed space affording protection from weather, dust and mechanical
damage and providing favorable temperature, humidity and ventilation
conditions to ensure against equipment deterioration. Manufacturer's
recommendations shall be adhered to in addition to these requirements.
2. Equipment and materials to be located outdoors may be stored outdoors if
protected against moisture condensation. Equipment shall be stored at least
6 inches above ground. Temporary power shall be provided to energize space
heaters or other heat sources for control of moisture condensation. Space
heaters or other heat sources shall be energized without disturbing the
sealed enclosure.
B. PROTECTION OF EQUIPMENT AFTER INSTALLATION:
1. After installation, all equipment shall be protected from damage from,
including but not limited to, dust, abrasive particles, debris and dirt
generated by the placement, chipping, sandblasting, cutting, finishing and
grinding of new or existing concrete, terrazzo and metal; and from the fumes,
particulate matter, and splatter from welding, brazing and painting of new or
existing piping and equipment. As a minimum, vacuum cleaning, blowers with
filters, protective shieldings, and other dust suppression methods will be
required at all times to adequately protect all equipment. During concreting,
including finishing, all equipment that may be affected by cement dust must
be completely covered. During painting operations, all grease fittings and
similar openings shall be covered to prevent the entry of paint. Electrical
switchgear, unit substation, and motor load centers shall not be installed
until after all concrete work and sandblasting in those areas have been
completed and accepted and the ventilation systems installed.
1.07 BASIS OF DESIGN
A. The basis of the mechanical and electrical design is the installation and circuiting of
equipment and motors as shown in the electrical and mechanical Drawings. In the
event that different equipment or motors are provided, the Contractor shall
coordinate the various suppliers, vendors, and subContractors to change the
required electrical conduit, cables, breakers, starters units, and accessories, etc. as
necessary to meet the Contractor’s selected vendor’s equipment installation
requirements of the National Electrical Code. The traits and characteristics of all
provided materials, equipment, and devices shall meet the specifications. These
changes to materials, equipment, and devices shall be at no cost to the Owner’s
Representative. Electrical submittal information shall be coordinated with the
equipment and motors provided. Coordinate all work with other dicsiplines.
Project No. RR8744 26 05 00-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
B. Provide and install equipment, accessories, and devices for a complete and fully
functional installation. Underground electrical conduits including spare conduits and
associated electrical handholes will be installed in parallel with the above structures
with stub-ups perpendicular to level grade structures in preparation of Scale House
placement on site. The locations and requirements of Scale House block outs in the
floor for mechanical, electrical, and data/communication raceway stub-ups shall be
coordinated with the required number of mechanical piping, raceways, and circuits
specified. As indicated in the Contract documents, the Contractor’s Work also
requires demolition, removal, and relocation of various pieces of equipment and
items from the existing Scale House to temporary facilities and then moving the
equipment and items back into the new permanent Scale House. Coordinate all work
with other dicsiplines. See Contract Scale House specifications Section 13 34 23
Fabricated Buildings and 02 41 00 Demolition for additional requirements and
equipment lists. Electrical equipment in the existing scale house not identified for
salvage or reuse shall be demolished.
C. Work includes the installation of new Owner furnished truck scales. New scales shall
be installed in temporary locations and then moved to new permanent locations in
accordance with phasing plans and Contract documents. Contractor shall provide
assistance in testing of scales at temporary and permanent scale locations.
Coordinate all work with other dicsiplines. Provide all permanent and temporary
circuiting for scales. See Section 10 88 20 Truck Scale Installation.
D. Work includes installation of Contractor provided and Owner provided traffic control
equipment. See Section 34 41 16 Traffic Control Equipment.
E. Electrical Work includes trenching and back fill. Provide restoration to match existing
landscaping condition or as indicated on the civil and electrical plans. Above grade
utility service entrance enclosures, service conduits, handholes, grounding
requirements, and meter base shall be installed per SnoPUD standard guidelines and
requirements, see Section 4 and Section 5. Underground cable splices shall be
permitted for site lighting circuits only. Provide pull strings for all spare conduits
where terminated in handholes, maintenance holes, and the secondary service
pedestal to the new service pole. Provide seal caps to prevent ingress of water and
debris.
F. For bid purposes provide 16 hours of labor to field locate and as-built two existing
site lighting circuits. Circuits are 480 volt and fed via a time clock located above and
fed from Panel ‘PB’. Panel ‘PB’ is located on the Eastern wall of the Transfer Building.
G. Privide additional work as indicated in the Contract Drawings.
1.08 UTILITY COORDINATION
A. Snohomish Public Utility Department (SnoPUD) is the serving utility. The electrical
service coordination shall be done with SnoPUD contact David Wood at 360-435-
7508.
B. Coordinate with SnoPUD, including utility cost estimates, for SnoPUD’s installation of
a new pole and overhead lines. The Contractor shall make arrangements for and
NCRTS Scale Replacement 26 05 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
obtain any necessary electrical AHJ approval for the electrical installation on this
project that requires SnoPUD’s connection of service.
C. Contact SnoPUD regarding charges related to service installation. Include utility
charges in this contract.
D. All Work shall be completed in accordance with SnoPUD’s “Electrical Service
Requirements†manual.
1.09 ELECTRICAL NUMBERING SYSTEMS
A. Raceway Numbers:
1. Raceways shall be tagged at all terminations. Contractor shall assign raceway
numbers in accordance with the following system where raceway numbers
have not been assigned:
Raceway Prefix Type of Function
C Control or power - 120V or less
H Power above 600V
N Pneumatic tubing
P Power 208V to 600V
S Signal - data communication or instrumentation
X Spare
2. Prefixes shall be followed by a 4-digit number. Add a letter suffix to
distinguish the raceways where more than one raceway is routed to a
particular piece of equipment. Example: Raceway number = P3109A where:
a. P = conduit contains power
b. 3109 = unique 4-digit number
c. A = letter to distinguish raceways to same equipment
B. Conductor Numbers:
1. Conductors shall be identified with numbers at both ends and in handholes.
Conductor tag numbers shall consist of the equipment number followed by a
dash followed by the conductor number specified on the control diagram.
Example:
a. Equipment Tag number = 1900 - L1 where:
b. 1900 = cable number
c. L1 = conductor number
Project No. RR8744 26 05 00-8 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
2. Conductors in parallel or in series between equipment shall have the same
conductor number. Neutral conductors shall have the same conductor
number. Wherever possible, the conductor number shall be the same as the
equipment terminal to which it connects.
3. Where factory-wired equipment has terminal numbers different than the
conductor numbers shown on the control diagrams:
a. Both shall be shown on the interconnection diagram
b. Include a copy of the interconnection diagram inside of the
equipment cabinet.
1.10 INDICATING LAMP COLORS
A. Unless otherwise specified, indicating lights shall be equipped with colored lenses in
accordance with the following schedule:
Color Function Example
Red Off, closed, stop Equipment not operating, gate closed
Green Running, open, go Equipment ready, gate open
White or clear Normal condition Control power on, equipment available to
operate
Amber Abnormal Equipment failure, alarm or fault
(yellow) condition condition
1.11 ARC FLASH MITIGATION METHODS
A. The following mitigation method requirements shall apply to all power distribution
and utilization equipment supplied for any products supplied on the project and
applies to all equipment divisions in the Contract Documents. Refer to the NFPA-70
(NEC) and NFPA-70E for equipment labeling requirements. See Section 26 05 74 Arc
Flash Analysis Short Circuit Study.
B. Equipment Arc Flash Labels:
1. Equipment labels shall be installed on the outside of the electrical equipment
enclosure, cabinet, and panels to avoid opening the equipment to access the
manufacture’s data or the equipment ratings.
C. Hinged Doors:
1. Power distribution equipment shall have hinged rear doors where back
access is shown.
D. Power and Control Equipment Separation:
1. Provide separation between power equipment within an enclosure, cabinet,
or panel by the uses of barriers, separate access doors, or by other means.
NCRTS Scale Replacement 26 05 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2. Provide separation barriers between main breaker feeders coming into
equipment and other termination points or bussing on the load side of the
main breaker.
PART 2 PRODUCTS
2.01 EQUIPMENT AND MATERIALS
A. General:
1. Equipment and materials shall be new and free from defects. All material and
equipment of the same or a similar type shall be of the same manufacturer
throughout the Work. Standard production materials shall be used wherever
possible.
B. Equipment Finish:
1. Unless otherwise specified, electrical equipment shall be painted by the
manufacturer to meet their standard.
C. Galvanizing:
1. Where specified, galvanizing shall be by hot dipped galvanizing.
2.02 WIRE MARKERS
A. Each power, data, communication, and control conductor shall be identified at each
terminal to which it is connected and within handholes. Conductors size No. 10 AWG
or smaller shall have identification sleeves. Conductors No. 8 AWG and larger shall
use cable markers of the locking tab type. Tabs shall be white plastic with conductor
identification number permanently embossed.
B. Conductors shall be identified in accordance with paragraph 1.09 Electrical
Numbering systems. Adhesive strips are not acceptable.
C. The letters and numbers that identify each wire shall be machine printed on sleeves
with permanent black ink with figures 1/8 inch high. Sleeves shall be yellow or white
tubing and sized to fit the conductor insulation. Shrink the sleeves with hot air after
installation to fit the conductor.
D. Conductor and Wire Marker Manufacture:
1. TMS Thermofit Marker System by Raychem Co
2. Sleeve style wire marking system by W. H. Brady Co.
3. Or Approved Equal.
2.03 RACEWAY MARKERS
A. Raceway markers tags shall be:
Project No. RR8744 26 05 00-10 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
1. Solid brass with 0.036-inch minimum thickness.
2. Raceway number stamped in 3/16-inch minimum height characters
3. Attached to the raceway with 316 stainless steel wire.
2.04 NAMEPLATES
A. Nameplates shall be made from laminated phenolic plastic.
1. Nominal size: 3/4 inch high by 2 inches long.
2. Black backgrounds with 3/16-inch white letters.
3. Fastened using self-tapping stainless steel screws.
B. Abbreviations shall be submitted to the Owner’s Representative prior to manufacture
because of space limitations. Nameplate adhesives will not be permitted on the
outside of enclosures.
C. Service entrance meter and breaker nameplates shall meet the requirements of the
WA State Washington Administrative Code (WAC) and SnoPUD’s “Electrical Service
Requirementsâ€, Section 5.
2.05 TERMINAL BLOCKS
A. Unless otherwise specified, terminal blocks shall be panhead strap screw type.
Terminals shall be provided with integral marking strips that permanently identify
with the connecting wire numbers as shown on the Drawings:
1. Terminal blocks for P-circuits (power 208-600 volts)
a. Rated not less than the conductor current rating
b. Rated less than 600 volts AC.
2. Terminal blocks for C-circuits:
a. Rated not less than 20 amperes for C-circuits
b. Rated less than 600 volts AC.
3. Terminal blocks for S-circuits:
a. Listed for the circuit cable type.
4. Terminals shall be tin-plated.
5. Insulating material shall be nylon.
2.06 PRODUCT DATA
NCRTS Scale Replacement 26 05 00-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
A. The following information and product data specified under individual specification
Sections shall be provided in accordance with Section 01 33 00 Submittal
Procedures.
1. Applicable operation and maintenance information on an item-by-item basis in
accordance with Section 01 78 23 Operation Maintenance Data. Operation and
maintenance information shall be provided at the time of equipment, device, or
material site delivery, or at a certain stage of project completion as required by
Section 01 78 23 Operation Maintenance Data, whichever is the earlier. Full-size
drawings shall be reduced to 11 x 17 inches.
2. Test results for motors and electrical systems on the forms specified in Section 26
08 00 Commissioning of Electrical Systems. A file of the original test results shall be
maintained by the Contractor. Test results shall be provided to the Owner’s
Representative as part of the submittal process.
3. Description of functional checkout procedures specified under
paragraph 3.02 Pre-Functional Test Checkout shall be provided 14 days prior
to performing functional checkout tests.
4. Record documents specified in Section 01 77 00 Closeout Procedures .
PART 3 EXECUTION
3.01 GENERAL
A. Construction:
1. The Work under Divisions 26 and 33 shall be performed in accordance with
these specifications.
2. Refer to the National Electrical Contractors Association’s (NECA) National
Electrical Installation Standards (NEIS) for Standard Practices for Good
Workmanship in Electrical Contracting (NECA-1) as the minimum baseline of
quality and workmanship for installing electrical products and systems. This
baseline defines what is meant by “neat and workmanlike†as required by the
National Electrical Code Section 110-12. Specified requirements supersede
NECA practices.
3. Electrical layout Drawings are diagrammatic, unless otherwise detailed or
specifically dimensioned. The Contractor shall coordinate the location of
electrical material or equipment with the other disciplines conducting Work
under this contract.
4. Major electrical openings may compromise the structural integrity of the slab
and wall elements. Major electrical openings shall be constructed according
to standard details on the Drawings. Coordinate all Scale House penetrations
and openings with the Scale House vendor. Major electrical openings
proposed by the Contractor shall be submitted to the Scale House vendor
and the Structural Engineer of Record for the project for review.
Project No. RR8744 26 05 00-12 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
5. Minor changes in location of electrical material or equipment made prior to
installation shall be made at no cost to the Owner.
B. Conduits in Concrete Construction:
1. Conduits for power, control, data, communication, and instrumentation may
be embedded in and pass through concrete construction subject to the
limitations in this paragraph. Where concrete strength or serviceability
requirements prevent the direct embedment of conduit, provide adequate
support, bracing, and serviceability details:
a. Concrete strength shall not be impaired significantly by the
embedment of conduits in or through structural Sections.
b. Conduit layout shall conform to the requirements of ACI 318, Sections
3.3 – Aggregates and 6.3 – Conduits and Pipes Embedded in
Concrete.
c. Conduits shall be treated similarly to reinforcing steel for purposes of
clearance. In general NEC Art. 310 shall be used to lay out raceways
within underground duct banks.
2. Conduit and raceway penetrations through walls and slabs where:
a. one side is a conditioned or an occupied space and the other side
not, or
b. one side has liquid or groundwater contact and the other not,
shall be detailed and constructed to prevent liquid and moisture penetration
through the wall or slab section for each conduit.
C. Housekeeping:
1. Electrical equipment shall be protected from dust, water and damage. Motor
control centers, switchgear, and buses shall be wiped free of dust and dirt,
kept dry, and shall be vacuumed on the inside within 30 days of acceptance
of the Work.
2. Before final acceptance, the Contractor shall touch up any scratches on
equipment with manufacturer supplied paint to meet the manufacturer’s
original paint standard.
3. Electrical equipment temporarily exposed to weather, debris, liquids, or
damage during construction shall be protected as specified in this Section.
D. Electrical Equipment Labeling:
1. Electrical equipment shall have field marked signs and labeling to warn
qualified persons of the potential electric arc flash hazards per NEC Article
110.16 Flash Protection.
NCRTS Scale Replacement 26 05 00-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2. Electrical equipment shall have NFPA 70E labels installed stating the results
of the Arc Flash analysis specified in Section 26 05 74 Arc Flash Analysis
Short Circuit Study.
3. Electrical distribution equipment and utilization equipment shall be field
labeled to identify the power source and the load as specified. Refer to NEC
Articles 110.21, 110.22 for identification of disconnecting means installation
criteria. Service equipment shall also be labeled per NEC 110.24 and the
applicable sections of the WAC and SnoPUD requirements. Specific
information is required such as the equipment tag number and equipment
description of both the power source and the load equipment.
E. Safety Disconnect Switches:
1. Heavy duty fused and non-fused disconnect switches with current range of
30 to 600 amperes shall be provided as shown on the Drawings with the
enclosure type matching the area rating. Provide lock-off provision for a hasp
padlock. Provide shielded or insulated line terminals with quick-make / quick-
break switch operator. Provide internal barrier kit for additional personnel
barrier from accidental contacts with live parts. Provide a legend plate with
equipment tag, equipment description, and power feeder circuit source and
location identification. Provide NFPA 70E labeling.
F. Motor Connections
1. Verify that the motors are purchased with the correct size motor termination
boxes for the circuit attributes specified as shown on the power single line
diagrams or submit custom fabrication drawing indicating proposed motor
termination box material, size, gasket, termination kit, grounding terminal,
motor lead connection method, and motor terminal box connection/support
system. Verify the motor termination box location prior to raceway rough-in.
G. Conductor Installation
1. An enclosure containing disconnecting means, overcurrent devices, or
electrical equipment shall not be used as a wireway or raceway for
conductors not terminating within the enclosure. Provide wireways, raceways,
termination boxes, or junction boxes external to the enclosure for the other
conductors.
3.02 TESTING
A. General:
1. Electrical testing shall in as specified in Section 26 08 00 Commissioning of
Electrical Systems.
2. Prior to energizing the electrical power circuits, insulation resistance
measurements tests shall be performed using a 1000-volt megohmmeter to
verify the conductor is acceptable for use on the project. The test
measurements shall be recorded on the specified forms and provided in
accordance with Section 26 08 00 Commissioning of Electrical Systems .
Project No. RR8744 26 05 00-14 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
B. Insulation Resistance Measurements:
1. General:
a. Insulation resistance measurements shall be made on conductors
and energized parts of electrical equipment. Minimum acceptable
values of insulation resistance shall be in accordance with the
applicable ICEA, NEMA or ANSI standards for the equipment or
material being tested, unless otherwise specified. The ambient
temperature at which insulation resistance is measured shall be
recorded on the test form.
2. Insulation resistance measurements shall be recorded in a format similar to Form
26 05 00-A, contained in Section 26 08 00 Commissioning of Electrical Systems .
Insulation with resistance of less than 10 megohms is not acceptable.
3. Conductor And Cable Tests:
a. The phase-to-ground insulation resistance shall be measured for all
circuits rated 120 volts and above except lighting circuits.
Measurements may be made with motors and other equipment
connected. Solid state equipment shall be disconnected, unless the
equipment is normally tested by the manufacturer at voltages in
excess of 1000 volts DC.
4. Motor Tests:
a. The Installed Motor Test Form 26 05 00-B, specified in Section 26 08
00 Commissioning of Electrical Systems. Insulation, shall be
completed for each motor after installation.
5. Motors shall have their insulation resistance measured before they are
connected. Motors 50 HP and larger shall have their insulation resistance
measured at the time of delivery as well as when they are connected.
Insulation resistance values less than 10 megohms are not acceptable.
C. Pre-Functional Test Checkout:
1. Functional testing shall be performed in accordance with the requirements of
Section 26 08 00 Commissioning of Electrical Systems. Prior to functional
testing, all protective devices shall be adjusted and made operative.
2. Submit a description of the proposed functional test procedures prior to the
performance of functional checkout.
3. Prior to energization of equipment, perform a functional checkout of the
control circuit.
a. Checkout:
1) Energizing each control circuit.
NCRTS Scale Replacement 26 05 00-15 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2) Operating each control device, alarm device, or monitoring
device.
3) Operate each interlock to verify that the specified action
occurs.
4. Verify motors are connected to rotate in the correct direction. Verification may
be accomplished by momentarily energizing the motor, provided the
Contractor confirms that neither the motor nor the driven equipment will be
damaged by reverse operation or momentary energization.
3.03 RECORD DOCUMENTS
A. Contract documents shall be maintained and annotated by the Contractor during
construction, including the record Drawings specified in Section 01 77 00 Closeout
Procedures and the following additional schedules, lists, and drawings:
1. Original Submittal Drawings Section 26 05 00 Common Work Results for
Electrical.
**END OF SECTION**
Project No. RR8744 26 05 00-16 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
SECTION 26 05 19
LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section specifies stranded copper cables, conductors, and wire rated 300 and
600 volts insulation used for power, lighting, analog, digital, communication, or pulse
signals and control circuits.
B. This Section specifies fiber optic data cable used for data communication.
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section. In case of conflict between the requirements of this Section
and those of the listed documents, the requirements of this Section shall
prevail.
2. Unless otherwise specified, references to document shall mean the
documents in effect at the time of Advertisement for bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If
referenced documents have been discontinued by the issuing organization,
references to those documents shall mean the replacement documents
issued or otherwise identified by that organization or, if there are no
replacement documents, the last version of the document before it was
discontinued. Where document dates are given in the following listing,
references to those documents shall mean the specific document version
associated with that date, whether or not the document has been
superseded by a version with a later date, discontinued or replaced.
NCRTS Scale Replacement 26 05 19-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Reference Title
ANSI/ICEA S-87- Standard for Optic Fiber Outside Plant Communications Cable.
640
ANSI/ICEA S-87- Standard for Optic Fiber Outside Plant Communications Cable.
640
ANSI/NECA 301 National Electrical Contractors Association – Standard for
Installing and Testing Fiber Optic Cables.
ASTM B3 Soft or Annealed Copper Wire
ASTM B8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium-
Hard, or Soft
ASTM B33 Tinned Soft or Annealed Copper Wire for Electrical Purposes
BELLCORE GR-20- Generic Requirements for Optical Fiber and Optical Fiber Cables.
CORE
NEMA WC7 Cross-Linked-Thermosetting Insulated Wire and Cable for the
Transmission and Distribution of Electric Energy
NFPA 70 National Electric Code (NEC)
UL 44 Rubber-Insulated Wires and Cables
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
C. Structured Cabling System:
1. The installed structured cabling system shall be backed by a minimum 25-
year extended Product Warranty and Applications Assurance. A structured
cabling system means a system properly constructed with Manufacturers
approved cable and connector products in accordance with referenced
standards; meeting specified link/channel performance and topological
(distance and connection) limits. The Manufacturer shall warranty the
structured cabling Link/Channel will meet or exceed applicable ratified
TIA/EIA and ISO/IEC transmission performance standards in force at the time
of installation; and assure the Link/Channel will support any current or future
application which is designed for transmission over a Structured Cabling
System as defined by the above referenced standards.
Project No. RR8744 26 05 19-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
2. Structured Cabling System Qualifications: Subcontractor that will perform
the work shall have installers certified by the manufacturer for demonstrated
experience in installation and testing of optical fiber cable and copper cable
and shall have completed at least 4 installations of similar size and scope to
this project.
D. Fiber Optic Cable Installer:
1. Installation, termination, and testing of equipment and cabling provided
under this section shall be performed by qualified and skilled technicians
who are regularly engaged in fiber optic cabling system work of similar
complexity. Installer shall be licensed and certified to perform work as
specified.
E. Fiber Optic Cable Factory Test: Manufacturer’s factory testing shall be conducted for
all fiber optic cable reels provided for this Contract. Test documentation shall include
the following:
1. Measurement of fiber length using Optical Time Domain Reflectometer
(OTDR).
2. Measurement of average attenuation using OTDR.
3. Traces of OTDR measurements taken.
4. Test for short distance cable fault detection using Visual Tracer.
1.03 SUBMITTALS
A. The following information shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results For Electrical.
1. Complete catalog cuts for all conductors, wire, fiber, and cable.
2. Qualifications:
a. Contractor's experience and resumes of the personnel installing and
testing the fiber optic system, including any factory certifications.
b. Information on five successfully performed cable installations of
comparable size and complexity with name, address, and telephone
number of facility owner, name of the project and completion date,
and type of conduit system and length of cable pulled.
3. Fiber cable pulling plan as specified in Part 3.
PART 2 PRODUCTS
2.01 GENERAL
A. General:
NCRTS Scale Replacement 26 05 19-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Cable and conductor sizes and quantities are as shown on the drawings.
2. Power and 24VDC and 120V control circuits shall be XHHW cables.
3. Cable and conductor sizes inside the Scale House and those cable and
conductors mounted to the exterior of the Scale House and Scale Booths
shall be sized by the Contractor.
4. All cable and conductors for temporary power circuits and temporary
data/communication circuits shall be sized by the Contractor.
5. Provide fiber optic cable jacket: free of holes, splits, and blisters with no
metal elements and of a consistent thickness.
B. Unscheduled Conductors and Cables:
1. Where not specified on the Drawings, cables and conductors shall be sized in
accordance with the National Electrical Code for the particular equipment
served with the minimum size as specified herein. Unspecified conductors
with insulation shall be provided in accordance with the following:
a. CABLESPEC "MEPR/CPE" multi-conductor power and control cable
b. CABLESPEC “XHHW†for single conductors
c. CABLESPEC “XHHW for indoor lighting and receptacles
C. Cable Specification Sheets (CABLESPEC):
1. General requirements for conductors and cables specified in this Section are
listed on CABLESPEC sheets at the end of this Section.
2.02 COLOR CODING
A. Control Conductors:
1. Single-conductor control conductors shall have the following colors for the
indicated voltage:
Control Conductor 120V
Power (AC) Black
Control (AC) Red
Neutral White
Ground Green
Foreign Voltage (DC) Blue/White
Foreign Voltage (AC) Yellow
Power (DC) Blue
Control (DC) Violet
Project No. RR8744 26 05 19-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
B. Power Conductors:
1. Power conductors shall have the following colors for the indicated voltage:
Power Conductor 480V 208/120V
Phase A Brown Black
Phase B Orange Red
Phase C Yellow Blue
Ground Green Green
Neutral Gray White
C. Cables may be black with colored 3/4-inch vinyl plastic tape applied at each cable
termination. Tape shall be wrapped with 25 percent overlay to provide 3 inches
minimum coverage.
D. Signal Conductors:
1. Signal cable conductors shall be color coded black and white for pairs or
black, white, and red for triads. Each conductor and each group of conductors
shall be numbered.
2.03 POWER AND CONTROL CONDUCTORS AND CABLE, 600 VOLT
A. Single Conductor:
1. Provide stranded conductors for all cable or wires. Provide minimum
conductor size of 12 AWG for power and lighting circuits and minimum
conductor size of 14 AWG for control circuits.
B. Multiconductor Cable:
1. Provide multiconductor power cable and multiconductor control cable where
identified on the drawings. Provide stranded conductors for all cable or wires.
2.04 SIGNAL CABLES
A. General:
1. Factory cable between manufactured instrument system components shall
be provided in compliance with the instrument manufacturer's
recommendations.
2. Signal cable shall be provided for instrument signal transmission. Single
instrument cable (SIC) and multiple-circuit instrument cable (MIC) shall be
provided in accordance with the following examples:
NCRTS Scale Replacement 26 05 19-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
a. CABLESPEC “SICâ€:
1) Cable designation: 1PR#16S shielded twisted pair (STP)
2) Cable designation: 1TR#16S triad (STT)
b. CABLESPEC “MIC":
1) Cable designation example: 4PR#16S with individual shields
for each of the four pair and an overall shield and jacket for
the multiconductor instrument cable.
B. Communication, Paging, and Security System Cables:
1. Voice communication, paging, and security system cables shall be specified
in their respective specification Sections.
2.05 PORTABLE CORD
A. Portable cord shall be provided in accordance with CABLESPEC "CORD," unless
otherwise specified. Cords shall contain an equipment grounding conductor.
2.06 SPLICING AND TERMINATING MATERIALS
A. Data and communication cables shall be routed continuously without splice from the
Administrative Building to the Scale House enclosures. Data and communication
cables shall be routed continuously from the plywood backboard devices and all data
communication and traffic control related panels located within the electrical room to
discrete devices and equipment located outside the electrical room.
B. All power and control circuits routed underground shall be routed continuously
without splice.
C. With the exception of the listed circuits here all power and control circuits shall be
routed continuously without splice from electrical distribution equipment and
enclosures to the devices or enclosures the circuit is feeding.
a. Lighting
b. Receptacles
c. Panel A circuits specifically identified as serving multiple loads.
D. Connectors shall be tool applied compression type of correct size and UL listed for
the specific application. Connectors shall be tin-plated high conductivity copper. Wire
nuts for a splice are prohibited.
E. Signal and control conductors shall be connected to terminal blocks and field devices
and instruments shall be terminated with conductor terminals as specified in Section
26 05 00.
F. Connectors for wire sizes No. 8 AWG and larger shall be compression tool installed
one-hole lugs up to size No. 3/0 AWG, and two-hole or four-hole lugs for size No. 4/0
Project No. RR8744 26 05 19-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
and larger. Mechanical clamp, dimple, screw-type connectors are not acceptable. In-
line splices and taps shall be used only by written consent of the Owner’s
Representative.
G. Power conductor splices shall be compression type, made with a compression tool
die approved for the purpose, as made by Thomas and Betts Corp., Or Approved
Equal. Splices shall be covered with electrical products designed for the application,
insulated, and covered with a heat-shrinkable sleeve or boot, as specified elsewhere.
H. Motor connection kits shall consist of heat-shrinkable, polymeric insulating material
over the connection area and high dielectric strength mastic to seal the ends against
ingress of moisture and contamination. Motor connections may use the Tyco
Electronics removable boot product line.
I. Motor connection kits shall accommodate a range of cable sizes for both in-line and
stub-type configurations. Connection kits shall be independent of cable
manufacturer's tolerances.
2.07 CORD GRIPS
A. Cord grips shall be provided where indicated on the Drawings to attach flexible cord
to equipment enclosures. Cord grips shall consist of a threaded aluminum body and
compression nut with a neoprene bushing and stainless steel wire mesh for strain
relief. Cord grip shall provide a watertight seal at enclosure interface and sized to
accommodate the flexible cord.
PART 3 EXECUTION
3.01 GENERAL
A. Conductors shall be identified at each connection terminal and at splice points. The
identification marking system shall comply with Section 26 05 00 Common Work
Results For Electrical.
B. Pulling wire and cable into conduit shall be completed without damaging or putting
undue stress on the insulation or jacket. Manufacture recommended and UL Listed
pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not
acceptable.
C. Raceway construction shall be complete, cleaned, and protected from the weather
before cable is installed. Where wire or cable exits a raceway, a wire or cable support
shall be provided.
D. Provide tin-plated bus bar. Scratch-brush the contact areas and tin plate the
connection where flat bus bar connections are made with un-plated bar. Bolts shall
be torqued to the bus manufacturer's recommendations.
3.02 600 VOLT CONDUCTOR AND CABLE
A. Conductors in panels and electrical equipment shall be bundled and laced at
intervals not greater than 6 inches, spread into trees and connected to their
NCRTS Scale Replacement 26 05 19-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
respective terminals. Lacing shall be made up with plastic cable ties. Cable ties shall
be tensioned and cut off by using a tool specifically designed for the purpose such as
a Panduit GS2B Or Approved Equal. Other methods of cutting cable ties are
unacceptable.
B. Conductors crossing hinges shall be bundled into groups not exceeding 10 to 15
conductors and protected using nylon spiral flexible covers to protect conductors.
Provide oversized plastic panel wiring duct within panels and panelboards.
C. Slack shall be provided in junction and pull boxes, handholes, and manholes. Slack
shall be sufficient to allow cables or conductors to be routed along the walls in a
loop. Amount of slack shall be equal to the circumference of the enclosure. Provide
dedicated electrical cable supports and insulated cable holders mounted on unistrut
in manholes and handholes.
D. Raceway fill limitations shall be as defined by NEC and the following:
1. Lighting and receptacle circuits may be in the same conduit in accordance
with de-rating requirements of the NEC. Lighting and receptacle circuits shall
not be in conduits with power or control conductors. Signal conductors shall
be in separate conduits from power conductors. Motor feeder circuits shall be
in separate conduits including small fan circuit unless combination fan-light
fixture.
2. Power conductors derived from uninterruptible power supply systems shall
not be installed in raceways with conductors of other systems. Install in
separate raceways.
3. Slices and terminations are subject to inspection by the Owner’s
Representative prior to and after insulating.
4. Motor terminations at 208-volt motors shall be made by bolt-connecting the
lugged connectors.
5. In-line splices and tees, where approved by the Owner’s Representative in
writing, shall be made with tubular compression connectors and insulated as
specified for motor terminations. Splices and tees in underground handholes
or pull boxes shall be insulated using Scotch-cast epoxy resin or Raychem
splicing kits.
6. Terminations at solenoid valves, 120 volt motors, and other devices
furnished with pigtail leads shall be made using self-insulating tubular
compression connectors within the termination box.
3.03 SIGNAL CABLE
A. Provide terminal blocks at instrument cable junctions within dedicated terminal
boxes provided by the installer. Signal circuits shall be run without splices between
instruments, terminal boxes, or panels.
B. Circuits shall not be made using conductors from different pairs or triads. Triads shall
be used wherever 3-wire circuits are required.
Project No. RR8744 26 05 19-8 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
C. Shields are not acceptable as a signal path, except for circuits operating at radio
frequencies utilizing coaxial cables. Common ground return conductors for two or
more circuits are not acceptable.
D. Shields shall be bonded to the signal ground bus at the control panel only and
isolated from ground at the field instrument or analyzer and at other locations.
Shields or drain wires for spare circuits shall not be grounded at either end of the
cable run. Terminals shall be provided for running signal leads and shield drain wires
through junction boxes.
E. Spare circuits and the shield drain wire shall be terminated on terminal blocks at
both ends of the cable run and be electrically continuous through terminal boxes.
F. Where instrument cable splicing is required, provide an instrument stand with
terminal box rated for the area and environment and mounted approximately 3 feet
above grade for instrument cable splices with the circuits and individual conductors
provided with label as specified in Section 26 05 00 Common Work Results For
Electrical.
G. Cable for paging, security, voice communication, and telephone systems shall be
installed and terminated in compliance with the manufacturers and the Utilities
recommendations.
3.04 INTERIOR DATA COMMUNICATION CABLE INSTALLATION
A. General: Ensure that cable is installed with care, using techniques which prevent
kinking, sharp bends, scraping, cutting, and deforming jacket. During inspection by
the Owner, evidence of such damage will result in material being declared
unacceptable. Remove unacceptable cable and provide new cable at no additional
cost to the Owner.
B. Conduit and Runway Usage: Install cable in grounded metal conduit or runway
dedicated for communications purposes. Telecommunications cable shall not share
runway with any electrical power wiring.
C. Surface Metal Raceway (SMR): Where SMR has been installed using manufacturer's
specified divider for two separate channels within raceway, route electrical wiring
through lower half of horizontally installed SMR and route communication cabling
through upper half. Since 90-degree SMR corner bends exceed the minimum bend
radius for most cable, lay cable into open SMR, not pulled. Exercise care when
installing SMR cover so as not to pinch or otherwise damage cable.
D. Conduit and Raceway Fill: Data raceway not to be filled beyond 40 percent capacity.
E. Outlet Locations: Include adequate cable to complete device termination. At patch
panel, install sufficient cable length to allow routing and termination.
F. Cable Routing: Install cable runway to each side of equipment frames; loosely band
the cable to standoff brackets at rear of equipment frames; Observe minimum bend
radius; Cable terminated on wall mounted terminal blocks shall be routed on the
telephone terminal board using “D†rings for support both vertically and horizontally.
NCRTS Scale Replacement 26 05 19-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Loosely band the cable from where it transitions from the cable runway to the
terminal block. Observe minimum bend radius.
G. Allowable Cable Bend Radius and Pull Tension: Communications cable cannot
tolerate sharp bends or excessive pull tension during installation. Following tables
list minimum bend radii and maximum pull tensions for various cable types:
Category 6 Cable:
Number of Pairs Minimum Bend Radius, Maximum Pull Tension,
Inch lbs.
4 2 20
25 4.6 20
Optical Fiber Cable:
Type of Cable Minimum Bend Radius, Maximum Pull Tension,
Inch lbs.
Building/Station 4 250
H. Cable Lubricants: Use lubricants specifically designed for installing data cable to
reduce pulling tension when pulling cable into conduit. After installation, clean
exposed cable and other surfaces free of lubricant residue.
3.05 FIBER OPTIC CABLE INSTALLATION:
1. Fiber optic cable handling and storage shall be performed in accordance with
the manufacturer’s recommendations. The cable installation personnel shall
be experienced with specific knowledge of the cable manufacturer's
recommended procedures. Cable reel lagging shall remain on the cable reels
until they arrive at the installation site. If the lagging has been removed,
securely fasten the cable ends to avoid damage during transit. The cable
shall not be left exposed or unattended during the installation process. Verify
cable is not damaged during storage and installation.
2. Cable tension shall not exceed the manufacturer’s specification for tensile
loading. Pulling tension shall be continuously monitored and recorded during
installation. Fiber cable shall be pulled in a steady continuous manner. The
bending radius of the cable shall not be exceeded. Cable tension monitoring
devices shall not exceed cable pull tension and bend limits.
3. Cable shall be installed in continuous lengths without intermediate splices.
Cable shall be provided without splices. Splicing is not allowed.
Project No. RR8744 26 05 19-10 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
4. Additional cable shall extend to the nearest clean and level work area.
5. Cable strength elements shall be properly attached to a pulling eye and 600
lb breakaway swivel. Kellums pulling grips are not allowed except for short-
length hand pulls.
6. Cable and conduits shall be lubricated during the pulling procedures. Each
pullbox / concrete manhole / vault shall contain cable coiled into a slack loop
and stored in a slack enclosure.
7. Tensile and bending limitation shall not be exceeded when power equipment
is used to install cables. Tension monitoring shall use commercial
dynamometers or load-cell instruments with chart recorder. Large diameter
wheels, pulling sheaves, and cable guides shall maintain the specified
bending radius.
8. Cable shall be installed using a hydraulic capstan or winch equipped with a
recording running line dynamometer graph which measures and records
pulling tensions. Provide Polywater Type 5 lubricant, or equal.
9. Cable pull records shall be documented by a graph which is annotated with
the following information:
a. Reel number.
b. Station or pullbox from and station or pullbox to.
c. Date and time.
d. Explanations for abnormalities in readings or interruptions.
e. Sign-off by Contractor and Officer-in-Charge.
f. Submit fiber optic pull records as specified herein.
10. Racking shall conform to the following:
a. Loosely secure innerduct/cables in racked position with Ty-Raps or
equal.
b. Attach imprinted plastic coated cloth identification/warning tags to
the innerduct/cable in at least two locations in each pullbox/concrete
manhole/vault.
c. Provide tags manufactured by Brady or Thomas & Betts.
11. Protect coiled cable to prevent damage to the cable and fibers with racking
securing cables to brackets and racking hardware that extend from the
sidewalls of the handhole. When cables are securely racked, unused conduits
and void areas around conduit containing cables shall be sealed. In concrete
manholes and vaults, coiled cable shall be placed into a slack enclosure to
prevent damage to the cable and fibers.
12. Provide Semco compound or equal material.
NCRTS Scale Replacement 26 05 19-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.06 PORTABLE CORD
A. Portable power cords feeding permanent equipment, such as pendant cords feeding
motors for pumps and portable items shall have a wire mesh cord grip of flexible
stainless steel wire to relieve the tension from the cable termination. Connection of
portable cords to permanent wiring shall be accomplished with dedicated boxes and
terminals blocks.
3.07 TESTING
A. The Contractor shall test conductors, wire, and cable in accordance with Section 26 08
00 Commissioning of Electrical Systems and Division 27 requirements.
3.08 CABLE SPECIFICATION SHEETS (CABLESPEC)
A. General:
1. Conductor, wire, and cable types for different locations, service conditions
and raceway systems are specified on individual cable specification sheets.
Scheduled and unscheduled conductors, wires, and cables shall be installed
in accordance with the CABLESPEC Sheets.
B. CABLESPEC Sheets:
1. The following CABLESPEC sheets are included in this Section:
Type Volt Product Purpose
DC1 300 CATEGORY 6 ETHERNET CABLE, U/UTP, 4- INTERIOR DATA COMMUNICATION
PAIR, UNSHIELDED, PLENUM RATED FAST ETHERNET: VIDEO, CCTV
DC2 300 CATEGORY 6 ETHERNET CABLE, U/UTP, 4- OUTDOOR DATA COMMUNICATION
PAIR, UNSHIELDED, FLOODING COMPOUND REMOTE I/O CABLE
(GEL)
DC3 300 RS-232, 4-PAIR, SHIELDED, LOW INTERIOR DATA COMMUNICATION
CAPACITANCE, PLENUM FAST ETHERNET: VIDEO, CCTV
DC4 300 CABLE, 25-PAIR, SHIELDED, GEL-FILLED TELEPHONE VOICE BACKBONE
INDOOR/OUTDOOR
FOH 300 FIBER OPTIC CABLE, HYBRID, 12 – SINGLE- DATA COMMUNICATION FIBER OPTIC
MODE (OS2), 12 – 62.5/125 MULTIMODE CABLE INDOOR/OUTDOOR
(OM1)
MIC 600 SP-OS: MULTIPLE PAIR PR#18 or 16SH WITH CABLE TRAY RATED INSTRUMENT
OVERALL SHIELD AND JACKET CABLE
SIC 600 P-OS: 1-PR#16 or 16SH or 1-TR#16 or 16SH CABLE TRAY RATED INSTRUMENT
CABLE
XHHW 600 XLP INSULATED INDUSTRIAL GRADE POWER, CONTROL, LIGHTING, &
CONDUCTOR RECEPTACLES
Project No. RR8744 26 05 19-12 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
Type Volt Product Purpose
MEPR / 600 MULTICONDUCTOR RUBBER INSULATED CABLE TRAY RATED POWER &
[XLP] CABLE WITH JACKET CONTROL
[CPE]
EXAMPLES:
POWER CABLE: 3/C #500 KCMIL WITH
FACTORY GROUND CONDUCTOR WITHIN
CABLE
CONTROL CABLE: 19/C #14
CORD 600 HEAVY DUTY CABLE: SJOOW PORTABLE ITEMS
COAX RADIO FREQUENCY CO-AXIAL CABLE DATA COMMUNICATIONS
3.09 CABLE SPECIFICATION SHEETS (CABLESPEC) – DC1
A. Cable System Identification:
1. DC1
B. Description:
1. Premise Cable: IEC Category 6 U/UTP; unshielded cable, plenum rated; Fast
Ethernet: 100 Base TX; 4 pair, #23 AWG Cable, RJ-45 connector
C. Safety Voltage:
1. 300 V RMS
D. Conductor Material:
1. Solid Bare copper
E. Insulation Material:
1. FEP - Flame Retardant Polyolefin; Color Coded conductor insulation
2. Cable to have bisector tape/medium to separate the pair sets
F. Jacket:
1. PVC - Low Smoke Polyvinyl Chloride with ripcord Trade Name Example:
Flamarrest Sequential Footage Marking: every two feet Jacket Color:
a. Blue
G. Manufacturer(s):
1. Systimax GigaSPEED XL 2071E; Or Approved Equal.
H. Execution:
NCRTS Scale Replacement 26 05 19-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Applications: Gigabit Ethernet Data Communications LAN, CCTV Fixed.
Component or Composite Video, Digital Video, RS-422,
2. Installation: Install in accordance with associated equipment manufacturer’s
instruction.
3. Installation: Cables shall be pre-made to correct length or made in the field
with no appreciable slack allowed in cabinets or enclosures. Provide 9 foot
neat coils mounted on wall. Wall location shall be Owner Representative
approved prior to installation.
4. Testing: Test in accordance with paragraph 3.06.
3.10 CABLE SPECIFICATION SHEETS (CABLESPEC) – DC2
A. Cable System Identification:
1. DC2
B. Description:
1. Category 6 Ethernet cable, 4-pair, unshielded, Outdoor: RS-485 #22 or #24
AWG Copper. RJ-45 connector
2. Cable shall have flooding compound/Gel filled
C. Voltage:
1. 300 V RMS
D. Conductor Material:
1. Solid Bare copper
E. Insulation:
1. Polyolefin, gel-filled
2. Pair separation for each pair
F. Jacket:
1. PE – Polyethylene
2. Color: Black
G. Manufacturer(s):
1. Belden OSP6U; Or Approved Equal
H. Execution:
Project No. RR8744 26 05 19-14 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
1. Application: Outdoor - Data Communications Cable.
2. Installation: Install in accordance with associated equipment manufacturers
instruction. This cable is not plenum or cable tray rated.
3. Installation: Cables shall be pre-made to correct length or made in the field
with no appreciable slack allowed in cabinets or enclosures. Provide 9 foot
neat coils mounted on wall. Wall location shall be Owner Representative
approved prior to installation.
4. Testing: Test in accordance with paragraph 3.06.
3.11 CABLE SPECIFICATION SHEETS (CABLESPEC) – DC3
A. Cable System Identification:
1. DC3
B. Description:
1. RS-232, 4-pair, shielded, low capacitance, plenum: #22 or #24 AWG Copper.
C. Voltage:
1. 300 V RMS
D. Conductor Material:
1. 7 strand tinned annealed bare copper
2. Shield: 100% aluminum/polyester tape foil in 24 AWG 7-strand tinned copper
drain
E. Insulation:
1. Foam fluorinated ethylene propylene
F. Jacket:
1. Plenum rated polyvinyl chloride
2. Color: White
G. Manufacturer(s):
1. Liberty AV Solutions 24-4P-PLCSH; Or Approved Equal
H. Execution:
1. Application: Outdoor - Data Communications Cable.
NCRTS Scale Replacement 26 05 19-15 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2. Installation: Install in accordance with associated equipment manufacturers
instruction.
3. Installation: Cables shall be pre-made to correct length or made in the field
with no appreciable slack allowed in cabinets or enclosures. Provide 9 foot
neat coils mounted on wall. Wall location shall be Owner Representative
approved prior to installation.
4. Testing: Test in accordance with paragraph 3.06.
3.12 CABLE SPECIFICATION SHEETS (CABLESPEC) – DC4
A. Cable System Identification:
1. DC4
B. Description:
1. Voice backbone cable, 25-pair, shielded, gel-filled: #24 AWG Copper.
C. Voltage:
1. 300 V RMS
D. Conductor Material:
1. Solid annealed copper
E. Insulation:
1. Dual insulation of an inner layer of foamed polyolefin surrounded by a solid
polyolefin skin.
2. Entire core assembly completely filled with ETPR compound
3. Core wrap of dielectric tape applied longitudinally with an overlap
F. Jacket:
1. Linear low density polyethylene
2. Color: Black
G. Manufacturer(s):
1. General Cable 7525785; Or Approved Equal
H. Execution:
1. Application: Outdoor - Data Communications Cable.
Project No. RR8744 26 05 19-16 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
2. Installation: Install in accordance with associated equipment manufacturers
instruction.
3. Installation: Cables shall be pre-made to correct length or made in the field
with no appreciable slack allowed in cabinets or enclosures. Provide 9 foot
neat coils mounted on wall. Wall location shall be Owner Representative
approved prior to installation.
4. Testing: Test in accordance with paragraph 3.06.
3.13 CABLE SPECIFICATION SHEETS (CABLESPEC) – FOH
A. Cable System Identification:
1. FOH
B. Description:
1. Fiber Optic Data Cable; Gel-free design, hybrid, 12 – single-mode (OS2), 12 –
62.5/125 multimode (OM1): Indoor/Outdoor;
C. Material:
1. 62.5/125/250 micron
D. Jacket:
1. Medium density polyethylene
2. Color: Black
E. Type:
1. NEC (UL): OFNR with industrial cable tray rating IEEE flame test rated: 802.3Z
2. Loose tube design
F. Manufacturer(s):
1. Corning 024XU4-CH746D20; Or Approved Equal
G. Execution:
1. Application: Data Communications. (Not Plenum Rated)
2. Installation: Install FOH cables in innerduct. Install in accordance with
paragraph 3.04 and associated equipment manufacturers instruction.
3. Installation: Cables shall be pre-made to correct length or made in the field
with no appreciable slack allowed in cabinets or enclosures. Provide 9 foot
NCRTS Scale Replacement 26 05 19-17 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
neat coils mounted on wall. Wall location shall be Owner Representative
approved prior to installation.
4. Testing: Test in accordance with paragraph 3.06.
3.14 CABLE SPECIFICATION SHEETS (CABLESPEC) – MIC
A. Cable System Identification:
1. MIC
B. Description:
1. Multiple twisted, shielded pairs, 18 or 16 AWG, with overall shield
instrumentation cable; Number of pairs as shown; UL listed, Cable Tray rated.
C. Voltage:
1. 600 volts
D. Conductor Material:
1. Bare annealed copper; Class-B stranded per ASTM B-8
E. Insulation:
1. 15 mil, Polyvinyl Chloride (PVC) with 4 mil nylon, 90 degree C temperature
rated Color Code per ICEA Method-1: Pairs- Black and White with one
conductor in each pair printed alpha-numerically for identification
F. Lay:
1. Twisted on a 2-inch lay
G. Shield:
1. 100 percent, 1.35 mil aluminum/polyester or mylar tape with 7-strand tinned
copper drain wire
H. Overall Shield:
1. 2.35 mil aluminum-Mylar tape with 7-strand tinned copper drain wire
I. Jacket:
1. Flame-retardant, moisture and sunlight resistant 45 mil Polyvinyl Chloride
(PVC)
J. Flame Resistance:
1. UL 1277 and UL 1581 vertical tray flame test
Project No. RR8744 26 05 19-18 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
K. Manufacturer(s):
1. Okonite, Okoseal-N type SP-OS (Shielded Pairs with Overall Shield); or Cooper
Industries-Belden equal; or General Cable equal
L. Execution:
1. Installation: Install in accordance with paragraph 3.03.
2. Testing: Test in accordance with paragraph 3.06.
3.15 CABLE SPECIFICATION SHEETS (CABLESPEC) – SIC
A. Cable System Identification:
1. SIC
B. Description:
1. Single twisted, shielded pair or triad, 16 AWG, instrumentation and signal
cable; UL listed; Cable Tray rated
C. Voltage:
1. 600 volts
D. Conductor Material: Bare annealed copper; stranded per ASTM B8
E. Insulation:
1. 15 mil, Polyvinyl Chloride (PVC) with 4 mil nylon, 90 degree C temperature
rated; Color Code per ICEA Method-1: Pairs-Black and White with one
conductor in each pair printed alpha-numerically for identification
F. Lay:
1. Twisted on a 2-inch lay
G. Shield:
1. 100 percent, 1.35 mil aluminum-Mylar tape with a 7-strand tinned copper
drain wire
H. Jacket:
1. 45 mil Polyvinyl Chloride (PVC)
I. Flame Resistance:
1. UL 1277
J. Manufacturer(s):
NCRTS Scale Replacement 26 05 19-19 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Okonite, Okoseal-N Type P-OS (Pair(s) Overall Shield) and Type TOS (Triad(s)
Overall Shield); or Cooper Industries-Belden equal; or General Cable equal
K. Execution:
1. Use: Analog signal cable and RTD device Triad extension cable.
2. Installation: Install in accordance with paragraph 3.03.
3. Testing: Test in accordance with paragraph 3.06.
3.16 CABLE SPECIFICATION SHEETS (CABLESPEC) – XHHW
A. Cable System Identification:
1. XHHW
B. Description:
1. Industrial grade single conductor
2. Sizes: 14 AWG through 750 kcmil as shown
C. Voltage:
1. 600 volts
D. Conductor Material:
1. Bare annealed copper; stranded per ASTM B8
E. Insulation:
1. NEC Type XHHW-2; 90 degree C dry and C wet;
2. Cross-Linked Polyethylene (XLP) per ICEA S-66-524 and UL-44;
3. Color in sizes 14, 12 and 10 AWG: Black, Green, Yellow, White, Orange,
Brown, Red, Blue
F. Jacket:
1. None
G. Flame Resistance:
1. UL 83
H. Manufacturer(s):
1. Okonite, X-Olene; Cablec, Durasheath XLP; Or Approved Equal.
Project No. RR8744 26 05 19-20 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
I. Uses Permitted:
1. Power, control, lighting and outlet circuits.
J. Execution:
1. Installation: Install in accordance with paragraph 3.02.
2. Testing: Test in accordance with Section 26 05 00 Common Work Results for
Electrical and Section 26 08 00 Commissioning of Electrical Systems.
3.17 CABLE SPECIFICATION SHEETS (CABLESPEC) – MEPR / CPE
A. Cable System Identification:
1. MEPR / CPE
B. Description:
1. Multiconductor Power Cable and Multiconductor Control Cable:14 AWG
stranded conductors; Cable tray rated.
C. Power Cable:
1. Insulated green grounding conductor sized per the NEC.
D. Ground Conductor Size:
1. Multiple sets of multiconductor power cable:
a. Oversize the grounding conductor per NEC 250.
E. Control Cable Type:
1. ICEA Method 1, E-2, without white neutral conductor or green ground
conductor
F. Control Cable Identification:
1. Conductors color coded per ICEA and conductors numbered
G. Voltage:
1. 600 volts
H. Conductor Material:
1. Bare annealed copper; stranded per ASTM B8, coated per ASTM B33
I. Insulation:
NCRTS Scale Replacement 26 05 19-21 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. RHW/RHH, 90 degree C dry, 75 degree C wet, ethylene propylene rubber
(EPR) per ICEA 2-68-516 and UL 44.
J. Jacket:
1. [Cross-linked Polyethylene (XLP)]
[Chlorinated Polyethylene (CPE)]
K. Flame Resistance:
1. IEEE 383
L. Manufacturer(s):
1. Okonite, Okonite-Okolon-Okoseal series 202-11-3XXX; Cablec, Durasheath
EP; Or Approved Equal.
M. Execution:
1. Installation: Install in accordance with paragraph 3.02.
2. Testing: Test in accordance with Paragraph 3.06, Section 26 05 00 Common
Work Results for Electrical, and Section 26 08 00 Commissioning of Electrical
Systems.
3.18 CABLE SPECIFICATION SHEETS (CABLESPEC) – CORD
A. Cable System Identification:
1. CORD
B. Description:
1. Industrial Grade Flexible Portable Cord: Synthetic Rubber Insulation with Oil-
Resistant Thermoset Jacket construction:
a. Type SOOW for 600 Volt circuits; Type SJOOW for 300 Volt circuits
C. Voltage:
1. 600 V RMS where shown or where unspecified: Type SOOW
D. Conductor Material:
1. Flexible rope stranded annealed copper per ASTM B189 and B33.
E. Insulation:
1. Ethylene propylene (EPR) per ICEA S-68-516 and rated for continuous
operation at 90 degrees C.
2. Green used for ground only
Project No. RR8744 26 05 19-22 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3. Color:
a. 2/C Black and White; 3/C Black, White, and Green; 4/C Black, White,
Red and Green; 5/C Black, White, Red, Green, and Orange
F. Jacket:
1. Heavy-duty Neoprene per ICEA S-68-516. Color:
a. [Black] [Yellow]
G. Manufacturer(s):
1. Okonite: Okocord; American Insulated Wire Cord equal; or Engineer accepted
equal.
H. Execution:
1. Installation: Install in accordance with paragraph 3.02.
2. Testing: Test in accordance with paragraph 3.06.
3.19 CABLE SPECIFICATION SHEETS (CABLESPEC) – COAX
A. Cable System Identification:
1. COAX
B. Description:
1. Premise Cable: Indoor Riser and Plenum with FRPE Jacket Outdoor /
Watertight:
a. Duct bank Systems with PE Jacket Low Loss Flexible Communication
Coaxial Cable
C. Voltage:
1. 300 V; Voltage Withstand: 3000 Volts DC;
D. Conductor Material:
1. Solid 18 AWG;
2. Nominal Impedance: 50-ohm;
3. Nominal Capacitance: 20 Pico-Farad per foot;
4. Bend Radius: 2 inches
E. Insulation Material:
NCRTS Scale Replacement 26 05 19-23 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Foam Polyethylene (PE) or Tetrafluoroethylene (TFE) UL Flame Test:
a. NFPA-262 NEC Type Specification: CMP
F. Jacket:
1. Polyethylene (PE), Fire Retardant Polyethylene (FRPE) or Fluorinated Ethylene
Propylene (FEP)
G. Manufacturer(s):
1. Times Microwave System: LMR-500;
2. Belden Number 83242: 50-ohm Coax -- RG Type 142 B/U; or
3. Or Approved Equal.
H. Execution:
1. Applications:
a. Giga-Hertz Data Communications, CCTV Fixed.
b. Component or Composite Video, Digital Video
2. Installation: Install in accordance with associated equipment manufacturer’s
instruction. Provide male, female, TNC Male, UHF Male, straight, bulkhead,
right-angle etc connectors, fittings, with crimp tools, dies, strip tools, deburr
tools and cutting tools as required for the installation.
3. Testing: Test in accordance with paragraph 3.06.
**END OF SECTION**
Project No. RR8744 26 05 19-24 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
SECTION 26 05 26
GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section specifies the system for grounding electrical distribution and utilization
equipment, including but not limited to cabinets, motor frames, handholes, traffic
control devices, metal surfaces of process/mechanical equipment that contain
energized electrical components, metal structures and buildings and, outdoor metal
enclosures.
B. The Grounding Electrode Conductor and supplemental ground conductor shall
ground or bond equipment, structures, or equipment frames to the Grounding
Electrode System as defined in the National Electrical Code Article 250 and
addressed herein.
C. The minimum size of the Equipment Grounding Conductors installed with the circuit
conductors shall be per the National Electrical Code Table 250.122. The circuit
grounding conductor size routed with a feeder or branch circuit conductors is as
shown on the Drawings.
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
NCRTS Scale Replacement 26 05 26-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Reference Title
IEEE 81 Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
IEEE Std 81.2-1991 Guide to Measurement of Impedance and Safety Characteristics
of Large, Extended or Interconnected Grounding Systems
NETA - ATS InterNational Electrical Testing Association Inc. - Acceptance
Testing Specifications
NFPA 70 National Electric Code (NEC) Article 250
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
1.03 SUBMITTALS
A. The following information shall be submitted for review in accordance with Section
01 33 00 Sumittal Procedures and Section 26 05 00 Common Work Results for
Electrical.
1. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with
each paragraph check-marked to indicate specification compliance or
marked to indicate requested deviations from specification requirements.
2. A check mark () shall denote full compliance with a paragraph as a whole.
If deviations from the specifications are indicated, and therefore requested
by the Contractor, each deviation shall be underlined and denoted by a
number in the margin to the right of the identified paragraph, referenced to a
detailed written explanation of the reasons for requesting the deviation. The
Owner’s Representative shall be the final authority for determining
acceptability of requested deviations. The remaining portions of the
paragraph not underlined will signify compliance on the part of the Contractor
with the specifications. Failure to include a copy of the marked-up
specification Sections, along with justification(s) for any requested deviations
to the specification requirements, with the submittal shall be sufficient cause
for rejection of the entire submittal with no further consideration.
3. Marked product literature for ground rods, test wells, and ground cables.
4. Ground system test reports.
Project No. RR8744 26 05 26-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
PART 2 PRODUCTS
2.01 GROUND CONDUCTORS
A. The system ground conductor shall be soft-drawn, bare annealed copper, concentric
stranded, as specified. Where conductor sizes are not shown or specified on the
Drawings the minimum American Wire Gage (AWG) sizes shall be as follows;
1. Lighting & Power panels 4 AWG
2. Exposed metal cabinets 2 AWG
3. Electrical equipment 2 AWG
4. Fences and gates 2 AWG
5. Motors 1 hp to 25 hp 6 AWG
2.02 GROUND RODS
A. Ground rods shall be copper covered steel, 3/4-inch diameter and 10-feet long. Rods
shall have threaded type removable caps so that extension rods of same diameter
and length may be added where necessary.
2.03 COMPRESSION CONNECTORS
A. Compression connections shall be irreversible, cast copper as manufactured by
Thomas and Betts, Or Approved Equal.
2.04 BOLTED CONNECTORS
A. Bolted connectors shall be Burndy, O. Z. Gedney, Or Approved Equal.
2.05 WELDED CONNECTORS
A. Exothermic welding products shall be Erico’s Cadweld Plus system with a remotely
operated battery powered electronic ignition device and moisture resistant weld
metal cup for the required mold, Or Approved Equal.
2.06 TEST WELLS
A. Provide concrete, PVC, or fiberglass test well with cover and connect the ground grid
extension using a removable connector.
2.07 EQUIPMENT GROUND BARS
A. Copper equipment ground bars shall be Erico Eritech EGB Series or HARGER Mfg Part
#: GBI1426G Or Approved Equal, sized as required for the installation.
B. Scale house exterior ground bar shall be 1/4" thick x 2" wide x 6" long with
insulators and brackets. 6 pre-drilled 7/16" holes, 2 pairs. Holes spaced 1" T/B, 1"
L/R.
C. Scale house exterior ground bar for portable generator shall be enclosed in a NEMA
4X, 304 or 316 stainless steel box with continuous hinged cover. Box shall be
10.00†W x 8.00H†x 4.00Dâ€. Bottom of box shall have a 2†hole punched via
NCRTS Scale Replacement 26 05 26-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
suitable means including a 2†malleable iron, nylon insulated chase nipple, lock ring,
and a plastic bushing on the threads. Nipple length shall be kept to a minimum.
Nipple shall be used for Owner furnished portable generator exterior ground only.
Grounding electrode connections to the ground bar shall be by Contractor means and
methods. Ground bar box shall be Hoffman A1008CHNFSS Or Approved Equal.
2.08 EQUIPMENT GROUNDING
A. Equipment ground plate shall be two-hole copper flush mounted grounding plate,
Erico Cadweld, Burndy YGF Series, Or Approved Equal.
B. Provide #1/0 AWG bare copper bonding conductor from grounding electrode system
to a supporting beam on each scale. Bond to each scale’s supporting beam via
exothermic weld. Coordinate exact location with the scale vendor.
2.09 PRODUCT DATA
A. Ground resistance readings specified in paragraph 3.05 shall be provided in
accordance with Section 01 33 00 Submittal Procedures.
PART 3 EXECUTION
3.01 GENERAL
A. Grounding system shall be provided in compliance with the NFPA 70 National
Electrical Code (NEC). Grounding conductor shall not be used as a system neutral.
B. Embedded and buried ground connections shall be made by compression connectors
utilizing diamond or hexagon dies and a hand compression tool for wire sizes 2 AWG
and smaller and a hydraulic pump and compression head for wire sizes 4 AWG and
larger. Alternate method allowed: exothermic welding using a remote igniter device.
C. Tools and dies shall be approved for this purpose; dimple compressions are not
acceptable. Compression connections shall be prepared in accordance with the
manufacturer's instructions. Compression-type lugs shall be used in accordance with
manufacturer's recommendations. Exposed ground connections to equipment shall
be made by bolted clamps unless otherwise specified. No solder material shall be
used in any part of the ground circuits.
D. Embedded ground conductors and fittings shall be securely attached to concrete
reinforcing steel with tie wires and prevented from displacement during concrete
placement.
E. Notify the Owner’s Representative two hours prior to backfilling, as each part of the
grounding system installed below finished grade is complete and ready for
inspection. Non-compliance shall affect the payment schedule for this Work.
F. Notify SnoPUD for utility inspection sign-off prior to backfilling as each part of the
grounding system installed below finished grade is complete and ready for
inspection. Non-compliance shall affect the payment schedule for this Work.
Project No. RR8744 26 05 26-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
G. Grounding conductors extended beyond concrete surfaces for equipment connection
shall be extended a sufficient length to reach the final connection point without
splicing. Provide grounding fittings, pads, or plates as shown in the electrical details.
Minimum grounding conductor extension shall be 3-feet.
H. Grounding conductors which project from a concrete surface shall be located as
close as possible to a corner of the equipment pad, protected by rigid conduit bonded
to the grounding conductors, or terminated in a flush grounding plate.
I. Exposed grounding conductors shall be supported by noncorrosive metallic hardware
at 2-foot intervals or less. Grounding conductors for shown and future equipment
shall be terminated using an equipment grounding plate.
J. Ground conductors entering electrical enclosures shall be bonded to a single ground
bus or terminal strip in the enclosure and to metallic raceways within or terminating
at the enclosure. Direct ground connections to enclosure chassis or back plate are
not acceptable. Prior to making ground connections or bonds, the metal surface at
the point of connection shall be cleaned.
K. Surge arresters shall be directly connected to the ground grid system using industry
braided copper conductors.
L. Metallic sheaths or shields of shielded power cable shall be terminated by a copper
ground bus provided with cable connection for connection to the grounding system.
3.02 RACEWAY GROUND
A. All service, feeder, and branch circuit raceways shall contain a green insulated
ground conductor sized per applicable NFPA 70 National Electrical Code (NEC)
tables:
1. T250.66 - Grounding Electrode Conductor for Alternating - Current Systems or
2. T250.122 - Minimum Size Equipment Grounding Conductors for Grounding
Raceways and Equipment.
B. Metallic conduits terminating at concentric knock-outs or reducing washers shall be
bonded using insulated grounding bushings. Grounding bushings shall be connected
to the grounding system using conductors sized in compliance with NEC.
C. Cable trays shall have 2/0 or 4/0 bare copper ground conductor run on the outside
of each tray or tray group of tiered cable tray. Conductor shall be connected to each
section or fitting using an approved ground-clamp and supported at 5 foot intervals.
3.03 EQUIPMENT AND ENCLOSURE BONDING
A. Electrical distribution and utilization equipment enclosure ground bus, motor frames,
manholes, metal structures and buildings, outdoor metal enclosures, fences and
gates shall be bonded to the grounding system with conductor sizes as specified.
B. Connect the conductor to the metal enclosure using a UL listed connector, where the
enclosure does not contain an internal ground bus
NCRTS Scale Replacement 26 05 26-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
C. Non-electrical equipment with metallic enclosures, that are located outdoor and
without a cover or a shade, shall be connected to the grounding system.
3.04 ISOLATED GROUNDING
A. An isolated ground system shall be installed where required by an equipment
manufacturer. The isolated ground conductor shall have green insulation with a
yellow stripe and shall be run in the same raceway as the power and neutral
conductors. The isolated ground bus shall be kept isolated from neutral and
grounding buses.
B. Where specifically directed by the Engineer and required by an equipment
manufacturer, the Contractor shall provide an additional isolated ground conductor
from the service or separately derived system to an isolated ground bus bar at each
associated distribution point.
3.05 SERVICE AND SEPARATELY DERIVED SYSTEM BONDING
A. A neutral bonding jumper shall be installed in only one location for each service or
separately derived system. The bonding jumper shall be located at the first service
disconnecting means downstream from the source. The neutral and ground buses
shall be kept isolated from each other except where the bonding jumper is installed.
3.06 GROUNDING SYSTEM TESTS
A. Testing shall be coordinated with Section 26 08 00 Commissioning of Electrical
Systems.
B. The Contractor shall test the facility grounding system and the building grounding
system to determine the ground resistance. The grounding test shall be
IEEE Standard 81 using the NETA Fall-of-Potential procedure. A plot of ground
resistance readings for each isolated ground rod, ground mat, or ground bus shall be
submitted on 8-1/2 x 11 inch size graph paper. Point-to-point resistance
measurements are not acceptable.
C. The current reference rod shall be driven at least 100 feet from the ground rod or
grid under test or as recommended by IEEE Standard 81. The measurements shall be
made at 10-foot intervals beginning 25 feet from the test electrode and ending
75 feet from it, in direct line between the ground rod or center of grid and the current
reference electrode.
D. A grounding system that shows greater than 2 ohm resistance for the flat portion of
the plotted data shall be considered inadequately grounded.
E. The Contractor shall add additional parallel connected ground rods and/or deeper
driven rods until the ground resistance measurements meet the 2 ohm requirement.
Additional ground rods will be paid for as extra Work where the required numbers
exceed that specified when authorized and approved by the Owner’s Representative.
Project No. RR8744 26 05 26-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
F. Use of salts, water, or compounds to attain the specified ground resistance is not
acceptable.
**END OF SECTION**
NCRTS Scale Replacement 26 05 26-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
SECTION 26 05 33
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 GENERAL
1.01 SCOPE
A. This Section covers the furnishing and installation of electrical conduits, wireways,
pull boxes, handholes, fittings and supports. Raceways shall be provided for lighting,
receptacles, power, control, instrumentation, signaling, and grounding systems.
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
ANSI C80.1 Rigid Steel Conduit-Zinc Coated
ANSI C80.3 Electrical Metallic Tubing-Zinc Coated
ASTM F512 Smooth-Wall Polyvinylchloride Conduit and Fittings for Underground
Installation
FEDSPEC WW-C-581E Conduit, Metal, Rigid and Intermediate; and Coupling, Elbow, and Nipple,
Electrical Conduit; Zinc Coated
FEDSPEC W-C-1094A Conduit and Conduit Fittings, Plastic, Rigid
JIC EMP-1 Electrical Standards for Mass Production Equipment
NEMA ICS 6 Industrial Control and Systems Enclosures
NEMA TC2 Electrical Plastic Tubing (EPT) and Conduit (EPC 40 and EPC 80)
NCRTS Scale Replacement 26 05 33-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Reference Title
NEMA TC6 PVC and ABS Plastic Utilities Duct for Underground Installation
NEMA VE1 Cable Tray Systems
NEMA 250 Enclosures for Electrical Equipment (1000 volts maximum)
NFPA 70 National Electrical Code (NEC)
NFPA 79 Electrical Standards for Industrial Machinery
IBC International Building Code
UL 1 Flexible Metal Electrical Conduit
UL 6 Rigid Metal Electrical Conduit
UL 360 Liquid Tight Flexible Electrical Conduit
UL 514 Nonmetallic Outlet Boxes, Flush-Device Boxes and Covers
UL 651 Rigid Nonmetal Electrical Conduit
UL 797 Electrical Metallic Tubing
UL 870 Wireways, Auxiliary Gutters, and Associated Fittings
UL 884 Underfloor Raceways and Fittings
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
1.03 SUBMITTALS
A. The following information shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results For Electrical:
1. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with
each paragraph check-marked to indicate specification compliance or
marked to indicate requested deviations from specification requirements.
2. A check mark () shall denote full compliance with a paragraph as a whole.
If deviations from the specifications are indicated, and therefore requested
by the Contractor, each deviation shall be underlined and denoted by a
number in the margin to the right of the identified paragraph, referenced to a
detailed written explanation of the reasons for requesting the deviation. The
Owner’s Representative shall be the final authority for determining
acceptability of requested deviations. The remaining portions of the
Project No. RR8744 26 05 33-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
paragraph not underlined will signify compliance on the part of the Contractor
with the specifications. Failure to include a copy of the marked-up
specification Sections, along with justification(s) for any requested deviations
to the specification requirements, with the submittal shall be sufficient cause
for rejection of the entire submittal with no further consideration.
3. Manufacturer's descriptive literature for materials proposed under this
Section.
4. Innerduct pulling plan as specified in Part 3.
PART 2 PRODUCTS
2.01 RACEWAYS AND FITTINGS
A. General requirements for raceway materials specified in this Section are listed in the
RACESPECS sheets at the end of this Section. The type of raceways and raceway
fittings to be used for any given area and application shall conform to the
requirements in this Section.
2.02 BOXES, GUTTERS, TERMINAL CABINETS, AND HANDHOLES
A. Provide Type 316L (low carbon), 317, or Type 316 stainless products where
specified. Enclosure constructed of mild sheet steel shall be hot-dipped galvanized
after fabrication. Hinges shall be continuous type and for NEMA-4X cabinets’ hinges
shall be stainless steel.
B. Table A specifies the electrical enclosure material and rating for the location and
application.
Table A
Electrical Enclosure Material and
Location
NEMA Rating
Indoor: Architecturally Finished Area NEMA 1: mild steel
Indoor: Electrical Room NEMA 12: mild steel
Outdoor: NEMA 4X: Stainless Steel
C. Pull Boxes And Wiring Gutters:
1. Indoor boxes and enclosures larger than FD boxes shall be constructed of
sheet steel and galvanized after fabrication. Outdoor boxes and enclosures
shall be provided with neoprene gaskets on the hinged doors or removable
covers. Box and gutter sizes, metal thickness, and grounding shall comply
with the National Electrical Code. Bolt-on junction box covers 3 feet square
or larger, or heavier than 25 pounds, shall have a rigid handle. Covers larger
than 3 x 4 feet shall be split.
D. Terminal Cabinets:
NCRTS Scale Replacement 26 05 33-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Terminal cabinets shall be provided with adjustable terminal strip mounting,
back-panels for equipment mounting, print pockets in the doors, continuous
door hinges, and three-point lockable latches. Terminal cabinets located
indoors shall be NEMA 12. Terminal cabinets located outdoors and in
corrosive areas shall be modified NEMA 4X with stainless steel door hinge,
three-point latch, and filtered ventilation, if required. Terminal block shall
conform to Section 26 05 00.
2. Scale House electrical/mechanical room’s data/communication enclosure
shall be a Hoffman T1F130LP, 34" X 24" X 12.75" NEMA 1 Enclosure, with
130 CFM (2) 4" fans Or Approved Equal.
E. Handholes:
1. Handholes shall be precast concrete and have either Type 1 checker plate,
galvanized steel covers or have Type 2 covers that shall be traffic rated for H
20 loading. Handholes shall be provided with open bottoms. Handholes
shall be constructed of 3000 psi reinforced concrete. Handhole cover shall
be engraved "ELECTRICAL" or "DATA/COMM" as applicable.
2. Dimensions shall be as specified on the Drawings. Handhole walls shall be
provided with boxouts.
3. Handholes shall be provided with a ground rod. See Section 26 05 26.
4. Raceway duct entries and raceway boxouts shall be sized to accommodate
the penetrating underground duct banks and underground ducts. Raceways
bell-ends shall be flush with the interior finished handhole wall. From each
duct bank entry into the handhole, the continuous duct bank bare copper
grounding conductor shall be supported and routed around the interior
handhold walls and bonded together and to the ground rod.
5. Handholes shall be Oldcastle Precast 233-LA Or Approved Equal with either
Type 1 cover No 23-2436P or Type 2 cover No. 23-24C.
2.03 RACEWAY SUPPORTS
A. Conduit Supports:
1. Framing channel with end caps and straps shall be provided to support
groups of conduit. Individual conduit supports shall be one-hole pipe straps
used with clamp backs and nesting backs where required. Material as
specified herein.
B. Ceiling Hangers:
1. Ceiling hangers shall be adjustable steel rod hangers and fittings. Provide J-
Type conduit support for single conduit. Straps or hangers of plumber's
perforated tape are not acceptable. Unless otherwise shown, hanger rods
shall meet ASTM A193 and be sized as 3/8-inch up to 2-inch conduit and
shall be 1/2 inch all-thread rod over 2-inch conduit. Material as specified
herein.
Project No. RR8744 26 05 33-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
C. Suspended Raceway Supports and Racks:
1. Suspended raceway supports shall consist of concrete inserts, steel rod
hangers, and jamb nuts supporting framing channel or lay-in pipe hangers as
required. Framing channel shall be a minimum of 12-gauge. Material as
specified herein.
2. Hanger rods shall be 1/2-inch diameter all-thread rod and shall meet ASTM
A193. Suspended raceway supports and racks shall be braced for seismic
forces as specified in Section 26 05 00.
D. Materials:
1. Table B specifies the type of raceway, electrical panels, enclosures, etc.
supports required for each location and application.
Table B
Framing Threaded Rod, Hardware,
Location
Channel & Fittings
Indoor, Architecturally finished Area Steel, HDG Steel, HDG
Indoor, Electrical Room Steel, HDG Steel, HDG
Outdoor, Corrosive Stainless Steel Stainless Steel
HDG = Hot Dip Galvanized Finish
2.04 CONCRETE ENCASED DUCT BANKS
A. Concrete used for duct banks shall be Class E with red color added and a minimum
28-day compressive strength of 2,000 psi as specified in the Cast-in-Place Concrete
Section 03 30 00.
2.05 UNDERGROUND MARKING TAPE
A. Underground detectable marking tape shall be for early warning protection of digging
around direct buried cables, conduits, and concrete duct banks. Tape shall be OSHA
approved.
B. Marking Tape Example:
1. Low density polyethylene plastic, nominally 6 inches wide and 4 mil thickness
with metallic lined tape with red polyethylene film on top and clear
polyethylene film on the bottom. Tape shall be imprinted with a warning
continuously along the length similar to: "CAUTION - STOP DIGGING - BURIED
ELECTRIC LINE BELOW."
C. Tape Products:
1. Brady "Identoline"; Services and Materials "Buried Underground Tape";
Somerset (Thomas & Betts) "Protect-A-Line"; Or Approved Equal.
NCRTS Scale Replacement 26 05 33-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2.06 NAMEPLATES
A. Nameplates shall be provided for boxes in accordance with the requirements of
Section 26 05 00. Nameplate wording shall be as shown on the Drawings. Provide
the functional description of the device on the nameplate, where wording is not
specified
2.07 FIRESTOPS
A. Seall all conduit wall penetrations. Firestops and seals shall be Flamemastic 77,
Vimasco No. 1-A, Or Approved Equal, and shall be applied in accordance with
manufacturer's recommendations. Products which are affected by water are not
acceptable.
2.08 RACEWAY IDENTIFICATION
A. Raceway number tags shall conform to the requirements of raceway markers,
Section 26 05 00.
2.09 ELECTRICAL SEALANT
A. Electrical sealant putty shall be non-hardening, non-oxidizing, non-corrosive, non-
poisonous, and non-injurious to human skin with service temperature range of 30 to
200 degrees Fahrenheit. Product shall be used to seal against the entrance of water.
2.10 HAZARDOUS AREA AND CORROSIVE AREA CONDUIT SEALS
A. Not Used
2.11 TRACER WIRE
A. Provide a #12 AWG XHHW insulated green stranded copper tracer wire with a multi-pin
terminal block for termination of the tracer wire in concrete handhole / pullbox for tracer
wire access. Tracer wire is only required for underground non-metallic direct buried
conduits that have fiber optic cables within.
2.12 PULLING ROPE
A. Provide a pull rope in each SPARE conduit.
B. Pulling rope shall be polyethylene type, mildew and rot resistant with minimum of
200-pound tensile strength and minimum 1/4-inch diameter. Install in all “Spare
“raceways. Manufacture: Greenlee, Ideal, Or Approved Equal. Leave a minimum of 4
feet of rope at each end of the spare conduits and the line side conduit for the
Secondary Service Pedestal for SnoPUD’s use.
2.13 TEMPORARY ROAD CABLE PROTECTION
A. Where temporary cables are routed over a road, alley, parking lot, etc. provide surface
mounted cable protectors. Protectors shall be sized for the quantities and sizes of the
cables that the Contractor has chosen to run. Cable protectors shall be designed to
allow power cables to be separated from data/comm cables. Cable protector shall have a
Project No. RR8744 26 05 33-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
capacity of 72,000 lbs/axle. Cable protector shall be Guard Dog Cable Protector part
number: GD1X75-ST-O/B; Or Approved Equal.
2.14 CONDUIT THREAD LUBRICANT
A. Thread lubricant shall be conductive with anti-seize and anti-corrosion properties,
compatible with steel and aluminum conduit materials. Manufacture: T&B CP8 KOPR-
Shield; Robroy Thread compound; Or Approved Equal.
PART 3 EXECUTION
3.01 GENERAL
A. Table C specifies the type of raceway required for each location and application by
RACESPEC sheet. Unidentified conduit shall be installed to match Table C. All
conductors and cables shall be installed in conduit. Fiber optic cables shall also be
installed in innerduct.
Table C
Location Application/Condition RACESPEC
Indoor Scale House Data/Communication Exposed EMT
Power: Concealed in Architecturally finished
Indoor Scale House EMT
areas; Exposed in Electrical Room
Outdoor Exposed GRS
Power circuits encased in concrete duct
Underground PVC4
bank
Instrumentation, communications and data
Underground signals circuits encased in concrete duct PVC4
bank
Direct buried power raceways or raceways
Underground PVC8
below grade but exposed (under scales)
Direct buried Instrumentation,
Underground communications raceways or raceways PVC8
below grade but exposed (under scales)
Final connection to mechanical equipment
Exposed LFS
and light fixtures
Architecturally finished
Final connection to light fixtures LFS
areas
NCRTS Scale Replacement 26 05 33-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.02 CONDUIT
A. General:
1. The conduit systems, installation, and hazardous location fittings are
specified herein.
B. Indoor and Outdoor Conduit Systems:
1. In general, Contractor shall be responsible for determining conduit routing
that conforms to the specified installation requirements:
a. Conduits for lighting and receptacles outside of the electrical room:
concealed
b. Conduits for data and communication equipment: exposed.
c. Conduits in electrical room: exposed
2. Conduit installation shall conform to the requirements of the RACESPEC
sheets and the following specified installation requirements:
a. Exposed Conduit: Install parallel or perpendicular to structural
members and surfaces. Install conduit horizontally and allow
minimum headroom of 7 feet.
b. Route two or more exposed conduits in the same general routing
parallel with symmetrical bends.
c. Space exposed conduit installed on supports not more than 10 feet
apart. Space multiple conduits in parallel and use framing channel.
d. Comply with the requirements of Section 26 05 00 and herein, where
conduits are suspended from the ceiling.
e. Secure conduit rack supports to concrete walls and ceilings with cast-
in-place anchors or framing channel concrete inserts.
f. Install conduits at least 6 inches from high temperature piping, ducts,
and flues with temperatures higher than 90 degree C.
g. Install conduits between the reinforcing steel in walls or slabs that
have reinforcing in both faces.
h. Place conduits under the reinforcement in slabs with only a single
layer of reinforcing steel. Separation between conduits, conduits and
reinforcement, and conduits and surfaces of concrete shall be
maintained in accordance with UBC.
i. Route conduit clear of structural openings and indicated future
openings.
Project No. RR8744 26 05 33-8 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
j. Provide conduits with flashed and watertight seals routed through
roofs or metal walls.
k. Grout conduits into openings cut into concrete and masonry
structures.
l. Cap conduits or plug flush conduits during construction to prevent
entrance of dirt, trash, and water. Cap or plug empty conduits
designated as “futureâ€, “spareâ€, or “empty†and include a pulling line
accessible at both ends. Use anti-seize compound on cap and plug
threads prior to installation.
m. Determine concealed conduit stub-up locations from the
manufacturer's shop Drawings. Terminate concealed conduit for
future use in specified equipment.
n. Install conduit flush with structural surfaces with galvanized couplings
and plugs. Caps and plugs shall match the conduit system.
o. Provide concealed portions of conduits for future equipment where
the Drawings indicate future equipment. Match the existing
installation for duplicate equipment.
p. Terminate conduits that enter enclosures with fittings that match the
NEMA rating of the enclosure.
q. Underground metallic or nonmetallic conduit that turn out of
concrete, masonry or earth: Install a 90-degree elbow of PVC-coated
rigid steel conduit before emergence above ground.
r. Provide O-Z Gedney "Type DX" or Crouse-Hinds "Type XD" bonded,
weather tight expansion and deflection fitting for the conduit size
where conduit across structural joints that allows structural
movement.
s. Provide and install fiber cable identification tags in each access
handhole and pullbox.
C. Underground Conduit System:
1. Excavation, backfilling, and concrete work shall conform to respective
Sections of these specifications. Underground conduit shall conform to the
following requirements:
a. Underground conduits shall be reinforced concrete encased that are
not shown otherwise on the Drawings.
b. Concrete encased conduit shall have minimum concrete thicknesses
of 2 inches between conduits, 1 inch between conduit and
reinforcing, and 3 inches between reinforcing and earth, unless
shown otherwise in an electrical detail.
NCRTS Scale Replacement 26 05 33-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
c. Concrete encasement on exposed outdoor conduit risers shall
continue to 3 inches above grade, with top crowned and edges
chamfered.
d. Underground conduit bend radius shall be not less than 2 feet
minimum at vertical risers and shall be not less than 3 feet
elsewhere.
e. Where conduit and concrete encasement are terminated
underground, the conduit and reinforcing shall both extend at least 2
feet past the concrete. Conduits shall be capped and threads
protected. Steel surfaces shall be given two coats of epoxy paint.
f. Underground conduits and conduit banks shall have 2 feet minimum
earth cover unless otherwise shown.
g. Underground conduit banks through building walls shall be cast-in-
place or installed with concrete into boxouts with waterstops on all
sides of the boxout. Water-stops shall be as specified in the Cast-in-
Place Concrete Section. Extend the horizontal reinforcement from the
duct bank into the boxout terminating with J-hook bends.
h. Conduits not encased in concrete and passing through walls with one
side in contact with earth shall be sealed watertight with special
rubber gasketed sleeve and joint assemblies or with sleeves and
modular rubber sealing elements.
i. Thoroughly swab conduits and raceways on the inside, immediately
upon completion of pouring concrete.
j. Label raceways in accordance with Section 26 05 00.
k. After the concrete has set and before backfilling, pull a mandrel
through each conduit. The mandrel shall have a diameter equal to the
nominal conduit inside diameter minus 1/2 inch and shall not be less
than 4 inches long.
l. If the mandrel showed signs of protrusions on the inside of the
conduit, the conduit shall be repaired or replaced.
m. Provide manufactured plastic conduit spacers anchored to prevent
movement during the concrete pour. Manufacture: Carlon, PW Pipe,
Underground Devices, Or Approved Equal.
n. Form the concrete pour ten feet from the wall, manhole, or handhole
and form to allow for future conduit entry.
o. Backfill duct banks with clean fill compacted to 90-percent in 6-inch
lifts after concrete has cured. Refer to Section 03 30 00 for concrete
requirements including minimum 7 days of cure time prior to backfill
over duct banks.
Project No. RR8744 26 05 33-10 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
p. Allow and provide for two offsets per conduit and raceway for each
100- linear feet to account for unexpected field conditions including
for excavation and backfill limited to three feet of extra width and/or
depth. Include these specified provisions in the bid price.
q. Provide PVC threaded adapter with female threads where PVC
conduit is joined to steel conduit. Procedure:
1) Before assembly: Double coat steel conduit with Red-Robroy,
Green-Permacote, Blue-Ocal; Or Approved Equal product.
r. Where reinforced concrete duct banks enter the side of a building,
manhole, or handhole and the reinforcement cannot be brought into
a window and be terminated, then drill the structure and embed the
reinforcement in epoxy to minimum of 3-inches depth.
s. Provide PVC conduit with bell ends where duct banks terminated at
walls, manholes, or handholes. Install bell ends flush with finished
concrete.
t. Provide PVC conduit with bell ends where conduit rise below grade
into a floor mounted electrical panel, electrical cabinet, MCC,
switchboard, or switchgear.
u. Separate power conduits from signal conduit within the same duct
bank by 12†or greater separation, as shown. Refer to the Drawings
or schedules for signal to be installed in metal conduits instead of
PVC ducts.
v. Separate high voltage duct banks from low voltage duct banks, as
shown.
w. Provide wireways for transition from under slab conduits rising into
wall-mounted panels where the number of conduits exceeds the NEC
allowable panel space in the bottom of the panel. Provide conduit
sleeves or fitting for panel transition. Continuous thread or all-thread
is prohibited.
D. Conduit In Block Walls
1. Install multiple runs of conduit that stub-up into a block wall and connect to
recessed electrical panels with adequate space for the conduit. Coordinated
the electrical Work with the structural Work and block installers to provide a
chase to install the conduit. Install conduit in the cells that do not contain
structural reinforcement. Install conduits in the center of the cell to avoid
affecting the structural integrity of the wall.
2. Avoid conduit and electrical boxes installation that blocks the cell from being
grouted or that blocks the cell reinforcing bars from being grouted. Avoid
conduit in the first cell adjacent to doors, windows, corners and wall
intersections and install conduits in the center of the first available cell a
minimum of 1’-0†from the edge of these openings.
NCRTS Scale Replacement 26 05 33-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3. Where solid grouting of masonry walls is specified, install conduit and
electrical boxes so as to provide sufficient space for grout to flow pass the
boxes and conduit in order to fully fill the space beneath and behind. Where
boxes need to be held in place, secure the boxes from the face of the block
wall. Do not place items behind or next to electrical boxes to hold in place.
4. Coordinate split-face, slump and scored block installation with the masonry
Contractor to supply smooth face block at the location of receptacles and
switches so that the device covers install flush to the wall. Install translucent
weather-proof sealing material under device covers on outdoor or wet area
locations.
E. Conduit Seal-Off Fittings:
1. Not Used
F. Innerduct Installation Pulling Plan:
1. Develop an innerduct pulling plan with proposed pull points, the direction of
the pull, and the equipment with raceway lengths and bends included.
2. Verify routes and pull distances using the drawings and by field inspection.
3. Perform the pull tension calculations during the development of the pull plan
and submit with the plan for approval not later than 30 days prior to
installation.
G. Innerduct Installation:
1. Conduits shall be cleaned and tested prior to installation of innerducts, where
shown. Innerduct handling and storage shall be performed in accordance
with the manufacturer’s recommendations and installed in continuous
lengths without intermediate splices inside of the conduits. The installation
personnel shall be experienced with specific knowledge of the innerduct
manufacturer's recommended procedures.
2. Provide large diameter wheels, pulling sheaves, and cable guides to maintain
the specified bending radius. Tension monitoring shall use commercial
dynamometers or load-cell instruments. Conduits shall have a lubricant
applied at each conduit ingress and egress location and during the pull
operation. Innerducts and conduits shall be continuously lubricated during
the pulling procedures. Lubricant shall be Polywater Type F or equal.
3. Innerduct shall be installed using a hydraulic capstan or winch equipped with
a recording running line dynameter graph which measures and records
pulling tensions and pulled in a steady continuous manner without exceeding
the bending radius of the innerduct. Tension in the innerduct during
installation shall not exceed the manufacturer’s specification for tensile
loading or bend limits.
4. Installation equipment shall prevent preset pulling tension from being
exceeded as determined by the Innerduct manufacturer. After the innerducts
Project No. RR8744 26 05 33-12 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
are installed, rack the three innerducts to the side wall inside of pullbox or
manhole wall with a slack enclosure (every fourth pull point) with the bottom
of the slack enclosure 3†above the highest racked innerduct.
5. Align cable entry cutouts in the same direction as the racking. The orange
innerduct shall be laid into the cable entry cutouts on each side and not
coupled.
6. After racking, all conduits and innerducts shall be sealed as follows:
a. Triplex duct plugs shall be installed on conduits that have innerduct.
b. Blank duct plugs shall be installed on empty conduits.
c. Blank duct plugs shall be installed on innerducts that are not
coupled.
d. The tracer wire terminal block shall be located on the inside wall near
the top of the concrete manhole ladder or pullbox and the wire routed
to the terminal block and terminated.
H. Conduit And Innerduct Sealing Material:
1. Provide HYDRA-SEAL® Handi-Polyurethane-Foam Or Approved Equal product
to seal conduits and innerducts.
2. Sealing product required features:
a. Compatible with common cable jacket materials.
b. ASTM E-84 flame spread requirements and UL Classified.
c. Pre-pressurized, portable, one-component closed-cell foam sealing
system.
d. Dries tack-free within 15 minutes and cures within 24 hours.
e. Reacts with applied moisture or with ambient humidity.
f. Remove over-spray with acetone and remove cured foam
mechanically
3. Application Criteria:
a. Apply in ambient temperatures between 60° to 100° F.
b. Apply bead onto clean surface.
3.03 INNERDUCT
1. Provide a 1.25 inch smooth wall orange high density polyethylene innerducts
placed in data communication distribution conduit between buildings as
shown in the Contract Documents.
NCRTS Scale Replacement 26 05 33-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.04 HANDHOLES
A. Unless otherwise specified, handhole installation shall be as follows:
1. Handholes and pull boxes shall be set on a minimum of 6 inches of crushed
rock on top of undisturbed or compacted earth.
2. Handholes shall be set plumb so that water shall drain to the sump.
3. Handhole covers shall be H20 rated and set flush with grade.
4. Metallic hardware inside handholes shall be bonded to the ground rod using
bolted connections, bonding jumpers, and grounding bushings.
3.05 CABLE TRAY
A. Unless otherwise specified or shown, cable tray installation shall be as follows:
1. Cable trays shall be supported at intervals not to exceed 5 feet.
2. Corners shall be supported by two supports installed as close as possible to
the corner, with one support on each side of the corner.
3. Field cuts on steel cable tray shall be treated with zinc rich paint.
4. Expansion joint splice plates shall be used to allow 1 1/2 inch free movement
between adjacent trays when crossing building expansion joint.
5. Cable tray shall have minimum clearance of 3/4 inch from concrete surfaces
and minimum spacing of 12 inches from other trays. The top of the tray shall
be minimum 9 inches from the ceiling.
6. Signal cable trays shall be provided with solid type covers.
7. Provide each cable tray with No. 2/0 AWG minimum bare copper equipment
ground conductor attached to the outside of each tray section using UL Listed
bolted bronze or brass ground clamp and bond to the ground grid system.
Equipment ground conductor shall be bonded to the grounding electrode
system.
8. Power cables shall be placed in cable trays in accordance with the NEC.
9. Cables shall be arranged in trays for minimum cross-over for entry or exit.
10. Provide cable tray barrier between power and control cables, if not in
separate cable trays.
11. Provide cable tray barrier between control and instrument cable in the same
cable tray.
Project No. RR8744 26 05 33-14 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.06 RACEWAY NUMBERING
A. Each new and reused conduit shall be provided with a number tag at each end and in
each handhole or pull box.
3.07 REQUIRED RACEWAY
A. General:
1. Raceway sizes are as shown on the Drawings. Raceways inside the scale
house and temporary scale booths shall be sized by the contractor for the
cables and wires selected by the Contractor and required by the Panel
Schedule and data and communication Drawings to meet NEC requirements.
2. Those raceways mounted on the exterior of the Scale House and scale
booths shall be sized by the Contractor.
3. All raceways for temporary power circuits and temporary
data/communication circuits shall be sized by the Contractor.
B. Unscheduled Raceway:
1. With the exception of lighting, communication, paging, fire alarm, security,
and receptacle circuits, the type and size of raceway shall be as specified on
the Drawings or this Section.
2. Unscheduled lighting and receptacle raceways shall be sized by the
Contractor in accordance with the NEC. Minimum size shall be 3/4 inch for
exposed and 1 inch for embedded or underground raceway.
3. The number and size of communication, paging, fire alarm, and security
raceways shall be as required for the particular equipment provided subject
to the minimum sizes specified herein.
C. RACESPEC Sheets
1. The following RACESPECS are included in this Section:
NCRTS Scale Replacement 26 05 33-15 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
Raceway Type Description Notes
EMT Electrical Metallic Tubing
FLEX Flexible Steel Conduit
GRS Galvanized Rigid Steel Conduit
LFS Liquidtight Flexible Steel Conduit
PVC4 Rigid Nonmetallic Conduit
PVC8 Rigid Nonmetallic Conduit, Extra heavy wall
TRAY Aluminum Ladder Cable Tray
WW Wireway and Auxiliary Gutter
Project No. RR8744 26 05 33-16 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC)
Raceway Identification: EMT
Description: Electrical Metallic Tubing
Compliance: ANSI and UL
Finish: Electro-galvanized steel
Minimum size: 3/4 inch
Fittings: Compression type only. Screw fitting are not allowed.
Fittings inside concrete block (CMU) walls: Concrete-tight.
Boxes: Electro-galvanized sheet steel.
NEMA Class 1 stamped or form-bent steel with screw covers.
Installation: Shall only be used inside the scale house and temporary
scale booths. EMT shall not be used outdoors.
NCRTS Scale Replacement 26 05 33-17 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.08 RACEWAY SPECIFICATION SHEETS (RACESPEC) – FLEX
A. Raceway Identification:
1. FLEX
B. Description:
1. Flexible Steel Conduit
C. Application:
1. Final connection to equipment subject to vibration or adjustment.
D. Compliance:
1. UL 1
E. Construction:
1. Spirally wound galvanized steel strip with successive convolutions securely
interlocked.
F. Minimum size:
1. 1/2 inch
G. Fittings:
1. Compression type
H. Other:
1. FLEX shall be provided with an internal ground wire.
Project No. RR8744 26 05 33-18 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.09 RACEWAY SPECIFICATION SHEETS (RACESPEC) – GRS
A. Raceway Identification:
1. GRS
B. Description:
1. Galvanized Rigid Steel Conduit (GRS)
C. Compliance:
1. ANSI and UL
D. Finish:
1. Hot-dip galvanized after fabrication, inside and outside. Smooth finished
surfaces.
E. Manufacturers:
1. Allied Tube and Conduit Corp., Wheatland Tube Co., Or Approved Equal.
F. Minimum size:
1. Unless otherwise specified, 3/4 inch for exposed, 1 inch for embedded,
encased, or otherwise inaccessible.
G. Fittings:
1. Locknuts, Rings, Hubs:
a. Hot-dip galvanized insulated throat with bonding locknut or ring,. The
hubs shall utilize a neoprene "O" ring and provide a watertight
connection. O-Z Gedney, CHM-XXT, Or Approved Equal
2. Unions:
a. Electro-galvanized ferrous alloy type Appleton UNF or UNY, Crouse-
Hinds UNF or UNY, Or Approved Equal. Threadless fittings are not
acceptable.
3. Conduit Bodies:
a. Oversized conduit bodies: Ferrous alloy type with screw taps for
fastening covers to match the conduit system. Gaskets shall be
made of neoprene.
NCRTS Scale Replacement 26 05 33-19 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
H. Boxes:
1. Indoor: Type FD cast ferrous for all device boxes and for junction boxes less
than 6 inches square.
2. Outdoor: Type FD cast ferrous for all device boxes and for junction boxes less
than 6 inches square.
3. Corrosive: NEMA 4X stainless steel or nonmetallic, as specified.
4. Hazardous: NEMA Class 7 cast ferrous.
I. Elbows:
1. 3/4" thru 1-1/2" – Factory fabricated or field bent.
2. 2" thru 6" – Factory fabricated only.
J. Conduit Bodies (Oversized):
1. 3/4" thru 4" – Malleable iron, hot-dip galvanized, unless otherwise noted.
Neoprene gaskets for all access plates. Tapered threads for conduit
entrances.
2. 5" and 6" – Electro-galvanized iron or cast iron box.
K. Expansion Fittings:
1. Expansion fittings in embedded runs shall be watertight with an internal
bonding jumper. The expansion material shall be neoprene allowing for 3/4-
inch movement in any direction.
L. Manufacturers:
1. Appleton, Crouse-Hinds, Hubbell, O. Z. Gedney, Or Approved Equal.
M. Installation:
1. Rigid steel conduit shall be made up tight and with conductive thread
compound. Joints shall be made with standard couplings or threaded unions.
Steel conduit shall be supported away from the structures using hot-dip
galvanized malleable iron straps with nesting backs or framing channel.
2. Conduit entering boxes shall be terminated with a threaded hub with a
grounding bushing.
3. Exposed male threads on rigid steel conduit shall be coated with zinc-rich
paint.
Project No. RR8744 26 05 33-20 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.10 RACEWAY SPECIFICATION SHEETS (RACESPEC) – LFS
A. Raceway Identification:
1. LFS
B. Description:
1. Liquidtight Flexible Steel Conduit
C. Application:
1. Final connection to equipment subject to vibration or adjustment.
D. Compliance:
1. UL 360
E. Construction:
1. Spirally wound galvanized steel strip with successive convolutions securely
interlocked and jacketed with liquidtight plastic cover.
F. Minimum Size:
1. 3/4 inch
G. Fittings:
1. Cadmium-plated malleable iron body and gland nut with cast-in lug, brass
grounding ferrule threaded to engage conduit spiral.
2. O-ring seals around the conduit and box connection and insulated throat.
3. Provide forty-five and ninety degree fittings where applicable.
4. Provide PVC coated flexible conduit and fittings where the conduit system is
PVC coated.
H. Installation:
1. Length of flexible liquidtight conduit shall not exceed 15 times the trade
diameter of the conduit and not exceed 36 inches in length. Use conductive
thread compound.
NCRTS Scale Replacement 26 05 33-21 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.11 RACEWAY SPECIFICATION SHEETS (RACESPEC) – PVC4
A. Raceway Identification:
1. PVC4
B. Description:
1. Rigid Nonmetallic Conduit.
C. Application:
1. Heavy wall thickness for direct bury, concrete encasement or surface
mounting where not subject to physical damage.
D. Compliance:
1. NEMA TC2, UL 651
E. Construction:
1. Schedule 40, high-impact, polyvinylchloride (PVC)
F. Minimum size:
1. 3/4 inch exposed; 1 inch embedded or encased
G. Fittings:
1. PVC solvent weld type
H. Boxes:
1. Indoor: NEMA Class 4, nonmetallic
2. Outdoor and corrosive: NEMA Class 4X, nonmetallic
I. Installation:
1. PVC conduit entering fiberglass boxes or cabinets shall be secured by
threaded bushings on the interior of the box and shall be terminated with a
threaded male terminal adapter having a neoprene O ring.
2. Joints shall be made with standard PVC couplings.
3. PVC conduit shall have bell ends where terminated at walls and boxes.
Project No. RR8744 26 05 33-22 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.12 RACEWAY SPECIFICATION SHEETS (RACESPEC) – PVC8
A. Raceway Identification:
1. PVC8
B. Description:
1. Rigid Nonmetallic Conduit
C. Application:
1. Extra heavy wall thickness for locations including direct bury under roadways
where not exposed to traffic damage and surface mounted in corrosive areas.
D. Compliance:
1. NEMA TC2, UL 651
E. Construction:
1. Schedule 80, high-impact, polyvinylchloride (PVC)
F. Minimum Size:
1. 3/4 inch exposed; 1 inch embedded or encased
G. Fittings:
1. PVC solvent weld type
H. Boxes:
1. Indoor: NEMA Class 4X, nonmetallic
2. Outdoor and corrosive: NEMA Class 4X, nonmetallic
I. Installation:
1. Exposed PVC conduit shall be run on supports spaced:
a. 3 feet apart for conduits up to 1 inch.
b. 5 feet apart for conduits 1-1/4 inches to 2 inches.
c. 6 feet apart for conduits 2 1/2 inches and larger.
d. PVC conduit not provided where damaged by heat.
e. eBell ends where terminated at walls, boxes and electrical cabinets
and control panels.
NCRTS Scale Replacement 26 05 33-23 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
3.13 RACEWAY SPECIFICATION SHEETS (RACESPEC) – TRAY
A. Raceway Identification:
1. TRAY
B. Description:
1. Cable Tray: ladder type with 6†rung separation and 4†side rails.
2. Cable Tray Covers: No
3. Bottom to side rail connections shall be positive mechanical joints to assure lateral
and longitudinal stability.
4. Aluminum:
a. AA-6063-T6.
C. Compliance:
1. NEMA VE-1
D. Loading and Deflection Requirements:
1. The trays shall be designed and constructed to support a uniformly distributed load
when tested as a single span, simple beam:
Class Support Span Feet Working Load (lbs/linear feet)
8A 8 50
8B 8 75
8C 8 100
12A 12 50
12B 12 75
12C 12 100
E. Accessories:
1. Fittings, barriers and covers shall be of the same materials, finish and construction
as the straight tray products.
F. Dimensions:
1. Width and depth shall be as specified or shown.
Width Loading Depth (lbs/linear feet)
(inch) 3†4†5†6â€
6 22 29 36 44
12 44 58 72 88
18 65 87 108 130
Project No. RR8744 26 05 33-24 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
3.14 RACEWAY SPECIFICATION SHEETS (RACESPEC) – WW
A. Raceway Identification:
1. WW
B. Description:
1. Wireway and Auxiliary Gutter: Match the conduit or raceway system specified
and shown on the Drawings.
2. Minimum: Flanged, oil tight type with hinged covers
C. Application:
1. As shown on the Drawings.
D. Compliance:
1. JIC EMP-1
E. Sizes as Shown:
1. 4 inch by 4 inch, 6 inch by 6 inch, 8 inch by 8 inch
F. Finish:
1. Hot-dip galvanized after fabrication, inside and outside. Smooth finished
surfaces.
G. Indoor Non-Corrosive Area:
1. NEMA-1, NEMA-12, NEMA-4 or as shown on the Drawings.
H. Outdoor and Corrosive Area:
1. NEMA-3R, NEMA-4X or as shown on the Drawings.
**END OF SECTION**
NCRTS Scale Replacement 26 05 33-25 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
SECTION 26 05 74
ARC FLASH ANALYSIS, SHORT CIRCUIT STUDY
AND PROTECTIVE DEVICE COORDINATION REPORT
PART 1 GENERAL
1.01 DESCRIPTION
A. General:
1. This Section specifies that the Contractor shall subcontract with an
independent full member NETA Engineering and Study Firm / Testing Firm to
prepare:
a. Electrical equipment short circuit study (SCS) for the new equipment
being installed.
b. Protective device coordination study (PDCS) report for the new
equipment being installed.
c. Arc flash analysis (AFA) and labeling for the new equipment being
installed.
B. The Testing Firm shall be as described in Section 26 08 00 Commissioning of
Electrical Systems and shall also be responsible for the electrical testing described
therein.
C. Scope:
1. The Short Circuit and Protective Device Coordination Report shall include
analysis including Utility Company equipment that affect the installed
equipment’s short circuit ratings, protective device ratings, and protective
device settings.
2. Report shall also include analysis of the equipment’s short circuit ratings,
protective device ratings, and protective device settings affected by the
installed equipment.
3. Report shall include the results of the arc flash hazard analysis study for
energized electrical equipment in accordance with the methods outlined in
IEEE Standard 1584 and stated hereinafter.
4. Work shall include the fabrication of signs with the arc flash hazard study
results and the installation of the signs on the equipment in accordance with
NFPA 70E Table 3-3.9.3 that includes the personnel protective equipment
(PPE) risk category, the energy available, and the clothing recommendation.
NCRTS Scale Replacement 26 05 74-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
IEEE 141 Recommended Practice for Electric Power Distribution for
Industrial Plants
IEEE 242 Recommended Practice for Protection and Coordination
of Industrial and Commercial Power Systems
NETA ATS Acceptance Testing Specifications for Electrical Power
Distribution Equipment and Systems, 1999
NFPA-70 National Electrical Code (NEC)
NFPA-70E Standard for Electrical Safety in the Workplace
1.03 SCHEDULE
A. The report shall be completed, submitted to the Owner’s Representative for
acceptance, and reworked to include the Owner’s Representative comments and
corrections, as required. The report shall be approved by the Owner’s Representative
prior to purchase and fabrication of electrical equipment including manual transfer
equipment.
B. A copy of the Owner’s Representative accepted report shall be sent by the Contractor
to all affected manufacturers prior to fabrication.
1.04 SUBMITTALS
Project No. RR8744 26 05 74-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
A. The report specified in this Section shall be provided in accordance with Section 01
33 00 Sumittal Procedures and Section 26 05 00 Common Work Results for
Electrical.
PART 2 PRODUCTS
2.01 REPORT
A. The product shall be a certified report summarizing the short circuit and coordination
study and conclusions or recommendations which may affect the integrity of the
electric power distribution system. As a minimum, the report shall include the
following:
1. The equipment manufacturer's information used to prepare the study.
2. Power Utility Company system information applicable to the project.
3. Short circuit calculations listing short circuit levels at each service
disconnecting means, manual transfer equipment, and panelboards. Provide
a sketch of the software model bus and use both the project terms and the
software model bus-code-name to identify the bus, branches, sources, and
loads. Base the system on the Project One-Line diagram.
4. Coordination study time-current curves including the instrument transformer
ratios, model numbers of the protective relays, breakers, and the protective
device settings associated with each protective device.
5. Comparison of short circuit duties of each software model bus to the
interrupting capacity of the equipment protecting that node/ bus.
6. Data used as input to the report that includes cable impedances, source
impedances, equipment ratings for the equipment being purchased for the
project, etc.
7. Assumptions made during the study.
PART 3 EXECUTION
3.01 GENERAL
A. Provide a short circuit and coordination study on the electrical power distribution
system as specified and as described in Section 6.1 of NETA ATS. The studies shall
be performed in accordance with IEEE Standards 141 and 242 and shall utilize the
ANSI method of short circuit analysis in accordance with ANSI C37.010.
B. The studies shall be performed using actual equipment data for both existing and
new equipment. The coordination study shall use the data from the same
manufacturer of protective devices as being provided by the Contractor.
NCRTS Scale Replacement 26 05 74-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
C. For new equipment, the Contractor shall provide copies of final reviewed equipment
submittals upon request by the Study Firm.
3.02 QUALIFICATIONS
A. The short circuit and coordination report shall be performed by the Testing Firm as
described in Section 26 08 00 Commissioning of Electrical Systems. The studies
shall be signed by the professional electrical engineer responsible for the studies and
registered to practice engineering in the state in which the project is located.
3.03 SHORT CIRCUIT STUDY
A. The Contractor shall be responsible to obtain and verify all data needed to perform
the study. As a minimum, the short circuit study shall include the following:
1. One-Line Diagram
a. Location and function of each protective device in the system, such
as relays, breakers over 100A, direct-acting trips, fuses, etc.
b. Type designation, current rating, range or adjustment, manufacturer's
style and catalog number for all protective devices.
c. Power, voltage ratings, impedance, primary and secondary
connections of all transformers.
d. Type, manufacturer, and ratio of all instrument transformers
energizing each relay.
e. Nameplate ratings of all motors of 50hp and above and generators
with their subtransient reactances. Transient reactances of
synchronous motors and generators and synchronous reactances of
all generators.
f. Sources of short circuit currents such as utility ties, generators,
synchronous motors, and induction motors.
g. Circuit elements such as transformers, cables, breakers, fuses,
reactors, etc.
h. Back-up power as well as normal switching conditions, as applicable.
i. The time-current setting of existing adjustable relays and direct-acting
trips, as applicable.
B. Impedance Diagram
1. Available MVA, voltage, and impedance from the power utility company.
2. Local generated capacity impedance.
3. Bus impedance.
Project No. RR8744 26 05 74-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
4. Transformer and/or reactor impedances.
5. Cable impedances.
6. Equipment impedances.
7. System voltages.
8. Grounding scheme for the project:
a. Resistance grounding, solid grounding, or no grounding.
C. Calculations
1. Determine the paths and situations where short circuit currents are the
greatest.
2. Study shall address bolted faults and calculate the 3-phase and line-to-
ground short circuits of each case.
3. Calculate the maximum and minimum fault currents.
3.04 ARC FLASH ANALYSIS
A. The Contractor shall be responsible to obtain and verify all data needed to perform
the study. The arc flash analysis study shall include the following IEEE Standard
1584 nine step analysis process:
1. Collect system and installation data.
2. Determine modes of operation.
3. Determine bolted fault current.
4. Determine arc fault current.
5. Determine protective device characteristic and arc fault duration.
6. Document system voltages and equipment class.
7. Select working distances.
8. Calculate incident energy.
9. Calculate the arc flash protection boundary.
3.05 PROTECTIVE DEVICE COORDINATION STUDY
A. As a minimum, the coordination study for the power distribution system shall include
the following on 5-cycle, log-log graph paper:
NCRTS Scale Replacement 26 05 74-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1. Time-current for each protective relay or fuse showing graphically that the
settings will provide protection and selectivity within industry standards. Each
curve shall be identified, and the tap and time dial settings shall be specified.
2. Time-current curves for each device shall be positioned to provide for
maximum selectivity to minimize system disturbances during fault clearing.
Where selectivity cannot be achieved, the Owner’s Representative shall be
notified as to the cause.
3. Time-current curves and points for cable and equipment damage.
4. Circuit interrupting device operating and interrupting times.
5. Indicate maximum fault values on the graph.
6. Sketch of bus and breaker arrangement.
3.06 IMPLEMENTING PDCS SETTINGS AND ARC FLASH SIGN INSTALLATION
A. The Testing Firm shall implement the protective device coordination study settings on
new and existing equipment as required in Section 26 08 00 Commissioning of
Electrical Systems, based on the Engineers accepted Protective Device Coordination
Report specified herein and submit a final amended report of the Record As-Built
electrical equipment protective device settings subsequent to start-up and testing.
B. The Testing Firm shall work with the Contractor and the Study Firm for implementing
the Arc Flash Hazard sign installation requirements for electrical equipment as
specified in NEC Article 110.16 Flash Protection and NFPA 70E.
**END OF SECTION**
Project No. RR8744 26 05 74-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
SECTION 26 08 00
COMMISSIONING OF ELECTRICAL SYSTEMS
PART 1 GENERAL
1.01 DESCRIPTION
A. Scope:
1. The electrical equipment and conductors to be tested are specified herein
and shown on the electrical Drawings of the Contract Documents.
2. The Contractor shall retain an independent InterNational Electrical Testing
Association (NETA) member Engineering and Testing Firm (Testing Firm) for
specified on-site acceptance testing of the project electrical power
distribution system and utilization equipment covered by this Contract.
3. The Testing Firm shall be responsible for the Short Circuit and Protective
Device Coordination Report as specified in Section 26 05 74. The Testing
Firm shall verify the protective device settings are implemented in
accordance with Section 26 05 74. The Testing Firm Work includes the ARC-
Fault equipment labeling Work as specified in Section 26 05 74.
4. Tests performed by the Testing Firm shall be witnessed by the Owner’s
Representative. Provide the Owner’s Representative 30-day advanced notice
for Testing Firm tests. Insulation tests by the Contractor typically will not be
witnessed. Critical equipment witness testing may be requested by the
Owner’s Representative.
5. The manufacturer of the electrical equipment supplied for the project shall
complete their on-site factory inspection, testing, and setup prior to the
Testing Firm’s Acceptance Testing and subsequent Protective Device setting
verification work. The power monitors shall be set up by the factory
representatives and power monitor readings and settings verified by the
Testing Firm. Manufacturer Work is specified in the respective equipment
Sections.
6. The Installation Contractor shall test motors, conductors, and equipment as
specified and shown. Contractor shall provide the labor, tools, material,
including quality power sources required by the Testing Firm equipment, and
other services necessary to provide specified tests and retesting.
7. Submit proposed electrical test procedures for tests to be performed by the
Installing Contractor, other than insulation resistance testing, and proposed
test procedures for tests to be performed by the Testing Firm.
8. Testing shall be accomplished on the new scale house and temporary scale
booths.
NCRTS Scale Replacement 26 08 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
1.02 QUALITY ASSURANCE
A. References
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If
referenced documents have been discontinued by the issuing organization,
references to those documents shall mean the replacement documents
issued or otherwise identified by that organization or, if there are no
replacement documents, the last version of the document before it was
discontinued. Where document dates are given in the following listing,
references to those documents shall mean the specific document version
associated with that date, regardless of whether the document has been
superseded by a version with a later date, discontinued or replaced.
Reference Title
ANSI/NETA ATS International Electrical Testing Association (NETA) - Standard for
Acceptance Testing Specifications for Electrical Power
Equipment and Systems
B. Testing Firm:
1. The Testing Firm and their proposed project team shall possess the following
minimum qualifications:
a. Testing Firm shall be an independent testing organization providing
unbiased testing authority, professionally independent of the
manufacturers, suppliers, and installers of equipment or systems to
be evaluated.
b. Testing Firm shall be regularly engaged in the testing of electrical
equipment, devices, installations, and systems.
c. Testing Firm shall be a “NETA Accredited Company†of the
InterNational Electrical Testing Association (NETA providing testing in
accordance with ANSI/NETA ATS published specifications or the pre-
approved firms that use the NETA methods and published testing
specifications.
d. If firm's own published testing specifications are proposed, then
submit a copy to the Engineer for acceptance and submit the
qualifications of the testing staff.
Project No. RR8744 26 08 00-2 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
e. Testing Firm's lead technical person shall be currently certified by
NETA or the National Institute for Certification in Engineering
Technologies (NICET) in electrical power distribution systems testing.
Submit proof of technical training and certification for performing
testing Work.
f. Testing Firm's technicians shall be regularly employed, qualified
testing staff.
g. Provide documentation demonstrating NETA Accreditation and
compliance with the qualification specified.
1.03 SUBMITTALS
A. Contractor shall submit the following information in accordance with specification
Sections 01 33 00 Submittal Procedures and 26 05 00 Common Work Results for
Electrical
B. Testing Firm Qualifications:
1. For any Testing Firm not pre-qualified per paragraph 1.02 Testing Form,
submit qualifications per paragraph 1.02 Testing Firm Qualifications.
C. Pre-Test Submittals:
1. List of equipment to be tested.
2. Pre-Functional test procedures and testing schedule.
3. Functional test procedures and testing schedule.
D. Post-Test Submittals:
1. Completed Section 01 77 00 Closeout Procedures with forms from this
Section.
a. Wire and Cable Resistance Test Data Form: 26 05 00-A
b. Installed Motor Test Form: 26 05 00-B
2. Test Reports specified in Part 3 of this Section.
PART 2 PRODUCTS
2.01 TESTING EQUIPMENT AND INSTRUMENTS
A. The test equipment, instruments and devices used for testing shall be calibrated to
test equipment standards with references traceable to the National Institute of
Standards and Technology.
NCRTS Scale Replacement 26 08 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
B. The test equipment, instruments and devices shall have current calibration stickers
indicating date of calibration, deviation from standard, name of calibration laboratory
and technician, and date of next recalibration.
PART 3 EXECUTION
3.01 GENERAL
A. The Contractor shall submit a schedule for the Testing Firm Work and notify the
Owner’s Representative 30 days prior to commencement of any witnessed testing.
B. The required tests, including correction of defects where found, and subsequent
retesting, shall be completed prior to energizing electrical distribution system,
utilization systems, and conductors and completed prior to functional testing. The
installation of the breaker settings shall be completed and verified.
3.02 INSTALLATION CONTRACTOR TESTING
A. General:
1. Submit all completed test report forms in a 3-ring binder type notebook at the
project Substantial Completion date.
B. Insulation Resistance Measurements:
1. Tests:
a. Insulation resistance measurements shall be made on conductors
and electrical equipment that will carry current. Where not specified,
the minimum acceptable values of insulation resistance shall be in
accordance with the applicable NETA-ATS, ICEA, NEMA, or ANSI
standards for the equipment or material being tested.
2. The ambient temperature at which insulation resistance is measured shall be
recorded on the test form. A megohmmeter shall be used for insulation
resistance measurements.
3. Refer to specification Section 26 08 00 Commissioning of Electrical Systems
for the test forms required to document the testing performed by the
Installing Contractor.
4. Conductor and Cable Tests:
a. The phase-to-ground insulation resistance shall be measured for
circuits 120 volts and above except lighting circuits. Measurements
may be made with motors and other load equipment connected.
Insulation resistance measurements shall be recorded on Form 26
05 00-A contained in this Section, and submitted. Insulation with
resistance of less than 100 megohms is not acceptable.
Project No. RR8744 26 08 00-4 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
5. Motor Tests:
a. Only 3 phase motors shall be tested.
b. The Installed Motor Test Form, Form 26 05 00-B, contained in this
Section, shall be completed for each motor after installation and
submitted. All motors shall have their insulation resistance measured
before they are connected.
6. Verify that motors are connected to rotate in the correct direction with the
load disconnected. Verification may be accomplished by momentarily
energizing the motor, provided the Contractor confirms that neither the motor
nor the driven equipment will be damaged by reverse operation.
7. Motor running current shall be measured on each phase with the motor
operating under load. Current imbalance shall be less than 5-percent
difference between phases.
C. Power Distribution Equipment:
1. Manual transfer equipment, panelboards, and other power distribution
equipment shall have their insulation resistance measured phase-to-phase
and phase-to-ground. Insulation resistance values less than 10 megohms are
not acceptable.
D. Power Utilization Equipment:
1. Test receptacles and power outlets using a device to verify polarity,
grounding, and the correct wiring connections.
E. Signal and Data Cable Tests:
1. Signal conductors and shield drain shall be tested for insulation resistance
with the other conductors in the cable grounded. Each shield drain conductor
shall be tested for continuity. Insulation resistance measurements shall be
recorded on a cable test form and submitted.
2. Instruments used for continuity measurements shall have a resolution of 0.1
ohms and an accuracy of better than 0.1 percent of reading plus 0.3 ohms. A
500-volt or 1000-volt meg-ohmmeter shall be used for insulation resistance
measurements as appropriate.
F. Pre-Functional Checkout:
1. Prior to energizing equipment, the Contractor shall perform a pre-functional
checkout of the power, traffic loop control circuits, and data/communication
circuits and cables. Protective devices shall be installed and available for
service and calibrated or adjusted with specified set points installed.
Contractor selected initial set points shall be installed and recorded, when
specified set points are not required from the manufacturer or the Engineer.
NCRTS Scale Replacement 26 08 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
2. Contractor shall submit a description of proposed test and checkout
procedures conforming to the following requirements, including a schedule
for conducting these procedures, not less than 30 days prior to the
performance of pre-functional testing.
G. Functional Testing:
1. Contractor shall submit a description of proposed functional test and
checkout procedures conforming to the following requirements, including a
schedule for conducting these procedures, not less than 30 days prior to the
performance of functional testing.
2. Prior to functional testing, all protective devices shall be adjusted and made
operative. Prior to energization of associated equipment, perform a functional
checkout of all electrical and communication circuits as specified in the
following and in Division 27 and Division 28. Checkout shall consist of
energizing each control circuit and operating each control, alarm, safety
device, and each interlock, in turn, to verify that the specified action occurs.
3. Record and submit data sheets as specified. Coordinate testing with the
requirements specified in ANSI/NETA ATS.
3.03 TESTING FIRM ACCEPTANCE TESTING REQUIREMENTS
A. Acceptance Test Reports:
1. The Contractor shall maintain a written record of all inspection and test
results and, upon completion of the project, shall assemble and certify a final
test report
2. A copy of the preliminary test results shall be provided to the Owner’s
Representative at the end of each day of testing.
3. Furnish two copies of the complete acceptance testing final report to the
Owner’s Representative at Substantial Completion of the project.
B. Acceptance Test Documentation: The Contractor shall submit test documentation
forms and a detailed description of the proposed inspection and test procedures to
be performed by the Testing Firm. Testing shall not commence until the Owner’s
Representative has approved the proposed forms and procedures.
C. The description shall identify the test equipment required for each specified test to
be performed. Test report forms shall include the following information:
1. Electrical equipment description.
2. Electrical equipment identification number.
3. Electrical equipment nameplate data.
4. Electrical equipment settings.
Project No. RR8744 26 08 00-6 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
5. Time and date of test.
6. Ambient conditions at time of test.
7. Inspection checklist and results.
8. Test results.
9. Test equipment used with manufacture, model number, and calibration date.
10. Remarks about test procedures, results, and suggestions.
11. Name and signature of testing personnel.
12. Name and signature of test witness.
D. Acceptance Testing Firm Tests:
1. Acceptance testing procedures and test results shall be as specified in
ANSI/NETA ATS. The following types of equipment and systems shall be
inspected and tested by the Testing Firm. Acceptance testing Work shall not
be limited to equipment shown on the Drawings. Refer to Division 26
specification for the electrical equipment specified.
a. Refer to the electrical Drawings for location and identification of the
electrical distribution system equipment, utilization equipment, and
electrical conductors, included but not limited to:
1) Cables Low-Voltage 600 Volt Maximum.
2) Circuit Breakers Low-Voltage, 100A frame and larger.
3) Grounding Systems include installed grounding systems and
existing grounding systems that are being utilized.
4) Manual Transfer Switched (MTS).
3.04 ACCEPTANCE TEST VALUES
A. Minimum acceptable test values shall be as specified in ANSI/NETA ATS. Where
acceptance test values are not specified, the equipment manufacturer’s
recommended test values shall be used. Where acceptance test values are not
specified and the equipment manufacturers recommended test values are not
available, request acceptance test values from the Owner’s Representative.
3.05 ACCEPTANCE TEST FINAL REPORT
A. Test report shall be assembled as described in ANSI/NETA ATS. Test results shall be
organized by electrical distribution system equipment, project utilization equipment,
and electrical conductors with individual tab dividers with labels to identify each
group of items and cross-referenced to the Contract Documents. The equipment
description, equipment number, and equipment tag number shall be used as shown
on the Drawings or listed in specifications.
NCRTS Scale Replacement 26 08 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
B. Final Test Reports that are illogically assembled, labeled, and organized shall be
returned for rework at no cost to the Owner and resubmitted in an acceptable format.
C. Deficiencies and non-compliant test results found during acceptance testing shall be
identified in the test report and cover letter. The Testing Firm shall certify in the final
test report that all deficiencies and non-compliant test results listed have been
“corrected†and shall include a description of the resolution for each problem listed.
3.06 PROTECTIVE DEVICE FIELD SETTINGS
A. The Testing Firm shall verify, and certify in the acceptance test final report, that the
protective device coordination study settings for new and existing equipment based
on Section 26 05 74 Arc Flash Analysis Short Circuit Study have been implemented
and recorded on the Testing Firm’s Data Sheets.
3.07 ARC FLASH STUDY RESULTS
A. The Testing Firm shall provide and install labels on the project electrical equipment
for personnel protective clothing requirements as specified in Section 26 05 74.
3.08 TEST FORMS
A. The following test forms shall be used where identified in the specifications.
Project No. RR8744 26 08 00-8 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
26 05 00-A. WIRE AND CABLE RESISTANCE TEST DATA FORM
Wire or Cable No.: Temperature, oF:
Location of Test /Circuit Insulation resistance,
megohms
1.
2.
3.
4.
5.
6.
7.
.
CERTIFIED Date
Contractor's Representative
WITNESSED Date
Owner's Representative
NCRTS Scale Replacement 26 08 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
26 05 00-B. INSTALLED MOTOR TEST DATA FORM
Motor Equipment Number: Date of test:
Equipment Driven:
MCC Location:
Ambient temp oF
Resistance:
Insulation resistance phase-to-ground megohms:
Phase A Phase B Phase C
Current at Full Load:
Phase Current, amps
Phase Current, amps
Phase Current, amps
Thermal Overload Device: Manufacturer/catalog # Amperes
Circuit breaker (MCP) setting:
Motor Nameplate Markings:
Mfr Mfr Model Frame HP
Volts Phase RPM Service factor**
Amps Freq Ambient temp rating ºC
Time rating Design letter**
(NEMA 1-10.35) (NEMA MG-1.16)
Code letter Insulation class
**Required for 3-phase squirrel cage induction motors only.
CERTIFIED Date
Contractor's Representative
WITNESSED Date
Owner's Representative
Project No. RR8744 26 08 00-10 NCRTS Scale Replacement
5/29/2015 10:30 AM Bid Set May 2015
26 05 00-K. MANUAL TRANSFER SWITCH TEST FORM
Equipment Number:
Location:
Date:
1. Perform an insulation resistance test (1000 volts DC for 1 minute):
Phase A B C
Pole to ground megohms
Pole to pole AB BC CA megohms
2. Perform the following operations and initial:
a. Manual transfer to back up power ____________________
b. Manual transfer to utility power ____________________
c.
The results shall be recorded and signed. A copy shall be given to the Owner’s Representative in
accordance with paragraph 26 05 00-2.06 Product Data.
CERTIFIED Date
Contractor's Representative
WITNESSED Date
Owner's Representative
**END OF SECTION**
NCRTS Scale Replacement 26 08 00-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:30 AM
SECTION 26 21 16
LOW-VOLTAGE UNDERGROUND ELECTRICAL SERVICE ENTRANCE
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section specifies indoor and outdoor rated, 208Vac, 3-phase, four-wire,
equipment Suitable for Use as Service entrance Equipment (SUSE) along with
SnoPUD power utility metering equipment as shown on the Drawings.
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
ANSI/IEEE Definitions and Requirements for 600 Volt Air Switches,
Insulators, and Bus Supports
ANSI C37.46 Specifications for Power Fuses and Fused Disconnecting
ANSI C37.47 Specifications for Distribution Fuse Disconnecting Switches,
Fuse Supports, and Current-Limiting Fuses
NEMA PB 2 Deadfront Distribution Switchboards
UL 489 Underwriters Laboratory – Molded-Case Circuit Breakers,
Molded-Case Switches, and Circuit-Breaker Enclosures
UL 891 Underwriters Laboratory - Deadfront Switchboards
UL 943 Underwriters Laboratory – Ground-Fault Circuit-Interrupters
UL 977 Underwriters Laboratory – Fused Power-Circuit Devices
NCRTS Scale Replacement 26 21 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
Reference Title
UL 1066 Underwriters Laboratory – Low Voltage AC and DC Breakers
used in Enclosures
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. See Section 26 05
00.
1.03 SUBMITTALS
A. The following information shall be submitted in accordance with Sections 01 33 00
Submittal Procedures and 26 05 00 Common Work Results for Electrical. The
submittal shall contain a cover sheet, indexed by item, and cross-referenced to the
appropriate specification paragraph, and be organized in the following order:
1. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with
each paragraph check-marked to indicate specification compliance or
marked to indicate requested deviations from specification requirements. A
check mark () shall denote full compliance with a paragraph as a whole. If
deviations from the specifications are indicated, and therefore requested by
the Contractor, each deviation shall be underlined and denoted by a number
in the margin to the right of the identified paragraph, referenced to a detailed
written explanation of the reasons for requesting the deviation. The Owner’s
Representative shall be the final authority for determining acceptability of
requested deviations. The remaining portions of the paragraph not
underlined will signify compliance on the part of the Contractor with the
specifications. Failure to include a copy of the marked-up specification
Sections, along with justification(s) for any requested deviations to the
specification requirements, with the submittal shall be sufficient cause for
rejection of the entire submittal with no further consideration.
2. A copy of the contract document single line diagrams and plan drawing
showing SUSE locations and the meter location with addendum updates that
apply to the equipment in this Section, marked to show specific changes
necessary for the equipment proposed in the submittal. If no changes are
required, the Drawing shall be marked "no changes required". Failure to
include copies of the relevant Drawings with the submittal shall be cause for
rejection of the entire submittal with no further review.
3. Layout drawings indicating arrangement, dimensions, cable entries, and
weights.
4. Manufacturer's product and catalog data for the meter, socket, the meter
enclosure, the SUSE breakers, and the breaker enclosures indicating
equipment specifications and features including NEMA ratings, interrupting,
withstand, and continuous current ratings of all relevant equipment and
Project No. RR8744 26 21 16-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
components. Catalog data shall be edited or “arrowhead†to indicate only the
models and options to be provided as part of this specification.
B. The metering submittal information shall also be submitted to Power Utility Metering
Department for their approval.
C. After Power Utility approval, submit one approved copy with Utility comments to the
Owner’s Representative.
1.04 PROJECT / SITE CONDITIONS
A. The equipment shall be designed and manufactured to meet the specified
requirements of Sections 26 05 00 Common Work Results for Electrical and 01 73
23 for environmental and seismic conditions.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. The Owner and Owner’s Representative believe the following candidate
manufacturers are capable of producing equipment and/or products that will satisfy
the requirements of this Section. This statement, however, shall not be construed as
an endorsement of a particular manufacturer’s products, nor shall it be construed
that named manufacturers’ standard equipment or products will comply with the
requirements of this Section. Candidate manufacturers include:
1. Eaton Cutler-Hammer
2. Square D
3. Siemens
4. Or Approved Equal
2.02 SERVICE EQUIPMENT
A. General:
1. Coordinate with Power Utility for the correct meter and meter socket, test
devices, and other items installed in the metering pedestal. Refer to
SnoPUD’s Electric Service Requirements, latest edition.
2. Equipment and materials shall be new and free from defects.
3. Continuous Current Ratings: As shown on the Drawings.
4. Provide an identification plate with one-half-inch high letters mounted to the
breaker enclosure identifying the building/structure served at the Service
Entrance breaker located at the service meter and at the building disconnect
located within the Scale House Electrical Room.
NCRTS Scale Replacement 26 21 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
5. Service entrance disconnecting means located at the service meter shall
state:
SCALE HOUSE UTILITY SERVICE
DISCONNECTING MEANS
NEUTRAL BONDED HERE
6. Building disconnecting means located in Scale House shall state:
SCALE HOUSE BUILDING
DISCONNECTING MEANS
NEUTRAL FLOATING HERE
B. Power Disconnect - Circuit Breaker Type:
1. The circuit breaker shall include a solid state tripping device with adjustable
solid-state trip settings with sizes as indicated. The circuit breaker settings
shall be confirmed with a protective device coordination study provided in
Section 26 08 00.
a. General:
1) Circuit breakers shall be stored energy type mechanism to
provide quick-make, quick-break, trip-free operation:
b. Circuit breakers shall provide manual switching operation by means
of a low-torque handle or pushbutton on the front of the unit.
Automatic operation during overload and short circuit conditions shall
be provided by solid state tripping devices located in the circuit
breaker frame as specified on the Drawings.
c. Circuit breakers shall be front accessible, stationary, individually
mounted, and shall have short circuit capabilities equal to or greater
than the system in which they are installed. Unless otherwise noted,
circuit breakers shall have a minimum interrupting current of 22,000
amperes symmetrical RMS at 208 Vac.
d. Static Tripping Devices:
1) Solid state static tripping devices shall consist of current
sensors, logic assembly, and magnetic latch release. Tripping
devices shall be automatic and self-contained within the
breaker frame and shall not require any external relaying or
power supplies.
e. Tripping functions shall be field adjustable and contain the following
tripping characteristics:
1) Overload tripping:
a) Adjustable ampere setting
b) Adjustable long-time delay
Project No. RR8744 26 21 16-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
2) Short circuit tripping:
a) Adjustable short-time pickup
b) Adjustable short-time delay
c) Adjustable instantaneous pickup
2. The SUSE shall consist of the following:
a. Enclosure 1:
1) Enclosure 1A shall be a power utility metering socket and
meter that meets the SUSE SnoPUD standards in an outdoor
NEMA-4X, stainless steel enclosure. The enclosure shall have
a viewing window positioned to read the meter. The cabinet
shall be capable of being locked.
2) Enclosure 1B shall be the adjacent molded-case SUSE circuit
breaker with a solid state tripping device with adjustable
solid-state trip settings sized in accordance with the
Drawings. The enclosure shall be an outdoor NEMA-4X,
stainless steel enclosure that is capable of being locked.
b. Enclosure 2:
1) Includes a molded-case SUSE circuit breaker sized in
accordance with the Drawings. The enclosure shall be an
outdoor NEMA-4X, stainless steel enclosure that is capable of
being locked. This enclosure type shall be used for the
generator receptacle service to the Scale House.
c. Enclosure 3:
1) Includes a molded-case SUSE circuit breaker with a solid
state tripping device with adjustable solid-state trip settings
sized in accordance with the Drawings. The enclosure shall be
a NEMA-12, painted steel enclosure. This enclosure type shall
be used for the utility service feeder breaker located inside
the electrical/mechanical room of the new Scale House.
3. Grounding:
a. A ground bus shall be provided in the SUSE enclosures. Provide
ground lugs sized for grounds as shown in the Drawings.
4. Neutral:
a. A neutral bus shall be provided in the SUSE enclosures. Bonding
shall be as shown in the Drawings to meet the NEC.
5. Finish:
NCRTS Scale Replacement 26 21 16-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
a. The finish shall comply with in accordance with this Section and
Section 26 05 00.
6. Nameplates:
a. Nameplates shall be provided in accordance with Section 26 05 00.
2.03 PRODUCT DATA
A. The following product data shall be provided in accordance with Section 01 33 00:
1. Applicable operation and maintenance information shall be provided in the
product submittal, including:
a. As-built Drawings.
b. Final, complete, reviewed submittal information.
c. Manufacturer’s circuit breaker and metering equipment catalog
information.
2. Results of field tests conducted in accordance with paragraph 3.04.
PART 3 EXECUTION
3.01 INSTALLATION AND INSPECTION
A. Coordinate the SUSE conduit installation with the power utility and request their
inspection of the Work prior to covering up the Work.
3.02 PROTECTIVE DEVICE SETTING COORDINATION
A. Refer to Section 26 05 74 Arc Flash Analysis Short Circuit Study and Section 26 08
00 for device setting implementation requirements and Arc Flash labeling
requirements.
3.03 FIELD TESTING
A. The SUSE shall be tested in accordance with Section 26 08 00. Verify breaker setting
and trip functions. Provide written successful test results.
**END OF SECTION**
Project No. RR8744 26 21 16-6 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
SECTION 26 24 16
PANELBOARDS
PART 1 GENERAL
1.01 DESCRIPTION
A. Three phase, four wire 208Y/120 volt, dead front, circuit breaker type panelboard
with current rating of 225-amperes.
B. Provide metal oxide varistor (MOV) surge protective device (SPD) for each panelboard
that indicates the status and condition of the SPD, tested per NEMA LS-1, rated IEEE
C3 Combined Wave of 20kV and 10kA with 200kAIC internal fusing and listed /
labeled per UL 1449.
1.02 QUALITY ASSURANCE
A. References:
1. This section contains references to the following documents. They are a part
of this section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this section as if referenced directly. In the event of conflict
between the requirements of this section and those of the listed documents,
the requirements of this section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
IEEE Institute of Electrical and Electronic Engineers
NEMA National Electrical Manufacturing Association
NFPA 70 National Electrical Code (NEC)
NFPA-70E Standard for Electrical Safety in the Workplace
UL 50 Cabinets and Boxes
UL 67 Underwriters Laboratories, Electric Panelboards
UL 489 Molded-Case Circuit Breakers and Circuit Breaker Enclosures
NCRTS Scale Replacement 26 24 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
Reference Title
UL 1449 Surge Suppression Devices
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
2. When a product is not available with a testing laboratory listing for the
purpose for which it is to serve, the product may be required by the
inspection authority, to undergo inspection at the manufacturer's place of
assembly. All costs and expenses incurred for such inspections or special
labeling shall be included in the original contract price.
1.03 SUBMITTALS
A. The following submittals shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results for Electrical:
B. A copy of this specification section, with addendum updates included, and all
referenced and applicable sections, with addendum updates included, with each
paragraph check-marked to indicate specification compliance or marked to indicate
requested deviations from specification requirements.
C. A check mark () shall denote full compliance with a paragraph as a whole. If
deviations from the specifications are indicated, and therefore requested by the
Contractor, each deviation shall be underlined and denoted by a number in the
margin to the right of the identified paragraph, referenced to a detailed written
explanation of the reasons for requesting the deviation. The Owner’s Representative
shall be the final authority for determining acceptability of requested deviations. The
remaining portions of the paragraph not underlined will signify compliance on the
part of the Contractor with the specifications. Failure to include a copy of the
marked-up specification sections, along with justification(s) for any requested
deviations to the specification requirements, with the submittal shall be sufficient
cause for rejection of the entire submittal with no further consideration.
D. Arrangement drawings of the panelboard indicating breaker arrangement and
dimensions.
E. List of materials and components shall accompany the arrangement drawing.
F. Breaker list.
Project No. RR8744 26 24 16-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
G. Manufacturers’ data marked to indicate momentary, interrupting, and continuous
current ratings.
H. Field test report.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. The Owner and Owner’s Representative believe the following candidate
manufacturers are capable of producing equipment and/or products that will satisfy
the requirements of this Section. This statement, however, shall not be construed as
an endorsement of a particular manufacturer’s products, nor shall it be construed
that named manufacturers’ standard equipment or products will comply with the
requirements of this Section. Candidate manufacturers include:
1. Eaton / Cutler-Hammer:
a. PRL1a and PRL3a
2. General Electric:
a. AQ and AD
3. Siemens:
a. S1, SE, and S3
4. Square D:
a. NQOD and NF
5. Or Approved Equal
2.02 ARRANGEMENT AND CONSTRUCTION
A. The front of the panel shall have concealed trim clamps and hinges. The locks shall
be flush with cylinder tumbler-type with spring loaded door pulls. The fronts shall not
be removable with doors in the locked position. Panelboard locks shall be keyed
alike. Provide two sets of keys.
B. Gutter space shall be provided on all sides of the breaker assembly to neatly connect
and arrange incoming wiring.
C. Panelboard shall be composed of individually mounted circuit breakers designed to
be removable without disturbing other breakers.
D. A directory holder with clear plastic plate and metal frame shall be mounted on the
inside of the door.
NCRTS Scale Replacement 26 24 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
E. The surge protective device shall be mounted on the exterior of the panel at a
location that provides the least length of circuit conductors.
F. The panel shall be wall mounted on galvanized channel.
2.03 BUS
A. Bus shall be tin-plated copper and shall have current ratings as shown on the
panelboard schedules, sized in accordance with UL 67. Ratings shall be determined
by temperature rise test.
B. The minimum bus size shall be 225 amperes. Panel fault withstand rating shall be as
indicated on the schedule. The interrupting rating of the smallest circuit breaker shall
match the panel. Series rating of circuit breakers and panel is prohibited.
C. Panelboards shall be provided with a separate ground bus and with a full capacity
neutral bus. The neutral bus shall be mounted on insulated stand-offs.
2.04 CIRCUIT BREAKERS
A. Circuit breakers shall be molded-case type provided for the current ratings and pole
configurations specified on the panelboard schedule. Circuit breakers shall be bolt-on
type. Circuit breakers shall be listed in accordance with UL 489 for the service
specified. Load terminals of circuit breakers shall be solderless connectors.
B. Circuit breakers rated 120/208 volt and 120/240 volt alternating current shall have
a minimum interrupting current rating of 25,000 amperes symmetrical at 240 volt
AC.
C. Provide circuit breakers with special features such as ground fault interrupting (GFI),
heating air conditioning and refrigeration (HACR) rating, or locking capability as
shown on the Drawings or Schedules.
2.05 FINISH
A. Panelboard cabinet shall be fabricated from hot-dip galvanized steel in accordance
with UL 50. Panelboard fronts shall have a gray, baked enamel finish.
2.06 NAMEPLATES
A. Nameplates shall be provided in accordance with the requirements of Section 26 05
00.
2.07 PRODUCT DATA
A. The following information shall be provided in accordance with Section 01 33 00:
1. Manufacturer's certification that bus bracing is capable of withstanding the
specified short circuit condition.
2. Operation and maintenance information as specified in Section 01 78 23.
Project No. RR8744 26 24 16-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
3. Quantity and rating of circuit breakers provided with each panelboard.
PART 3 EXECUTION
3.01 GENERAL
A. The Contractor shall type in the circuit description on the circuit directory as shown
on the final record drawings or panelboard schedule.
B. Provide “Circuit Directory and Circuit Identification†in accordance with NEC 408.4.
Each circuit shall be of sufficient detail to allow each circuit to be distinguished from
other circuits. Circuit identification shall include load location and provide equipment
or instrument Tag Number and Tag Description, where shown on the drawings.
3.02 TESTING
A. Panelboards shall be tested for proper operation and function in accordance with
Section 26 08 00 Commissioning of Electrical Systems.
**END OF SECTION**
NCRTS Scale Replacement 26 24 16-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
SECTION 26 27 26
WIRING DEVICES
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section specifies wiring devices consisting of receptacles, plugs, switches, and
appurtenances.
1.02 QUALITY ASSURANCES
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
NEMA 250 Enclosures for Electrical Equipment (1000 volts maximum)
NEMA WD-1 General Requirements for Wiring Devices
NFPA 70 National Electrical Code (NEC)
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
NCRTS Scale Replacement 26 27 26-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
1.03 SUBMITTALS
A. The following information shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results for Electrical:
1. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with
each paragraph check-marked to indicate specification compliance or
marked to indicate requested deviations from specification requirements.
2. A check mark () shall denote full compliance with a paragraph as a whole.
If deviations from the specifications are indicated, and therefore requested
by the Contractor, each deviation shall be underlined and denoted by a
number in the margin to the right of the identified paragraph, referenced to a
detailed written explanation of the reasons for requesting the deviation. The
Owner’s Representative shall be the final authority for determining
acceptability of requested deviations. The remaining portions of the
paragraph not underlined will signify compliance on the part of the Contractor
with the specifications. Failure to include a copy of the marked-up
specification Sections, along with justification(s) for any requested deviations
to the specification requirements, with the submittal shall be sufficient cause
for rejection of the entire submittal with no further consideration.
3. Manufacturer's descriptive literature for materials proposed under this
Section.
PART 2 PRODUCTS
2.01 GENERAL
A. Wiring devices shall be UL approved for the current and voltage specified and shall
comply with NEMA WD-1. Devices shall contain provisions for back wiring and side
wiring with captive binding screws.
B. Provide devices colored to conform to manufacturer’s or industry standard for special
use such as orange for isolated ground receptacles, blue for surge suppression
receptacles, and red for emergency power receptacles. Unless shown otherwise on
the Drawings or Schedules, normal use devices shall be brown, except those located
in finished areas shall be ivory.
2.02 RECEPTACLES AND PLUGS
A. General:
1. Receptacles shall be grounding type.
Project No. RR8744 26 27 26-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
B. 120V Receptacles:
1. Indoor, Clean Areas:
a. Unless shown otherwise on the Drawings or Schedules, receptacles
shall be duplex 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P
and 5-20P plugs. Where the manufacturer of cord connected
equipment requires and isolated ground, a receptacle with isolated
ground shall be provided.
1) Manufacturers: Hubbell 5362 Or Approved Equal.
2. Outdoor, Process or Corrosive Areas:
a. Receptacle shall be duplex, 20 ampere, NEMA 5-20R, and shall
accept NEMA 5-15P and 5-20P plugs. Receptacle and plug shall be
corrosion resistant, marine duty with metal in-use lift covers.
1) Manufacturers: Hubbell HBL53CM62, 15W33, Or Approved
Equal.
C. 250V Receptacles:
1. Receptacles shall be duplex 15 amp, NEMA 6-15R, and shall accept
NEMA 6-15P plug caps. Receptacles shall be Hubbell 5662, Arrow
Hart 5662, Or Approved Equal. Plug caps shall be Hubbell 5666c, Arrow-Hart
6866, Or Approved Equal.
D. Plug Caps:
1. Male plug caps for 120 volt and 250 volt receptacles shall be of the cord grip
armored type with heavy phenolic housing, of the same manufacture as the
receptacle. Plug caps shall be rated 15 amps. One plug cap shall be provided
for every four receptacles furnished, with a minimum of two plug caps being
provided. Plug caps shall be delivered to the Owner’s Representative.
E. Three Phase Receptacles and Plugs:
1. Poratabler generator receptacle shall be suitable for 208 volt, 3-phase, 4
pole, 5-wire service, including the required ground wire. Ampere ratings as
specified. Receptacles and plugs shall be designed so that the grounding
pole is permanently connected to the housing. The grounding pole shall make
contact before the line poles are engaged when the plug is connected to the
receptacle housing. The plug sleeve shall also make contact with the
receptacle housing before the line and load poles make contact. Receptacles
shall be provided complete with cast back box, angle adapter, gaskets, and a
gasketed screw-type, weathertight cap with chain fastener. Each receptacle
shall be provided with one plug.
2. Manufacturers:
NCRTS Scale Replacement 26 27 26-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
a. Hubbell 2811, L21-30p 30Amp 120/208 volt 3 phase twistlock, 4
pole, 5 wire.
F. Receptacles for Hazardous Areas:
1. Not Used
2.03 SWITCHES
A. General Purpose (Indoor, Clean Areas):
1. General purpose switches shall be quiet AC type, specification grade, back
and side wired, and shall be provided in accordance with rated capacities as
required or as indicated on Drawings or Schedules. Switches shall match
receptacles in color.
2. Manufacturers:
a. General Electric, Hubbell, or Owner’s Representative accepted
substitute , as follows:
15A, 120-277V 20A, 120-277V
G.E. Co. Hubbell G.E. Co. Hubbell
Single: PS 15AC1 HBL1201 PS 20AC1 HBL1221
Three-way:z PS 15AC3 HBL1203 PS 20AC3 HBL1223
Four-way: PS 15AC4 HBL1204 PS 20AC4 HBL1224
SPST momentary: # 7842 -- -- --
Three position center off # 1250 HBL1556 -- HBL1557
momentary:
B. Switches for Hazardous Areas:
1. Not Used
C. Switches for Outdoor and Corrosive Areas:
1. Switches shall be 20-ampere with weatherproof/ corrosion resistant
neoprene plate. Switches shall be mounted in "FS" type copper-free
aluminum or PVC mounting boxes.
2. Manufacturers:
a. Hubbell or Arrow-Hart as follows:
Hubbell with 17CM50 Arrow-Hart with 2881
plate plate
Single pole 1281 2991
Project No. RR8744 26 27 26-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
Hubbell with 17CM50 Arrow-Hart with 2881
plate plate
Double pole 1282 2992
3-way 1283 2993
4-way 1284 2994
D. Foot Switches:
1. Foot switches shall be cast iron with non-skid base pad. SPDT contacts rated
for 20A at 125–250 VAC. Contact positions shall be maintained between
switch operations.
2. Manufacturers:
a. Linemaster Clipper 632-DA, Or Approved Equal.
E. Selector Switches:
Selector switches shall be heavy-duty with NEMA rating to match enclosure type.
Selector switches shall have maintained position contacts. Switches shall be
provided with contact blocks and number of positions as required performing the
specified or indicated operations.
The escutcheon legend shall be as specified on the drawings. Provide:
1. UL Listed.
2. Dielectric Strength: 1300 Volts for one minute for Logic Reed contacts, 2200
Volts for one minute for other contacts.
3. 30.5mm mounting hole.
4. Temperature operating range –10 degree C. to +55 degree C.
5. Standard knob operator (not lever type nor wing lever type)
6. Number of positions and contact configuration as shown on Drawings.
7. When switching circuits are monitored by programmable controllers or other
solid state circuits, furnish hermetically-sealed, logic-reed type contacts rated
not less than 0.15 amperes at 150 Vac and 0.06 amperes at 30 Vdc.
8. When switching circuits are not monitored by programmable controllers or
other solid state circuits, furnish contacts with NEMA Utilization Category
NCRTS Scale Replacement 26 27 26-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
rating A600 rated not less than 10 amperes continuous and 6 amperes
break at 120 Vac.
Manufacturer: Allen-Bradley 800T/800H series Or Approved Equal.
2.04 DEVICE PLATES
A. Device plates shall be provided with switches. In non-corrosive indoor areas,
receptacle device plates shall be made of sheet steel, zinc electroplated with chrome
finish as manufactured by Crouse-Hinds, Appleton, Or Approved Equal.
B. Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty
type. Device plates for explosion-proof equipment shall be factory provided with the
equipment.
C. Device plates shall be provided with engraved laminated phenolic nameplates with
1/8-inch white characters on black background.
D. Nameplates for switches shall identify panel and circuit number and area served.
Nameplates for receptacles shall identify circuit and voltage if other than 120 volts,
single phase.
2.05 PLUG STRIPS
A. Plug strips shall be manufactured of sheet steel with the receptacles mounted on the
front cover. The front cover shall be removable.
B. Plug strips for office and laboratory areas shall have single 3 wire, 20 ampere
grounding type receptacles mounted along the strip on a single circuit or twin cirucits
as specified.
C. Plug strips for countertops, work bench areas shall have 3 wire, 20 ampere
grounding type duplex receptacles mounted along the strip on the circuits specified.
Sufficient space shall be provided behind the receptacles for the required
No. 12 AWG conductors in accordance with the NEC space rules.
1. Manufacturer of plug strips:
a. Plugmold, Or Approved Equal.
2.06 PRODUCT DATA
A. In accordance with Section 01 33 00, the Contractor shall provide catalog cuts for all
materials provided under this Section.
Project No. RR8744 26 27 26-6 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
PART 3 EXECUTION
3.01 INSTALLATION
A. Boxes shall be independently supported by galvanized brackets, expansion bolts,
toggle bolts, or machine or wood screws as appropriate. Wooden plugs inserted in
masonry or concrete shall not be used as a base to secure boxes, nor shall welding
or brazing be used for attachment.
B. Receptacles and switches installed in sheet steel boxes shall be flush mounted.
Flush mounted receptacles shall be located 18 inches above the floor unless
otherwise indicated. Switch boxes shall be mounted 48 inches above the floor.
Receptacles installed in cast device boxes shall be located 48 inches above the floor.
C. Receptacle boxes installed outdoors shall be metal and have a metal in-use cover.
D. Wiring devices shall be tested for correct connections.
END OF SECTION
NCRTS Scale Replacement 26 27 26-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
SECTION 26 36 13
MANUAL TRANSFER SWITCHES
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section specifies manual-transfer-switches (MTS) rated 600 volts or less for
lighting, HVAC, and motor loads with ratings specified on the Drawings.
1.02 QUALITY ASSURANCE
A. References:
1. This Section contains references to the following documents. They are a part
of this Section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this Section as if referenced directly. In the event of conflict
between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
NEMA ICS 6 Enclosures for Industrial Controls and Systems
NEMA ICS 10-1993 AC Transfer Switch Equipment
NEC Article 702 National Electrical Code: Optional Standby Systems
NFPA 70 National Electrical Code
NFPA 110 Standby Power Systems
UL 508 Industrial Control Equipment
UL 1008 Standard for Manual Transfer Switches
UL 1087 Molded Case Switches
NCRTS Scale Replacement 26 36 13-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
B. Listing, Labeling, and Manufacturing:
1. The MTS shall conform to Underwriters Laboratory’s UL 508 for Industrial
Control Equipment and listed or labeled per UL 1008 and 1087. The MTS
enclosure shall be per NEMA Standards ICS 6 and ICS 10. The MTS shall
conform to NFPA 110 for Emergency and Standby Power System
components.
C. Tests and Certification:
1. The complete MTS shall be factory tested to ensure proper operation of the
individual components are in compliance with the specification requirements.
1.03 SUBMITTALS
A. The following submittals shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results for Electrical.
B. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with each
paragraph check-marked to indicate specification compliance or marked to indicate
requested deviations from specification requirements.
C. A check mark () shall denote full compliance with a paragraph as a whole. If
deviations from the specifications are indicated, and therefore requested by the
Contractor, each deviation shall be underlined and denoted by a number in the
margin to the right of the identified paragraph, referenced to a detailed written
explanation of the reasons for requesting the deviation. The Owner’s Representative
shall be the final authority for determining acceptability of requested deviations. The
remaining portions of the paragraph not underlined will signify compliance on the
part of the Contractor with the specifications. Failure to include a copy of the
marked-up specification Sections, along with justification(s) for any requested
deviations to the specification requirements, with the submittal shall be sufficient
cause for rejection of the entire submittal with no further consideration.
D. Arrangement drawings of the transfer switch enclosure indicating the front door and
rear panel equipment arrangement and dimensions.
E. List of materials and components shall accompany the arrangement drawing.
F. Elementary and internal connection diagrams.
G. Manufacturers’ data marked to indicate momentary, interrupting, and continuous
current ratings.
H. Power Monitor attributes including current and potential transformers.
I. Field test report.
Project No. RR8744 26 36 13-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. The Owner and Owner’s Representative believe the following candidate
manufacturers are capable of producing equipment and/or products that will satisfy
the requirements of this Section.
B. This statement, however, shall not be construed as an endorsement of a particular
manufacturer’s products, nor shall it be construed that named manufacturers’
standard equipment or products will comply with the requirements of this Section.
C. Candidate manufacturers include:
1. Emerson (ASCO),
2. Cummins,
3. Caterpillar,
4. GE-Zenith,
5. OR Approved Equal.
2.02 RATING
A. The voltage, current, and number of poles shall be as specified and shown.
B. The MTS shall be rated 600 Vac or less and rated to close onto and withstand a fault
of 22,000 symmetrical amperes. The MTS shall be labeled with ratings. Series rating
components are not acceptable. Provide full-rated copper neutral bus.
C. Withstand and Closing Ratings: The MTS shall be rated to close on and withstand the
available RMS symmetrical short circuit current at the MTS terminals with the type of
overcurrent protection shown on the plans.
D. Provide the following MTS withstand and closing ratings for circuit breakers systems:
MTS Current Withstand & Closing With Current Limiting
Rating Rating MCCB Fuses
30 – 200 22,000A 200,000
225 – 400 42,000A 200,000
600 – 1200 65,000A 200,000
1600 – 2000 85,000A 200,000
2600 – 3000 100,000A 200,000
NCRTS Scale Replacement 26 36 13-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
2.03 FACTORY TESTS
A. The MTS shall be factory tested to ensure proper operation.
2.04 MONITORING
A. General:
1. Provide a power monitor flush mounted on face of the door of the MTS.
2. The power monitor shall monitor load connections.
B. Configuration:
1. Direct reading metered or calculated values. Meter shall direct display all
parameters on the front panel display in user programmable groups, using
plain language labels.
2. Allow the user to change parameter labels.
3. Allow the user to remove and replace the display panel without removing the
instrument from the equipment in which it is mounted
4. Microprocessor based.
5. Integral LED or LCD display.
6. Current and potential transformers as required.
7. Integral fusing.
8. Supply voltage: 120 Vac.
9. Operating temperature: 0 DegF to 150 DegF.
10. Standards: ANSI C12.20 and UL 508.
11. Power monitor shall be a Schneider Electric PowerLogic power monitor ION
7330; Or Approved Equal.
C. Meter:
1. Display the following minimum electrical parameters (accuracy):
a. RMS current per phase (+0.3 percent full scale).
b. RMS voltage line-to-line and line-to-neutral (+0.3 percent full scale).
c. Real power (W): 3 PH total (+0.6 percent full scale).
d. Apparent power (VA): 3 PH total (+0.6 percent full scale).
Project No. RR8744 26 36 13-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
e. Reactive power (VAR): 3 PH total (+0.6 percent full scale).
f. Power factor (+1.0 percent).
g. Frequency (+0.17 percent).
h. Percent current total harmonic distortion (31st).
i. Percent voltage total harmonic distortion (31st).
j. Maximum and minimum recorded values
k. Real Power Demand
D. Transformers:
1. Current Transformer (CT):
a. Standards: IEEE C57.13.
b. Current ratios: As indicated on the Drawings.
c. Window type current transformers shall be accessible from front of
cubicle to permit changing or adding, without disconnecting bus
joints.
d. Minimum ASNI metering accuracy class of 0.3 thru B-0.5.
e. Mount and brace to withstand mechanical stresses resulting from
short circuit currents.
2. Potential Transformers (PT):
a. Standard: IEEE C57.13.
b. Voltage ratio: As required.
c. Primary current-limiting fuses.
d. Secondary fuses.
e. Accuracy class: 0.3 at burden W thru Z and 0.6 at burden ZZ.
f. Thermal burden rating: Exceed maximum connected burden.
2.05 TERMINATIONS
A. The proposed arrangement of cable interface is for power cable top entry and bottom
exit. The Contractor shall layout his Work verifying MTS location, cable penetrations,
equipment access including door swing, and required NEC working clearances prior
to equipment ordering the MTS.
NCRTS Scale Replacement 26 36 13-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
B. Provide oversized termination lugs as required for the size and quantity of conductors
shown. Provide copper bus, terminations, and connections.
C. Standard switch configuration:
1. Normal power source lugs:
a. Top
2. Power load lugs:
a. Bottom
3. Normal power source lugs:
a. Top
D. Provide ground bus and connection lugs.
2.06 ENCLOSURE
A. The enclosure shall be wall mounted and shall be a NEMA 12 dust-tight enclosure
intended for indoor use primarily to provide protection against circulating dust, falling
dirt, and dripping non-corrosive liquids.
B. The enclosure painted finish shall be Manufactures Standard.
2.07 NAMEPLATES
A. The switch shall be identified as indicated on the Drawings and nameplates shall be
provided in accordance with the requirements of Section 26 05 00.
2.08 PRODUCT DATA
A. The following information shall be provided in accordance with Section 01 33 00:
1. Operating and maintenance information including product data specified in
Section 01 78 23.
2. Finaled reviewed submittal, record Drawings, MTS factory and field test
included in the O&M data.
PART 3 EXECUTION
3.01 FIELD TESTS
A. The following tests shall be performed on the equipment provided under this Section.
Tests shall be in accordance with the latest version of UL and NEMA standards.
1. Electrical insulation check to verify the integrity and continuity of the system
Project No. RR8744 26 36 13-6 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
2. Visual inspection to ensure that the switch matches the specification
requirements and to verify fit and finish meet quality standards
3. Mechanical tests to verify that the switch's power sections are free of
mechanical hindrances
B. The manual transfer switch shall be acceptance field tested in accordance with
Section 26 08 00 Commissioning of Electrical Systems.
C. Test the MTS using the County’s portable engine-generator set plugged into the
outdoor receptacle.
3.02 TRAINING
A. Two hours of onsite MTS operation and maintenance and power monitor operation and
adjustment training shall be provided for the Owner’s Operation and Maintenance Staff.
B. Manufacturers’ factory representative shall conduct the training, upon acceptance of a
resume submitted by the trainer.
**END OF SECTION**
NCRTS Scale Replacement 26 36 13-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
SECTION 26 50 00
LIGHTING
PART 1 GENERAL
1.01 DESCRIPTION
A. This section specifies luminaires (lighting luminaires) features and installation for the
scale house.
B. This section specifies outdoor pole mounted luminaires (lighting luminaires) features
and installation.
C. This section specifies temporary site lighting requirements.
1.02 QUALITY ASSURANCE
A. References:
1. This section contains references to the following documents. They are a part
of this section as specified and modified. Where a referenced document
contains references to other standards, those documents are included as
references under this section as if referenced directly. In the event of conflict
between the requirements of this section and those of the listed documents,
the requirements of this section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect at the time of Advertisement for Bids or Invitation to Bid
(or on the effective date of the Agreement if there were no Bids). If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference Title
NFPA 70 National Electrical Code (NEC)
UL Underwriters Laboratory
UL 1087 Molded Case Switches
B. Identification of Listed Products:
1. Electrical equipment and materials shall be listed for the purpose for which
they are to be used, by an independent testing laboratory. Three such
NCRTS Scale Replacement 26 50 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
organizations are Underwriters Laboratories (UL), Canadian Standards
Association (CSA), and Electrical Testing Laboratories (ETL). Independent
testing laboratory shall be acceptable to the inspection authority having
jurisdiction.
1.03 WARRANTY
A. Emergency Lighting Unit Batteries Warranty: Manufacturer's standard form in which
manufacturer of battery-powered emergency lighting unit agrees to repair or replace
components of rechargeable batteries that fail in materials or workmanship within
specified warranty period: Two years from date of Substantial Completion. Provide
full warranty for first year and prorated warranty for the remaining warranty period.
B. LED Driver Boards: Ten year warranty on LED boards against operational defects.
C. Light pole coating/paint: 5 years.
1.04 SUBMITTALS
A. The following submittals shall be provided in accordance with Section 01 33 00
Submittal Procedures and Section 26 05 00 Common Work Results for Electrical.
B. A copy of this specification Section, with addendum updates included, and all
referenced and applicable Sections, with addendum updates included, with each
paragraph check-marked to indicate specification compliance or marked to indicate
requested deviations from specification requirements.
C. A check mark () shall denote full compliance with a paragraph as a whole. If
deviations from the specifications are indicated, and therefore requested by the
Contractor, each deviation shall be underlined and denoted by a number in the
margin to the right of the identified paragraph, referenced to a detailed written
explanation of the reasons for requesting the deviation. The Owner’s Representative
shall be the final authority for determining acceptability of requested deviations. The
remaining portions of the paragraph not underlined will signify compliance on the
part of the Contractor with the specifications. Failure to include a copy of the
marked-up specification Sections, along with justification(s) for any requested
deviations to the specification requirements, with the submittal shall be sufficient
cause for rejection of the entire submittal with no further consideration.
D. Manufacturer's descriptive literature for materials proposed under this Section.
E. Temporary lighting plans and schedules.
PART 2 PRODUCTS
2.01 LIGHTING MATERIALS
A. Lighting materials, including luminaires, lamps, accessories, and hardware, shall
conform to the detailed requirements specified. Luminaires shall be provided where
specified on the drawings.
2.02 SCALE HOUSE INTERIOR LUMINAIRES AND COMPONENTS
Project No. RR8744 26 50 00-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
A. LED Luminaires:
1. LEDs: Samsung SPM series @3500K and 82 CRI.
2. Luminaire shall be approximately 46†long with wattage of 28W minimum.
3. 120 volt
B. Housing:
1. Marine grade die cast aluminum finish with polyester powder coat with
stainless steel fastening screws.
2. Finish shall be bronze.
C. Doors, Frames, and Other Internal Access:
1. Smooth operating, free of light leakage under operating conditions, and
designed to permit relamping without use of tools. Designed to prevent
doors, frames, lenses, diffusers, and other components from falling
accidentally during relamping and when secured in operating position.
D. Lens, Covers, and Globes:
1. Provide extruded opal polycarbonate lens.
a. Lens shall be high resistant to yellowing and physical changes due to aging,
exposure to heat, and UV radiation.
1) Lens Thickness: At least 0.160 inch minimum.
2) UV stabilized
b. Lens secured to housing with die cast aluminum clamps and stainless steel
head screws.
E. Options:
1. Provide a microwave or suitable occupancy sensor on the luminaire for the
scale house restroom area light or occupancy sensor light switch.
2. Provide 90 minute battery back-up for emergency lighting on interior
luminaires.
F. Luminaire Manufacturers
1. Control Room: Luminaire Lighting Corporation VPF 82, 24â€, 14W, bronze; Battery
option: EMB310 (VPF 8 Series): Or Approved Equal.
2. Restroom: Luminaire Lighting Corporation VPF 84, 46â€, 28W, bronze; Battery
option: EMB722 (VPF 8 Series): Or Approved Equal.
NCRTS Scale Replacement 26 50 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
3. Mechanical Electrical Room: Luminaire Lighting Corporation VPF 84, 46â€, 28W,
bronze; Battery option: EMB722 (VPF 8 Series): Or Equal.
2.03 SCALE HOUSE EXTERIOR SURFACE MOUNT LUMINAIRES AND COMPONENTS
A. LED Luminaires:
1. LEDs: Samsung SPM series @3500K and 82 CRI.
2. Luminaire shall be mounted in the horizontal plane with wattage of 14W
minimum.
3. 120 volt
B. Housing:
1. Marine grade die cast aluminum finish with polyester powder coat with
stainless steel fastening screws.
2. Finish shall be bronze.
3. Provide a baseplate for wall mounting.
4. Shall be Listed for a wet location
C. Doors, Frames, and Other Internal Access:
1. Smooth operating, free of light leakage under operating conditions, and
designed to permit relamping without use of tools. Designed to prevent
doors, frames, lenses, diffusers, and other components from falling
accidentally during relamping and when secured in operating position.
D. Lens, Bezel, Covers, and Globes:
1. Provide one piece injection prismatic polycarbonate lens and bezel.
a. Lens shall be high resistant to yellowing and physical changes due to aging,
exposure to heat, and UV radiation.
1) Lens and Bezel Thickness: At least 0.140 inch minimum.
2) UV stabilized.
b. Lens secured to housing with stainless steel screws.
c. Provide a high gloss reflector
d. Provide a closed cell self-adhesive gasket between luminaire baseplate and
mounting surface.
E. Options:
1. Provide a photoelectric switch
Project No. RR8744 26 50 00-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
2. Provide die cast marine grade aluminum back box that only has holes in body
for serving conduit.
F. Manufacturers
1. Provide a Luminaire Lighting Corporation YWPH610; Or Approved Equal.
2.04 ROADWAY LUMINAIRES AND COMPONENTS
A. Lamps:
1. LED: Light output greater than a 250w high pressure sodium (Greater than
the Visually Effective Mean Lumens of 11,700 for 30’ poles and 14,000 for
40’ poles.)
2. Color: 4000K or less. (plus or minus 275K)
B. LED Drivers:
1. Design based on: 525ma drive current at 25 degrees C.
2. Lighting circuit voltage: 480V.
C. Housing:
1. Cobra head style.
2. Die cast aluminum.
3. External stainless steel bail latch.
4. Finish: Powder coated brown. Coordinate with the Owner's Representative for
the exact color hue.
5. Shall be Listed for a wet location.
D. Doors, Frames, and Other Internal Access:
1. Smooth operating, free of light leakage under operating conditions, and
designed to permit relamping without use of tools. Designed to prevent
doors, frames, lenses, diffusers, and other components from falling
accidentally during relamping and when secured in operating position.
2. Mounting shall be by universal two-bolt slipfitter
E. Lens, Covers, and Optics:
1. Provide glass lens
a. Lens shall be high resistant to yellowing and physical changes due to
aging, exposure to heat, and UV radiation.
NCRTS Scale Replacement 26 50 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
b. Lens secured to lens frame with stainless steel screws.
c. Provide a high gloss reflector
2. Light distribution: Photometric type shall be Asymmetric Medium
F. Manufacturers
1. General Electric Cobrahead:
a. 30’ poles: ERS3 Optic Code KX, Photometric Type EX
b. 40’ poles: ERS3 Optic Code NX, Photometric Type EX
c. Or Approved Equal for each pole height
2.05 LEDS
A. Manufacturers:
1. LEDs shall be manufacturer’s standard.
2.06 EXTERIOR LIGHTING POLES
A. General:
1. Provide lighting poles with pole cap and the necessary luminaire mounting
hardware.
B. Aluminum Pole:
1. Aluminum tapered round pole.
2. Provide 6’ arm length with shaft dimensions coordinated with luminaire
housing designed for cobrahead style of luminaire.
3. Provide painted mounting bolt covers
4. Pole nominal mounting height shall be as shown on the Drawings
5. Poles shall have a handhole with cover located near the pole base.
6. Poles and arms shall be powder coated. Coordinate with the Owner's
Representative for the exact hue. Color: Brown
7. Concrete mounting base as specified on the Drawings.
C. Accessories:
1. Provide pole anchor bolts, anchor bolt covers, shaft cap, mounting and arm
mounting hardware, anchor bolt template.
Project No. RR8744 26 50 00-6 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
2. Pole pedestal shall be sized and installed in accordance with the drawings
based on pole height.
3. 356-T6 cast aluminum alloy shoe base with aluminum alloy knock in bolt
covers.
D. Acceptable Manufacturers
1. Cooper Lighting
2. Valmont
3. Or Approved Equal
2.07 SITE JUNCTION BOXES
A. Junction boxes for the distribution of outdoor lighting circuits shall be precast
concrete and set flush with the ground. Nominal size shall be approximately 10.5 x
17.25 x 12 inches deep. Lid shall be cast iron with cast inscription: "LIGHTING".
B. Boxes shall be positioned on the opposite side of the pole from the adjacent roadway
and shall be as near as possible to the pole.
C. Boxes Manufacture:
1. Brooks Products, Christy Concrete Products, Forni Corporation, Utility Vault
Company or equal. Example: Brooks catalog No. 3-1/2PB.
2.08 PHOTOELECTRIC RELAYS
A. Photo-Cells:
1. Photocells provided with luminaires shall be manufacturer’s standard and
sized for the light source.
2.09 TEMPORARY LIGHTING
A. Provide temporary site and roadway lighting at pole locations that are out of service
due to construction and during construction. Temporary lighting shall be provided
during seasonal dark mornings and afternoons during the Facility's operating hours.
Provide temporary additional roadway site lighting along temporary roads accessing
the temporary scale booths. See drawings for existing pole locations and for
additional temporary site and roadway lighting areas.
1. Contractor shall determine means and methods of temporary lighting
provisions that provide equal or greater lumens as the existing pole lighting.
Existing pole lighting consists of a 250 watt high pressure sodium lamp
mounted at 30 feet above grade.
2. All temporary site and road way lighting shall have light source greater than
20 feet above grade.
NCRTS Scale Replacement 26 50 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
3. Lighting periods shall be identified by photocell or time clock operation.
4. Power for temporary lighting shall be provided by the Contractor.
5. Provide a temporary lighting plan and schedule of equipment.
6. Coordinate temporary site and roadway lighting with the Owner's
Representative.
B. Provide temporary exterior lighting around the temporary scales and scale booths'
locations. Temporary lighting shall be provided during seasonal dark mornings and
afternoons during the Facility's operating hours.
1. Contractor shall determine means and methods of temporary lighting
provisions that provide the same amount of lumens as the existing scale
house pole lighting. Existing pole lighting consists of a 250 watt high pressure
sodium lamp mounted at 30 feet above grade.
2. All temporary scale area lighting shall have light source greater than 20 feet
above grade.
3. Lighting periods shall be identified by photocell or time clock operation.
4. Power for temporary lighting shall be provided by the Contractor.
5. Provide a temporary lighting plan and schedule of equipment.
6. Coordinate temporary site and roadway lighting with the Owner's
Representative.
2.10 PRODUCT DATA
A. The following information shall be provided in accordance with Section 01 33 00:
1. Operation and maintenance items as specified in Section 01 78 23.
2. Polar plots on 8-1/2 x 11 inch paper providing candlepower vs. angle and
foot-lamberts (brightness) vs. angle for longitudinal and transverse axis.
3. Table of utilization factors for calculation of illumination levels by the zonal
cavity method.
4. Catalog information describing luminaire make, materials, and dimensions.
5. Manufacturers' warranties as specified in paragraph 1.03.
PART 3 EXECUTION
3.01 GENERAL
A. The location and type of luminaires, associated poles, luminaires, and receptacles
are as shown on the drawings.
Project No. RR8744 26 50 00-8 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
B. Labels and marks, except the UL label, shall be removed from exposed parts of the
luminaires. Luminaires shall be cleaned when the project is ready for acceptance.
Photoelectric cells shall be oriented toward the north.
C. Raceways, wire, or cable shall be provided in accordance with Division 26. Raceways
and wire shall be provided from the luminaires, switches and receptacles to the
lighting panel in accordance with the NEC. Underground and outdoor wire splices
shall be in accordance with Section 26 05 19.
D. Luminaires labeled to require conductors with a temperature rating exceeding 75
degrees C shall be spliced to circuit conductors in a separately mounted junction box.
Luminaire wire shall meet UL and NEC requirements. Luminaire shall be connected
to junction box using flexible conduit with a temperature rating equal to that of the
luminaire.
E. Recessed luminaires shall be provided with mounting hardware for the ceiling system
specified. A concealed latch and hinge mechanism shall be provided to permit
access to the lamps and LED drivers and for removal and replacement of the diffuser
without removing the luminaire from ceiling panels. Luminaires recessed in concrete
shall have protective coating of bituminous paint.
F. Luminaires shall be aligned and directed to illuminate an area as specified.
Luminaires shall be directly and rigidly mounted on their supporting structures. The
conduit system shall not be used to support luminaires.
G. Luminaire supports that are welded to steel members shall be treated with rust-
resistant primer and finish paint where brackets or supports for lighting luminaires.
H. Provide manufacturer recommended mounting hardware and brackets.
3.02 WIRE CONNECTIONS
A. Tighten electrical connectors and terminals inside luminaires according to
manufacturer's published torque-tightening values or use torque values specified in
UL 486A and UL 486B.
3.03 FIELD QUALITY CONTROL
A. Inspect each installed luminaire for damage then replace damaged luminaires and
components. Verify normal operation of each luminaire after installation.
B. Test for Emergency Lighting:
1. Interrupt power supply to demonstrate proper operation. Verify normal
transfer to battery power source and retransfer to normal.
NCRTS Scale Replacement 26 50 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
C. Prepare a written report of tests, inspections, observations, and verifications
indicating and interpreting results. Retest to demonstrate compliance with
specification requirements where adjustments are made. Replace luminaires with
damage or corrosion during warranty period.
**END OF SECTION**
Project No. RR8744 26 50 00-10 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
Division 27 – Communications
SECTION 27 00 00
GENERAL COMMUNICATIONS REQUIREMENTS
PART 1--GENERAL
1.01 SUMMARY
A. OVERVIEW:
1. This Section specifies general requirements for data communication Work.
Detailed requirements for specific data communication items are specified in
other Sections but are subject to the general requirements of this Section.
The data communication drawings and schedules included in this Project’s
documents are functional in nature and do not specify exact locations of
equipment or equipment terminations.
2. Electrical requirements applicable to this Work are specified in Division 26.
B. SCOPE:
1. DATA COMMUNICATION SYSTEM: The Work consists of a qualified Contractor
to provide requirements specified in Division 27 and Division 28 (Security,
Gas Detection, and Alarms). This Work shall be coordinated with the Work
specified in Division 26 and the Work sequence and phasing specified in
Section 01 12 16 and on the Drawings. The Work includes the following:
a. Temporary Scale Booths (Phase 1):
1) New uninterrupted power supply (UPS) for each temporary
scale booth to provide back-up power for Owner provided and
installed network switches. Contractor to coordinate with
Owner’s Representative to determine anticipated load on
UPS’s and size them accordingly to provide 10-15 minutes of
back-up power. UPS’s specified in Section 27 11 16.
2) New building entry terminals, data and telephone outlets, and
data and telephone cable terminations for each temporary
scale booth.
3) Coordinate with Division 26 Contractor to remove existing
data communication equipment from existing scale house
and reinstall in temporary scale booths as specified in Section
10 88 15.
4) Coordinate with Owner’s Representative for data
communication and telephone cable terminations in the
Admin Building electrical room.
NCRTS Scale Replacement 27 00 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
5) Testing of Division 26 installed data communication and
telephone cables.
6) Other Work as specified on the Drawings.
b. New Scale House (Phases 2 and 3):
1) New data communication system hardware including fiber
optic patch panels, UPS, data and telephone outlets, and
Category 6 (CAT6) unshielded twisted pair (UTP) patch panels.
2) New custom data communication panel.
3) New Internet protocol (IP) cameras and network video
recorder (NVR).
4) Coordinate with Division 26 Contractor to remove relocated
and new data communication equipment from temporary
scale booths and reinstall in new scale house as specified in
Section 10 88 15.
5) Terminations for and testing of Division 26 Contractor
installed data communication and telephone cables.
6) Maintaining construction RECORD/AS BUILT of submittal
documentation.
7) Training of County staff for provided cameras, NVR, and
related software.
8) Coordination with Owner’s Representative for installation of
Owner provided gas monitoring system and Owner provided
and installed network switch.
9) Coordination with Owner’s Representative for installation
location of new fiber optic patch panel and data
communication and telephone terminations in Admin Building
electrical room.
10) Other Work as specified on the Drawings.
2. OWNER PROVIDED DATA COMMUNICATION SYSTEM WORK AND MATERIALS:
a. Owner shall provide and install Cisco Catalyst 3750 24-port power
over Ethernet (PoE) network switch in Contractor provided data
communication panel in new scale house. Coordinate with the
Owner’s Representative for panel interior space requirements.
b. Owner shall provide and install one temporary 8-port Cisco network
switch in each temporary scale booth.
Project No. RR8744 27 00 00-2 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
c. Owner shall connect all fiber and CAT6 to Owner provided and
installed network switches. Owner shall configure these network
switches and provide all network system testing and integration into
existing County network infrastructure.
d. Owner shall install and configure all necessary software and drivers
on existing personal computers (PCs) for scale house attendant work
stations.
e. Owner shall provide Rice Lake 720i scale indicators for new scales
and provide serial cable and serial cable terminations between scale
indicators and Blue Heat/Net serial to Ethernet converters at
temporary scale booths and new scale house.
1.02 QUALITY ASSURANCE
A. REFERENCES:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ANSI/ICEA S-87- Standard for Optic Fiber Outside Plant Communications Cable
640
ANSI/TIA-568-C.0 Generic Telecommunications Cabling for Customer
Premises
ANSI/TIA-568-C.1 Commercial Building Telecommunications Cabling
Standard
ANSI/TIA-568-C.2 Copper Cabling Components Standard
ANSI/TIA-568-C.3 Optical Fiber Cabling Components Standard
ANSI/TIA/EIA-569- Commercial Building Standard for Telecommunications
B Pathways and Spaces
ANSI/TIA/EIA-606- Administration Standard for the Telecommunications
A Infrastructure of Commercial Buildings
ANSI/J-STD-607-A Commercial Building Grounding (Earthing) and Bonding
Requirements for Telecommunications
BELLCORE GR-20- Generic Requirements for Optical Fiber and Optical Fiber
CORE Cables
BELLCORE GR- Generic Requirements for Intrabuilding Fiber Cable
409-CORE
BELLCORE GR- Generic Requirements for Electronic Equipment Cabinets
487-CORE
NCRTS Scale Replacement 27 00 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
Reference Title
BELLCORE GR- Generic Requirements for Fiber Optic Splice Closures
771-CORE
BICSI TDMM Building Industries Consulting Services International (BICSI)
Telecommunications Distribution Methods Manual (TDMM)
EIA Electronics Industries Alliance
IEEE 100 Standard Dictionary of Electrical and Electronics Terms
IEEE 802.3af Power over Ethernet Standard
ISO-9001 Quality Management Systems
NEMA 250 Enclosures for Electrical Equipment
NESC National Electric Safety Code
NFPA 70 National Electric Code (NEC)
NFPA 75 Protection of Electronic Computer and Data Processing
Equipment
NFPA 78 Lightning Protection Code
NFPA 101 Life Safety Code
UL 467 Grounding and Bonding Equipment
UL 497 Safety Protector for Paired Conductor Communication Circuit
UL 94 Tests for Flammability of Plastic Materials for Parts in Devices
and Appliances
TIA Telecommunications Industry Association
TIA/EIA-455 Test Procedures for Fiber Optics
TIA/EIA-492AAAC Detail Specification for 850 nm Laser-Optimized, 50µm Core
Diameter/125 µm Cladding Diameter Class Ia Graded-Index
Multimode Optical Fibers
TIA/EIA-568 Commercial Building Wiring Standard
TIA/EIA-569 Commercial Building Standard for Telecommunications
Pathways and Spaces
TIA/EIA-598-B Standard for Optical Fiber Cable Color Coding
TIA/EIA-606 Administrative Standard for the Telecommunications
Infrastructure of Commercial Buildings
TIA/EIA-607 Grounding and Bonding Requirements for
Telecommunications in Commercial Buildings
TIA/EIA-TSB67 Transmission Performance Specifications of Field Testing of
UTP Cabling Systems
B. NETWORK INSTALLER AND TESTER QUALIFICATIONS:
1. Installation, termination, and testing of equipment and cabling furnished
under this Section and other Division 27 and 28 Sections shall be performed
by qualified, skilled technicians who are regularly engaged in network system
Work of similar complexity, and who possess all licenses and certificates
required, and the necessary equipment to perform such Work. Network
installer and tester shall have an installation and service organization
experienced with the specified and submitted equipment. Network testers
shall be Electronic Industries Alliance/Telecommunications Industry
Association (EIA/TIA) members and meet the performance and safety
requirements of local laws, regulations, codes, and standards governing the
Work.
Project No. RR8744 27 00 00-4 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
2. The network installer and tester shall provide a minimum of three
consecutive years of recent experience with installation of network systems
of similar size and complexity. Experience shall also include the Cisco
switches to be provided and installed by the Owner, or similar Cisco switches
of the same class of product.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS: The following requirements applies to Dvision 27 and 28
technincal specficiation sections.
1. A copy of each Division 27 and Division 28 Specification Section, with
addendum updates included, and all referenced and applicable Sections,
with addendum updates included, with each paragraph check-marked to
indicate specification compliance or marked to indicate requested deviations
from specification requirements. Check marks () shall denote full
compliance with a paragraph as a whole. If deviations from the specifications
are indicated, and therefore requested by the Contractor, each deviation shall
be underlined and denoted by a number in the margin to the right of the
identified paragraph, referenced to a detailed written explanation of the
reasons for requesting the deviation.
The Owner’s Representative shall be the final authority for determining
acceptability of requested deviations. The remaining portions of the
paragraph not underlined will signify compliance on the part of the Contractor
with the specifications.
Failure to include a copy of the marked-up specification Sections, along with
justification(s) for any requested deviations to the specification requirements,
with the submittal shall be sufficient cause for rejection of the entire
submittal with no further consideration.
2. Contractor's experience and resumes for the personnel installing and testing
the data communication system including factory training certifications.
3. Information on five successfully performed data communication system
installations of comparable size and complexity with name, address, and
telephone number of facility owner, name of project and completion date.
4. Detailed product literature of equipment, devices, and materials requested by
the individual Specification Sections. Product literature shall include
technical specifications and application information, including installation
details/drawings, electrical connection diagrams, ratings, range, weight,
accuracy, etc. Product literature shall be edited to show only the items, model
numbers, features, options, and information which apply.
5. Product literature shall be assembled in a folder. Each folder shall contain a
cover sheet, indexed by item, and cross-referenced to the appropriate
specification paragraph.
NCRTS Scale Replacement 27 00 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
6. Drawings and diagrams specified in paragraph 27 00 00-1.05(B).
7. Provide operating and maintenance information in accordance with Section
01 78 23. Include the following in each Operation and Maintenance manual:
a. Final reviewed Submittals, including revised as-built submittal
drawings.
b. Manufacturer’s operation and maintenance instructions, edited for
this project.
c. Record of menu configuration, jumpers, switch settings, and other
configurable parameters for each instrument in electronic form using
Excel or Word.
8. Test results as specified in Section 27 08 00.
1.04 PERFORMANCE REQUIREMENTS
A. GENERAL: Specified data communication equipment shall be suitable for operation
in indoor locations and in outdoor locations, where specified. Project/site conditions
are specified in Section 26 05 00.
B. CORROSIVE LOCATIONS: Outside.
C. HAZARDOUS (CLASSIFIED) AREAS: None.
D. SEISMIC EQUIPMENT AND SUPPORT: Section 01 73 23.
1.05 FUNCTIONAL REQUIREMENTS
A. GENERAL:
1. The data communication system functions are shown on the Drawings and
specified in subsequent Sections of Divisions 27 and 28.
2. All equipment with power, data, and/or communications electrical
interconnections require drawings to be submitted. All equipment must have
a unique drawing reflecting only that equipment’s power, data, and/or
communication electrical interconnections (no typical drawings are
permissible).
3. All data communication panels require drawings to be submitted for
arrangement, layout and connections. All data communication panels must
have a unique drawing with its own Bill of Material reflecting only that panel
components and wiring (no typical drawings are permissible).
4. The specified data communications system requires a network diagram to be
submitted.
Project No. RR8744 27 00 00-6 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
B. SUBMITTAL DRAWINGS:
1. GENERAL:
a. Prepare drawings in AutoCAD version 2013 with borders and title
blocks identifying the project, system, revisions to the drawing, and
type of drawing. Include the date and description of all revisions when
submitting drawings. Print drawings as 22†x 34†with a minimum
lettering size of 1/8â€. Generate drawings using Owner furnished
drawing borders and title blocks, and in adherence to Owner’s
drawing standards. All drawings submitted to be bound; no x-
references. Provide the AutoCAD files in addition to the PDF file
required in Sections 01 33 00 and 01 78 23.
b. Diagrams shall carry a uniform and coordinated set of wire numbers
and terminal block numbers in compliance with panel wiring and
Section 27 11 16, to permit cross-referencing between Contract
Documents and the drawings prepared by the Contractor.
c. Provide three types of submittal drawings: Connection Diagrams,
Arrangement and Layout Drawings, and Network Block Diagram.
2. CONNECTION DIAGRAMS: Show components of a data communication panel
in an arrangement similar to the actual layout of the panel including internal
wiring between devices. Show terminal blocks used for internal wiring or field
wiring, identified as such. Indicate insulation color code, signal polarities, and
wire numbers and terminal block numbers. Maintain electronic redlines of
the unique drawing during construction for as-built drawings.
3. ARRANGEMENT AND LAYOUT DRAWINGS: Provide the unique panel
arrangement, layout and outline drawings per panel. Show arrangement and
layout to scale. Add components and wiring to the unique panel drawings as
required to complete a fully integrated operation. Include on the drawings a
Bill of Material that identifies all components in the arrangement and layout.
Maintain electronic redlines of the unique drawing during construction for as-
built drawings.
4. NETWORK BLOCK DIAGRAM: A network block diagram is a diagram of the
data communication system, with annotated boxes to show the primary
network components (controllers, hubs, switches, computers, displays), and
annotated interconnecting lines that show the system communication media
and communication protocols. Provide a unique network diagram based on
the communication protocol. Maintain electronic redlines of the drawings
during construction for RECORD drawings.
NCRTS Scale Replacement 27 00 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
PART 2--PRODUCTS
2.01 GENERAL
A. MATERIALS AND QUALITY:
1. Provide equipment material new and free from defects. Provide industrial-
grade equipment when specified. Each type equipment, accessory, and
device used throughout the Work to be manufactured by one firm, where
possible.
2. Provide solid-state construction electrical equipment with printed or etched
circuit boards of glass epoxy of sufficient thickness to prevent warping.
B. ENCLOSURES: Table A specifies the IT panel enclosure material and minimum NEMA
rating for the location and application.
Table A
Location Enclosure Material and NEMA Rating
Indoor Dry NEMA 1: mild steel
Outdoor NEMA 4X: 316 Stainless Steel
C. PLYWOOD BACKBOARD:
1. Provide sheets of 3/4 inch exterior grade “A-C†plywood backboards covering
the wall of the electrical/mechanical room where specified on the Drawings.
Cover each side of the backboard with two coats, of white intumescent type,
washable latex paint that will form a barrier between the fire and combustible
materials and provide an insulating layer that retards the heat of flames. This
paint shall dry to a flat finish, contain no flammable solvents and have no
flash point (closed Cup). The paint shall be Fire Rated Class A, meet the
Requirements of Fire Hazard Classification of Building Materials (UL 723) and
carry the Underwriters Label. Do not cover the fire stamp on the backboard.
B. The plywood shall be attached to the wall framing with mechanical fasteners
a minimum of 6 inches on center vertically. Mount backboards with theâ€Câ€
side to the wall.
Project No. RR8744 27 00 00-8 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
PART 3--EXECUTION
3.01 INSPECTION
A. DESCRIPTION: Verify installation conditions as satisfactory to receive Work of this
Section. Do not install until unsatisfactory conditions are corrected. Beginning Work
constitutes acceptance of conditions as satisfactory.
3.02 PREPARATION
A. FIELD MEASUREMENTS: Verify locations of new and existing Work prior to
commencing Work of this Section. Ensure Work to be performed complies with
Section 01 14 00 prior to commencing.
3.03 PROTECTION
A. Follow well-established safety rules and regulations to safeguard public and workers.
Follow latest revision of the NEC except where local regulations are more stringent, in
which case local regulations shall govern. Protect surrounding areas and surfaces to
preclude damage from Work of this Section.
3.04 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Comply with requirements in Section 26 05 00.
3.05 INSTALLATION
A. GENERAL:
1. Install equipment in locations that are accessible for operation and
maintenance services. Equipment not accessible shall be reinstalled at no
cost to the Owner.
B. FIELD EQUIPMENT:
1. Space panels supported by concrete walls by 5/8 inch using framing channel
between panel and wall. Block wall shall have additional installation
supports, as required, to avoid damage to the wall. Equipment supports shall
be galvanized or shall be 316L stainless steel, as shown or specified.
2. Nameplates shall be provided for all field mounted equipment. Nameplates
shall be attached to support hardware with a minimum of two self-tapping Type
316 stainless steel screws in a readily visible location, such that if the field
device is changed out, the nameplate will remain to identify the service.
C. ELECTRICAL POWER CONNECTIONS:
1. Equipment electric power wiring shall comply with Division 26.
D. FIBER OPTIC CABLE TERMINATIONS:
NCRTS Scale Replacement 27 00 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:31 AM
1. Work shall be performed by trained and Fiber Optic Association (FOA)
certified technicians and in accordance with the manufacturer’s
recommendations in the performance of installation and termination Work.
2. Active and spare fiber optic cable fibers shall be provided with a breakout kit,
and terminated with duplex LC type terminations.
E. CAT6 AND TELEPHONE CABLE TERMINATIONS:
1. Terminate cable in compliance with the manufacturer's recommendations
and applicable standards.
3.06 TESTING AND INSPECTIONS
A. DELIVERY INSPECTION: Notify the Owner upon arrival of any material or equipment to
be incorporated into the Work. Remove protective covers or otherwise provide access
in order that the Owner may inspect such items.
B. INSPECTION AND TESTING: Section 27 08 00.
**END OF SECTION**
Project No. RR8744 27 00 00-10 NCRTS Scale Replacement
5/29/2015 10:31 AM Bid Set May 2015
SECTION 27 08 00
COMMUNICATIONS SYSTEM TESTING
PART 1--GENERAL
1.01 SUMMARY
A. This Section specifies the data communication and telephone system infrastructure
verification and validation including performance testing with certified testing
equipment for Division 26 Contractor installed data communication and telephone
cables. This Section specifies the documentation of specified testing for the data
communication and telephone systems shown on the Drawings and specified in
Division 27 and Division 28.
B. This Section specifies the Work for service firms with the technical staff trained on
network system test equipment, test results interpretation, and report preparation for
network systems.
C. Provide the labor, tools, material, power, and services necessary to provide the data
communication and telephone systems inspection and testing specified herein.
Coordinate all testing with Section 26 08 00. Include:
1. Develop test plan.
2. Develop record keeping system (Phase 2 only).
D. Testing to include:
1. Field Testing:
a. Panel and Component Inspection (Phase 2 only)
b. Wiring Testing (Phases 1 and 2)
c. Network and Bus Cable System Inspection and Testing (Phase 1 and
2)
1.02 QUALITY ASSURANCE
A. REFERENCES: Section 27 00 00.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS:
1. Submittals and information in the Submittals shall be in accordance with
Section 27 00 00.
NCRTS Scale Replacement 27 08 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
2. Qualifications of independent data communications network testing firm and
staff performing the inspection and testing.
3. Test procedures per paragraph 27 08 00-3.01(B).
4. Test Equipment calibration certification for any testing devices used.
5. Proposed test forms per PART 3 of this Section, detailed for each test for this
project.
6. Provide a copy of this specification Section with addenda updates included
with each paragraph check-marked to indicate specification compliance or
marked to indicate requested deviations from specification requirements.
7. Provide Contractor’s Section 27 00 00 submittal drawings maintained
throughout construction to reflect as-built conditions.
8. Failure to include a copy of the specifications and drawings with the submittal
shall be cause for rejection of the entire submittal with no further
consideration.
9. Final Test Report assembled in a three-ring binder and submitted at the
completion of the inspection and testing activities.
a. Label the binder cover and spine to identify the project name and
facility. Test report includes the applicable test procedures for the
facility and the completed inspection and test report forms
associated with the equipment and systems of that area.
b. Organize test results by equipment item or system with individual,
labeled tab dividers to identify each. System deficiencies and non-
compliant test results identified in the final test report acknowledged
by the responsible testing entity as corrected.
PART 2--PRODUCTS
2.01 GENERAL
A. Phase 1 and Phase 2 general scope of work are identified in Section 27 00 00.
B. For Phase 2 Work, the Contractor shall provide test forms, documentation, and records
as specified in the following paragraphs.
2.02 TESTING DOCUMENTATION
A. DOCUMENTATION RECORDS: The Contractor shall develop a records keeping system to
document progress and completion for each task. Keep the following current and
available for inspection on-site at all times in a location designated by the Owner:
Project No. RR8744 27 08 00-2 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
1. Contractor’s qualifications, project testing history, including resume as specified
in this Section.
2. List of names of Contractor’s personnel associated with final construction and
testing, and normal and emergency contact telephone numbers.
3. Test Report.
B. TEST REPORT: The Contractor develops and maintains testing documentation. Keep
documentation current and available for inspection on-site at all times in a location
designated by the Owner. Test report includes the following as a minimum:
1. Three-ring binder with front cover and spine labeled: “Testing Documentationâ€
including Owner’s name, facility name, project name, and project number.
2. Table of Contents with same labeling as the volume cover with tabs for each
section:
a. Section 1 – Test Report Forms
b. Section 2 – Final Test Report
PART 3--EXECUTION
3.01 GENERAL
A. GENERAL REQUIREMENTS:
1. Coordinate the data communication and telephone systems inspection,
validation, and testing services with the Owner’s Representative. Provide
notice to the Owner’s Representative 5 days before starting any testing activity,
and include a detailed step-by-step test procedure complete with forms for the
recording of test results, testing equipment used, and a place for identification
of the individual performing or, if applicable, witnessing the test.
2. For Phase 1 Work involving the temporary scale booths, formal documentation
via test report forms is not required. Contractor is still responsible for testing the
data communication and telephone systems as specified in this Section.
3. Additional testing requirements for data communications enclosures are
specified in Section 27 11 16.
B. FIELD TEST PROCEDURE DOCUMENTATION:
1. Preprint and complete test report forms to the extent possible prior to
commencing testing. Include the following information in test report forms
that document field test procedures:
a. Project name
NCRTS Scale Replacement 27 08 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
b. Time and date of test.
c. Inspection checklist and results.
d. Description of applicable test procedure(s).
e. Test equipment used.
f. Space for remarks regarding test procedure or results, unusual or
noteworthy observations, etc.
g. Name, date, and signature of testing personnel.
h. Test witness’ name and signature.
C. PERFORMANCE DEVIATION TOLERANCES: Refer to the manufacturer's published
performance specifications.
D. WITNESSING: The Owner’s Representative reserves the right to observe field testing
procedures. Notify Owner’s Representative prior to testing, as specified herein.
3.02 FIELD TESTS
A. GENERAL REQUIREMENTS: In general, perform tests in the following order:
B. PANEL AND COMPONENT INSPECTION: Panel and components inspection activities
include the following for all panels and components specified in the Drawings and
technical Sections of Divisions 27 and 28:
1. Compare and validate panel and component type and nameplate data with
the Drawings, Specifications, and data sheets.
2. Confirm component installation conforms to Drawings, Specifications, and
manufacturer’s instructions.
3. Confirm panel layout and internal components are consistent with final
submittal drawings and bill of materials.
4. Verify proper conductor termination and tagging.
5. Visual check for physical damage, dirt accumulation, and corrosion.
6. Verify included isolation amplifiers, surge protection, and safety barriers, if
any, are properly installed.
7. Report deficiencies identified within 24 hours of discovery. No panel or
system component shall be tested until all deficiencies are addressed.
C. WIRING TESTS: Provide electrical power and resistance testing. Conduct test in
accordance with Sections 26 05 00 and 26 08 00. Do not conduct wiring tests until
cables have been tagged and inspected.
Project No. RR8744 27 08 00-4 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
1. Power: Per Section 26 08 00.
D. NETWORK AND BUS CABLE INSPECTION AND TESTING:
1. Inspect and test by independent data communication network testing firms.
2. Test Equipment:
a. Test equipment shall be traceable to NIST standards.
b. Optical time domain reflectometer (OTDR) shall be laser precision,
ALT, Inc. Model 5200 LRFL or equal.
3. Test and verify data communication bus cabling using the standards that
apply to the specific cable and bus type as follows:
a. Ethernet Category 6: per TIA/EIA-568-B standards.
b. Fiber optic: per TIA/EIA-455 standards.
c. Telephone cable: per TIA/EIA-TSB67 standards.
d. PRE-INSTALLATION TESTING:
1) Perform acceptance tests on the cable prior to installation to
verify that the cable conforms to the manufacturer's
specifications, and is free of defects, breaks and damages by
transportation and manufacturing processes. Perform tests
on all reels of cable. Cable shall not be installed until the
Owner’s Representative has reviewed the test report.
2) Verify continuity and attenuation or loss for each fiber on each
reel and document results of physical inspections to identify
any cable and reel damage conditions, and any deviations
from the manufacturer's specifications.
3) Test all data cables, including fiber-optic, with time-domain
reflectometer prior to installation.
4) Document test results and submit the report to the Owner’s
Representative for review. Documentation shall consist of
both hard copy and electronic disk complete with application
software.
e. POST-INSTALLATION TESTING: Prior to energizing, inspect and test
cabling to verify the following:
1) Media type and specifications, including inspection of cable
jacket materials for UL or third party certification markings.
NCRTS Scale Replacement 27 08 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
2) Physical routing and project specific cable identification
tagging.
3) Correct termination installation and connection of conductors
to pins at terminations. Inspect cabling terminations to
confirm color code for tip and ring pin assignments, and
inspect cabling connections to confirm compliance with
EIA/TIA-568-B. Visually confirm Category 6 marking of outlets,
wallplates and outlet/connectors.
4) Record cable run length and compare to the manufacturer or
industry standards to verify lengths are within specifications.
5) Locations and values of network termination resistance.
6) Integrity and grounding of cable shields.
7) Values of transient protection (surge) elements.
8) Test all data cables, including fiber-optic, with time-domain
reflectometer and transmission impairment analyzer.
9) OTDR: Conduct the following tests on each cable segment
with an OTDR for each optical fiber in the fiber cable. Tests
shall be conducted at both 1310 and 1550 nm for single-
mode fibers and at both 850 and 1300 nm for multi-mode
fibers. No splice loss shall have a loss of 0.15 dB or greater
with fiber attenuation measured in dB/km.
10) Excess Fiber Coefficient (EFC) Test shall be made as part of
the cable testing. The following procedure shall be performed
from both ends on each fiber provided.
a) Prior to stripping the cable for splicing, record the
meter marks to determine the physical cable length.
b) Record the fiber Index of Refraction (IOR) from the
cable data submitted by the Manufacturer.
c) With the OTDR, set to the proper IOR and record the
OTDR fiber length.
d) Calculate the excess fiber coefficient (EFC) according
to the following formula: EFC = OTDR length/Sheath
length.
11) OLTS Fiber Attenuation:
a) Measure the attenuation of each optical fiber in both
directions using an Optical Loss Test Set (OLTS) at
both 1310 nm and 1550 nm for single-mode fiber
Project No. RR8744 27 08 00-6 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
and 850 and 1300 nm for multi-mode fiber. Test shall
be conducted per TIA/EIA 526-7. Provide a reference
power level measured with a patch cord and
connectors of the same types used on the fiber cable.
Measure and record the reference power level of the
Laser Light Source. Measure and record the received
power level of each optical. Repeat the same
measurements in the other direction.
b) The measured insertion loss shall be no greater than
the loss calculated in the formula below:
IL = 2(Ls) + 2(Lc) + (La)(Length) + 0.5
where:
IL = Insertion Loss
Ls = Splice losses at the pigtails (maximum 0.15 dB)
Lc = Connector face loss (maximum 0.6 dB)
La = Manufacturer’s cable attenuation (dB/km)
Length = Fiber length (km)
12) UTP backbone copper cabling shall be tested for DC loop
resistance, shorts, opens, intermittent faults, and polarity
between conductors, and between conductors and shield, if
cable has overall shield. Test operation of shorting bars in
connection blocks. Test cables after terminated but not cross
connected. Perform 100 MHZ near end cross talk (NEXT) and
attenuation tests for Category 6 systems installations.
13) Category 6 Links. Perform UTP link tests in accordance with
EIA/TIA-568-B. At a minimum, pass/fail test results shall be
provided for the following:
a) Wire map
b) Length
c) Attenuation
d) Propagation delay
e) Delay skew
f) Near End Crosstalk (NEXT) Loss from each end
g) Power Sum Near End Crosstalk (PSNEXT) Loss from
each end
h) Far End Crosstalk (ELFEX) from each end
NCRTS Scale Replacement 27 08 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
i) Power Sum Far End Crosstalk (PSELFEX) from each
end
j) Return Loss (RL) from both ends
E. FIBER OPTIC CABLE ACCEPTANCE:
1. Pigtail splices shall have a loss no greater than 0.15 dB, as determined by
either a Profile Alignment System (PAS) or Light Injection (LID) splice loss
estimate, at the time the splice is made. Splices with an optical loss of
greater than 0.15 dB shall be redone.
2. OTDR traces at both 1310 nm and 1550 nm wavelengths for single-mode
and both 850 and 1300 nm wavelengths for multi-mode display no
unexplained losses, reflectance events, or other discontinuities.
3. The insertion losses measured at both 1310 nm and 1550 nm wavelengths
for single-mode and both 850 and 1300 nm wavelengths for multimode and
in both directions do not exceed the maximum allowed values. After cable
tests, the cable installation shall be subject to a physical inspection to verify
the remaining fiber optic specification requirements have been met. If any
test requirements are not met, or in the event of fiber test failure of one or
more fibers, splice or replace cable as necessary until tests pass.
F. FIBER OPTIC SYSTEM ACCEPTANCE:
1. Perform the inspection and establish a punch-list of the following:
a. Fiber splices: neatly organized.
b. Connectors: capped and undamaged.
c. Cabling: organized with no excessive bending.
d. Specified coiled cable present in the splice cabinet.
e. Cable entrances to the cabinets secured.
f. Unused cable delivered to the Owner’s Representative.
2. Identify cables with the directories installed in each fiber cabinet.
Discrepancies found during the inspection of the fiber system installation
shall be listed and provided on the punch-list. Inform the Owner’s
Representative upon resolution and completion of the punch-list items.
G. TELEPHONE SYSTEM ACCEPTANCE:
1. Perform verification tests for UTP systems after the complete telephone
cabling and outlet/connectors are installed. These tests assume that dial
tone service has been installed. Connect to the network interface device at
the demarcation point. Go off-hook and listen and receive a dial tone. If a test
Project No. RR8744 27 08 00-8 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
number is available, make and receive a local and long distance, telephone
call.
**END OF SECTION**
NCRTS Scale Replacement 27 08 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
SECTION 27 11 16
COMMUNICATIONS CABINETS, RACKS, FRAMES, AND ENCLOSURES
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. This Section specifies requirements for data communication panels and
hardware requiring custom fabrication.
2. Panels shall be arranged to separate data communication devices from power
wiring, shall be fabricated by a UL-508A recognized facility, and shall bear the
appropriate UL 508A Industrial Control Panel label.
3. Comply with the specified products in Division 27 and 28 Sections. Panels that
do not comply with the specified products shall not be accepted. Cost to retrofit
the panel as specified shall be borne by the panel supplier.
4. Field modifications require a UL inspector site inspection for approval of panel
corrections and to re-label the panel after the field modifications are completed.
5. Submittal drawing requirements specified in Section 27 00 00.
6. Label panels with fault current rating per NEC article 409.110.
B. PANEL DESIGN:
1. GENERAL: Panel data communication hardware is specified in other Division
27 and 28 Sections.
2. CONTROL POWER DISTRIBUTION: Panels containing 120-volt powered
equipment that cannot be provided with a power cord and NEMA plug
compatible with the UPS specified in this Section, shall use the din-rail power
distribution method with fuses and blown fuse indication. Power is restricted to
120 Vac and 24 Vdc.
3. POWER SUPPLIES: Panels containing direct current powered devices shall
contain direct current power supply system as specified herein.
4. UNINTERRUPTIBLE POWER SUPPLIES: Panel mounted 120 Vac input, 120
Vac output are specified herein.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
NCRTS Scale Replacement 27 11 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
NEMA 250 Enclosures for Electrical Equipment
NFPA 70 National Electrical Code
UL 94 Tests for Flammability of Plastic Materials for Parts in Devices and
Appliances
UL 508A Industrial Control Panels
B. LISTED PRODUCTS:
1. Equipment and components to be Underwriters Laboratory (UL) listed for the
purpose per Section 26 05 00 or UL recognized.
2. Provide factory applied UL 508A labels for data communication panels.
C. FACTORY TESTING:
1. The Owner shall reserve the right to witness the factory test at the
manufacturer’s facility. Contractor shall provide written 30-day notice to the
Owner’s Representative prior to conducting the factory test. If test results
require the testing to be redone, the additional costs for additional testing
shall be borne by the Contractor.
D. SHIPMENT, PROTECTION AND STORAGE:
1. Equipment shipment, protection and storage shall conform to the
requirements specified in Section 26 05 00.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS:
1. Submittals and information in the Submittals shall be in accordance with
Section 27 00 00.
Project No. RR8744 27 11 16-2 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
2. Arrangement and Layout Drawings
a) Exterior panel layout
b) Interior panel layout
c) Sections showing proposed cut outs for cable entry.
d) Sections showing clearances between rear-mounted and
rack-mounted equipment and panel door/face-mounted
equipment.
3. Connection Diagrams.
4. Nameplate engraving schedule:
a) Indicate engraving by line
b) Character size
c) Nameplate size
d) Panel and equipment tag number and description
5. Heat load calculations for each cabinet based on the highest ambient
temperature listed in Section 27 00 00 for the area in which the subject
panel will be located.
6. Power supply load calculations where power supplies are supplied by the
Contractor.
7. UPS load calculations.
8. Manufacturer's operation and maintenance information as specified in
Section 01 78 23. Manual shall include final reviewed submittal redlined to
show AS BUILT conditions; and separate record of all final configuration,
jumper, and switch settings.
9. Literature and product data for equipment and devices supplied under this
Section.
10. Test results as specified in Section 27 08 00.
1.04 PERFORMANCE REQUIREMENTS
A. REQUIREMENTS: In accordance with Section 27 00 00.
1.05 FUNCTIONAL REQUIREMENTS
A. SUBMITTAL DRAWINGS: In accordance with Section 27 00 00.
NCRTS Scale Replacement 27 11 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
PART 2--PRODUCTS
2.01 FABRICATION
A. GENERAL:
1. Provide all electrical components and devices, support hardware, fasteners, and
interconnecting wiring required to make the data communication panels and/or
enclosures complete and operational.
2. Design panels for the seismic requirements of Section 27 00 00. Brace
structures, equipment, and devices to prevent damage from specified forces.
Panels to be capable of operation following a disturbance.
3. Mount equipment for access to components and ease of removal. Components
for installation on panel exterior locate a minimum of 36 inches above the
operating floor level and no greater than 60 inches above the operating floor
level.
4. When specified, provide panels less than 60 inches high with floor stands to
raise the top of the panel to 60 inches above the floor or work platform. Wall
mount panels that weigh less than 100 pounds.
5. Panels with specified requirements including stainless steel or aluminum
mounting requirements that are indicated on the project drawings or on the
project details take precedence over the panel types or panel features indicated
herein.
6. Locate and install all devices and components so that connections can be easily
made and ample room is provided for servicing each item. Provide at least 20
percent internal free space inside the panel.
7. Terminate all wiring to panel connections from field devices and other panels at
master numbered terminal strips.
8. Provide copper grounding bars.
9. Panel hardware (door hinges, screw clamps, door handles, latches, hasps,
fasteners, etc.) shall be Type 316 stainless steel.
10. Panels shall be arranged to separate data communication devices from power
wiring. AC, DC, and digital circuits shall be arranged to be physically separated
inside the panel. Digital circuits shall follow the network installation protocol
requirements.
11. Provide a minimum of 2 ½ inches between wire ways and terminals.
12. Provide moisture inhibitors in all panels.
Project No. RR8744 27 11 16-4 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
B. PANEL LAYOUT:
1. Provide 20 percent spare contiguous sub-panel area and rack capacity for
future expansion.
2.02 HEATING, VENTILATING AND COOLING
A. Provide forced air ventilation for panels if the cabinet’s heat load calculations indicate
that the interior temperature of the cabinet will exceed 100 degrees-F, under worst
case conditions for project/site conditions specified in Section 26 05 00.
B. If not provided as part of pre-assembled package from enclosure manufacturer, fans
shall be equipped with UL-approved washable filters. Fans shall provide sufficient
ventilation to meet heat load calculation requirements. Fans shall be thermostatically
controlled. Noise level at 3 feet from exterior wall and 30 degrees off axis shall not
exceed 60 NC units.
2.03 PROTECTION COATING AND FINISH
A. Panels located outdoors or located in corrosive areas shall be bottom coated with
waterproof coatings.
2.04 NAMEPLATES
A. Identify external door-mounted components and the panel description with nameplates.
Nameplates shall be attached to panel surfaces.
B. The machine engraved laminated black phenolic nameplates with white lettering shall
be provided for panel-mounted equipment. Nameplate engraving shall include the
panel title and power source(s) in 3/32-inch minimum size lettering.
C. Attach nameplates to the panel with a minimum of two self-tapping 316 stainless steel
screws. Provide RTV sealant for nameplates for NEMA-4X stainless steel panels.
D. The nameplate wording may be changed without additional cost or time prior to
commencement of engraving. Submit nameplate legend with the panel submittal.
E. Panel Nameplate Schedule:
Equipment Description Nameplate Line 1
DATA/COMM ENCLOSURE DATA/COMM
2.05 PANEL FEATURES
A. CONNECTION WIRING:
NCRTS Scale Replacement 27 11 16-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
1. Panel power wiring: Conductors specified in Division 26 and meet the NFPA No.
70 NEC requirements for power including phase, grounded, and grounding
conductors.
2. Wiring shall be supported independently of terminations by lacing to
panel support structure or by slotted flame retardant plastic wiring channels.
3. Comply with UL 94, Type V for Wiring channels.
4. Wiring channel fill not to exceed 40 percent per NFPA 70.
B. CONDUCTOR IDENTIFICATION:
1. Wiring colors per NFPA 79.
2. Wire tag numbers to indicate to/from termination points and the associated
equipment.
3. Wire tag numbers to be machine printed on white sleeves with text 1/8 inches
high minimum in permanent black ink.
C. CONDUCTOR INSTALLATION AND PROTECTION:
1. FEATURES:
a. Terminal blocks shall be screw type rated for 600 volts. Each terminal
trip shall have a unique identifying alphanumeric code at one end and a
vinyl-marking strip running the entire length of the terminal strip with a
unique number for each terminal. Numbers shall be machine printed
and 1/8 inch high. DIN rail mounted.
b. Wire connectors ferrule, locking fork tongue or ring tongue insulated
crimp type.
c. Power wiring carried in covered channels separate from low voltage
data communication circuits.
d. No more than two connections made to one terminal.
2. MANUFACTURERS:
a. Phoenix Contact, or approved equal.
D. FIELD WIRING: Field wiring shall be connected to separate dedicated terminal blocks in
a dedicated part of the panel where the field cables enter the panel.
Project No. RR8744 27 11 16-6 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
E. FUSE AND FUSE HOLDERS:
1. FEATURES:
a. Fuses for 120 Vac Circuits: Minimum of 12,000-amperes interrupting
capacity and blown fuse indicators.
b. Fuses for 24 Vdc Power Supply Circuits: 1/2 amp for the power supply
to individual devices.
c. Fuse holders shall be tip-out or draw-out type.
2. MANUFACTURERS: Phoenix Contact or approved equal.
F. CIRCUIT BREAKERS:
1. FEATURES: Provide circuit breaker for branch circuit protection. Circuit breaker
UL rated, 10KA interrupting capacity, DIN rail mounted, and trip current rating to
be determined based on the circuit load by Contractor.
2. MANUFACTURERS: Allen-Bradley, 1489-A1C series, or approved equal.
G. CONTROL POWER:
1. Provide direct current power supplies, as required for the load.
2. Provide UPS as required for the load.
H. PANEL POWER:
1. Provide a dedicated 20A 120 Vac receptacle circuit from Panel A. Receptacle
shall be rated for 20A.
I. ACCESSORIES:
1. Do not power receptacles from the UPS.
2. Provide print pocket.
2.06 SURGE PROTECTION
A. FEATURES: Multi-stage, plug-in type selected to surge protect the equipment.
Removable surge protectors without changing the impedance of the circuit.
B. MANUFACTURERS:
1. Circuit Components Inc: SPD-Series at the panel for the 120 AC incoming
power.
2. Joslyn Model 1663-08
NCRTS Scale Replacement 27 11 16-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
3. Phoenix Contact
4. Telematic
5. Or approved equal.
2.07 PANEL GROUNDING
A. Provide each control panel with two copper ground bars.
1. Bond one bar (NEC required) to the panel or panel frame or back-plate and to
the facility grounding system.
2. Mount on insulated stand-offs second (signal) ground bar and bond to the panel
ground bar only at one point.
a. Bond low-voltage DC power supply commons to the signal ground bar.
b. Test to verify that there is a single ground point at panel signal ground
bar.
B. Bond surge protectors and separately derived AC power supplies to the frame ground
bar.
C. Panels exceeding 36-inches width shall contain ground bars shall be 1/4- by 1-inch
copper bars extending the entire length of the panel interior at the bottom of the panel.
2.08 PANEL DRAWING PROTECTION
A. Provide wiring diagrams in accordance with Section 01 33 00. Provide a panel-wiring
diagram and schematic for each panel in a plastic bag or plastic container to avoid
water damage and aging.
2.09 DIRECT-CURRENT POWER SUPPLIES
A. FEATURES:
1. Convection-cooled linear type or switching type.
2. Line regulation: 0.4 percent for line variations from 105 to 132 volts.
3. Load regulation: 0.4 percent for load variations from 0 to full load.
4. Ripple and noise: Not exceed 100 mV peak-to-peak.
5. Hold-up time at maximum load: Not less than 16 milliseconds.
6. Continuous duty from 0 to 50 degrees C at rated load.
7. Output electronically current limited.
Project No. RR8744 27 11 16-8 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
8. Over-voltage crowbar shutdown.
9. Output voltage:
a. Rated 28 Vdc.
b. Adjustable plus or minus 5 percent.
c. Set to provide 26.4 volts to the panel direct current bus.
B. MANUFACTURERS: Sola, or approved equal.
2.10 120VAC UNINTERRUPTIBLE POWER SYSTEM (UPS)
A. FEATURES:
1. Provide on-line, computer-grade UPS with electrical isolation including output
neutral.
a. Nominal input voltage: 120Vac....
b. Nominal output voltage: 120Vac....
c. Voltage regulation: +/- 3% of nominal or better.
d. Minimum of 6 NEMA 5-15R output receptacles.
2. Provide UPS with integral sealed no maintenance batteries, sized to provide
full capacity backup power for 10 minute minimum at connected load with
integral battery charger.
3. Calculate the required kVA rating at 150 percent of connected load. Submit
load calculations, schematic diagrams, and wiring connection diagrams.
Provide battery cabling and other required cabling for a complete system.
B. MANUFACTURERS: Powerware (Eaton) 9130L Tower, or approved equal.
2.11 ENCLOSURE AND ENCLOSURE RACKS
A. FEATURES:
1. Provide enclosure with material and NEMA rating per Section 27 00 00.
2. Provide brackets, mounting kit, and hardware for 19â€-rack mounting system.
3. Panel shall feature double-hinged design to allow front and rear access to
19â€-rack mounted equipment.
4. Provide lockable handles for security.
B. MANUFACTURERS: Hoffman PTHW482424GF, or approved equal.
NCRTS Scale Replacement 27 11 16-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
2.12 SPARE PARTS
A. Provide each control panel with the following spare parts:
1. Five each of each type and rating of fuse used in the panels.
PART 3--EXECUTION
3.01 GENERAL
A. Provide sealant for conduit entering the panels.
B. Field panels and cabinets shall be mounted in compliance with paragraph 27 00 00-
3.01 B.
C. Spray terminals and terminal blocks after all terminations have been completed with a
silicone resin similar to Dow Corning R-4-3117 conformal coating. Spray coating only
required for control panels in corrosive or classified installation environments.
D. Provide panels with the Record As-built schematic, connection, and interconnection
diagrams mounted behind Plexiglas holder on the inside of the door. Place
documentation in a water proof clear bag in the panel document holder.
E. Vacuum clean control panels and cabinets.
3.02 PANEL POWER SUPPLY
A. Mount and connect power supply and conditioning equipment in compliance with the
manufacturer's instructions.
B. Mount small power supply and conditioning equipment in the panel served. Mount large
power supply and conditioning equipment adjacent to the panel served. Enclose
unconditioned power conductors in metallic raceways within the panel.
C. Provide flexible conduit in compliance with Division 26 for final raceway connections.
3.03 TESTING
A. The following testing is in addition to Section 27 08 00 requirements.
B. FACTORY TEST: Assemble, interconnect, and functionally factory test at the assembly
shop prior to shipment of the panel. Testing to include verification that UPS output
power meets manufacturer specifications with and without Utility power.
C. FIELD TEST: Field verify the following for data communication panels:
1. Power and data communication wiring installed in separate wire ways.
2. Barriers between the power wiring and the data communication wiring.
Project No. RR8744 27 11 16-10 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
3. Connected to the plant grounding system, as specified.
4. Inner door contains a copy of the Record wiring diagrams.
5. Inner door contains a protected drawing holder.
6. Drawings enclosed in a transparent, protective jacket.
7. Functions as specified.
8. Mounted with stainless steel unistrut, fittings, and fasteners.
9. Tested in accordance with Section 27 08 00 and Section 26 08 00.
10. Confirm UPS output power meets manufacturer specifications with and without
Utility power.
11. Conduct load test on UPS to confirm it can provide backup power to connected
loads for a minimum of 10 minutes as specified in this Section.
**END OF SECTION**
NCRTS Scale Replacement 27 11 16-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
SECTION 27 11 19
COMMUNICATIONS TERMINATION BLOCKS, PATCH PANELS, AND PATCH CORDS
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. Provide the fiber optic and copper appurtenances required to complete the
fiber optic and copper transmission media cabling system. Section 27 11 19
specifies requirements for fiber optic and copper transmission media data
communication network hardware including telecom building entrance
terminals, copper patch panels, fiber optic panels, and patch cords. Section
26 05 19 specifies requirements for fiber optic, data communication, and
telephone cables and their installation. Sections 27 00 00 and 27 08 00
specify terminations and testing, respectively, for fiber optic, data
communication, and telephone cables.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ANSI/ICEA S-87-640 Standard for Optic Fiber Outside Plant
Communications Cable
BELLCORE GR-20-CORE Generic Requirements for Optical Fiber and Optical
Fiber Cables
BELLCORE GR-409-CORE Generic Requirements for Intrabuilding Fiber Cable
BELLCORE GR-487-CORE Generic Requirements for Electronic Equipment
Cabinets
BELLCORE GR-771-CORE Generic Requirements for Fiber Optic Splice
Closures
ISO-9001 Quality Management Systems
NFPA 70 National Electric Code (NEC)
TIA/EIA-455-86 FOTP-86 Fiber Optic Cable Jacket Shrinkage
NCRTS Scale Replacement 27 11 19-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
Reference Title
TIA/EIA-455-107A FOTP-107 Determination of Component Reflectance
or Link/System Return Loss Using a Loss Test Set
TIA/EIA-492AAAC Detail Specification for 850 nm Laser-Optimized,
50µm Core Diameter/125 µm Cladding Diameter
Class Ia Graded-Index Multimode Optical Fibers
TIA/EIA-598-B Standard for Optical Fiber Cable Color Coding
B. UNIT RESPONSIBILITY: Contractor specified in Section 27 00 00 in coordination with
Division 26 shall integrate the cabling system for the data communication networks.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS:
1. Submittals and information in the Submittals shall be in accordance with
Section 27 00 00.
2. Manufacturer's product literature for the following items, marked to indicate
products proposed, as applicable to the project:
a. Copper transmission media termination panels
b. Fiber optic termination panels
c. Telecom building entrance terminals
d. Fiber optic cable patch cords
e. Copper transmission media patch cords
3. Shop drawings:
a. Termination panel fabrication and layout drawings with complete list
of materials.
b. Interconnection cable diagrams for the complete system, showing
each fiber and color in each cable. Each termination point shall be
clearly marked.
4. Provide a separate UTP Patch Panel Schedule for each new UTP patch panel
specified. Patch Schedule shall include the following columns at a minimum:
Patch From Patch To Patch
Patch
Cable Color
Panel DEVICE PORT DEVICE PORT
Label
Project No. RR8744 27 11 19-2 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
5. Provide a Fiber Optic Patch Panel Schedule for each new fiber optic patch
panel. Fiber Optic Patch Panel Schedule shall include the following columns
at a minimum:
Network Connector Patch From Patch To Patch
Color
Panel Type DEVICE BLOCK PORT/PAIR DEVICE BLOCK PORT Label
6. Manufacturer's operation and maintenance information as specified in
Section 01 78 23. Manual shall include final reviewed submittal as built to
show actual construction conditions.
PART 2--PRODUCTS
2.01 FIBER OPTIC CABLE PATCH CORDS
A. GENERAL:
1. Provide preparation for the connections including polishing, connectors,
hardware, cleaving tool, continuity tester, visual fault locator, and supplies for
installation of connectors.
2. Terminations shall be duplex LC type. Fusion-spliced pigtails are not
acceptable.
2. Fiber optic cable connections shall be provided with ceramic ferrules,
polycarbonate not acceptable.
B. SINGLE MODE (OS2) PATCH CORD CHARACTERISTICS: Patch cords shall be LC to LC,
1.6 mm diameter duplex single mode fiber with jacket and connectors on both ends.
Provide length required for connection from patch panel to equipment. Jacket color:
Yellow. Connector color: Blue. Patch cord shall be Commscope TeraSPEED®
FEWLCLC42, or approved equal.
C. MULTIMODE (OM1) PATCH CORD CHARACTERISTICS: Patch cords shall be LC to LC,
1.6 mm diameter duplex 62.5 µm multimode fiber with jacket and connectors on
both ends. Attenuation shall be a maximum of 0.3 dB. Provide length required for
connection from patch panel to equipment. Jacket color: Orange. Connector color:
beige. Patch cord shall be Commscope OptiSpeed® FDMLCLC42, or approved equal.
2.02 COPPER TRANSMISSION MEDIA PATCH CORDS
A. GENERAL:
1. Copper cabling maximum length is not to exceed 100 m. For distances over
100 m, use fiber optic cabling.
2. Copper cable is Category 6 rated as specified in Section 26 05 19.
3. Provide end-to-end link. Do not use couplers for permanent connections. Use
pre-assembled cables with RJ45 connections inside panels to connect
NCRTS Scale Replacement 27 11 19-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
Ethernet TCP/IP components. Field assemble cables with RJ45 connectors to
connect Ethernet TCP/IP components when components are not in the same
panel.
4. Ensure cabling is compatible with the environment conditions and is rated as
required by NEC.
5. Network communication rate is 100 Mbit.
6. Communication protocol supports Ethernet TCP/IP.
B. CATEGORY 6 DATA PATCH CORDS: Patch cords shall be RJ-45 to RJ-45, 4-pair
unshielded (U/UTP), 300V rated Category 6 cable with jacket and connectors on both
ends and minimal plug insertion life of 750 times. Provide length required for
connection from patch panel to equipment. Jacket color: Blue. Patch cord shall be
Systimax GigaSPEED XL® GS8E-BL Stranded Cordage Modular Patch Cord, or
approved equal.
2.03 FIBER OPTIC TERMINATION PANELS
A. GENERAL: Fiber optic patch panels shall consist of a system of components for
routing, supporting, and terminating the fiber optic cables specified: 12 – 8.3/125
single-mode (OS2) fibers and 12 – 62.5/125 multimode (OM1) fibers, unless
otherwise specified. Terminations shall be duplex LC type. Fiber optic cable
connections shall be provided with ceramic ferrules, polycarbonate not acceptable.
Provide wall-mounted or rack-mounted patch panels as specified on Drawings.
B. DESCRIPTION:
1. Wall-mounted type fiber optic patch panels shall be constructed of aluminum
or steel with removable hinged metal doors. NEMA 3 rated non-corrosive
environments. NEMA 4X rated for indoor and outdoor corrosive
environments.
2. Rack-mounted type fiber optic patch panels shall come fully loaded with
connectorized pigtails from the factory and shall be suitable for installation in
standard 19†equipment racks.
3. Mounting hardware, cable clamps and grommets, cable routers, storage
decks, connector racks, and items for a complete system.
3. Machine printed port labeling system.
4. Cable routers and storage decks to retain cables’ minimum bending radius.
5. Sufficient quantity of ports to terminate the number of fiber strands specified
and blank covers for unused port spaces.
6. One port for each fiber in accordance with the specified cable type.
Project No. RR8744 27 11 19-4 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
7. Panel shall be Corning Cable Systems ICH-02P (wall-mounted), CCH-01U
(rack-mounted), or approved equal.
2.04 COPPER TRANSMISSION MEDIA TERMINATION PANELS
A. GENERAL: Copper transmission media termination panels shall consist of a system of
components for routing, supporting, and terminating the copper cables specified
herein. Terminations shall be RJ-45 type.
B. DESCRIPTION:
1. 24-port (four 6-port modules), straight, 19-inch rack or wall-mountable, 8-pin
modular jack panel that accommodates repeated line moves, additions, and
rearrangements.
2. RJ-45 connections in front of panel with IDC 110 gas tight connector
terminals on rear.
3. Height: 1 rack unit.
4. Maximum depth: 2 inches.
5. Current rating: 1.5A @ 68 deg F.
6. 500 MOhm minimum insulation resistance.
7. Cable type: U/UTP (unshielded), 22 - 24 AWG.
8. Minimal plug insertion life of 750 times.
9. T568A/T568B wiring.
10. Front and rear termination labeling.
11. Can support connections speeds in excess for 1 Gb/s.
12. Panel shall be Systimax GigaSPEED XL® 1100GS3, or approved equal.
2.05 TELECOM BUILDING ENTRANCE TERMINALS
A. GENERAL: Telecom building entrance terminals shall consist of a system of
components for terminating the multi-pair copper telecom cable specified in Section
26 05 19. Terminations shall be on 110 connectors (inputs and outputs).
B. DESCRIPTION:
1. Wall or panel-mountable, 16 AWG steel construction.
2. 110 connectors shall accept 22 - 26 AWG wire.
3. 25-pair capacity.
NCRTS Scale Replacement 27 11 19-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
4. Meets or exceeds UL497 Primary Protection Standards.
5. External ground connectors accept 6 – 14 AWG wire.
6. Building entrance terminals shall be Circa Telecom 1880ENA1/NSC-25, or
approved equal.
PART 3--EXECUTION
3.01 INSTALLATION
A. GENERAL:
1. Regulations for the common installation of power cables and copper cables
must be observed for the cable routing. Grounding and equipotential bonding
of the copper cabling must be provided.
B. FIBER OPTIC PATCH PANELS:
1. Install fiber optic patch panels plumb and level. Provide front and side
clearance to access inside fiber optic patch panels. Ensure all Work is neat
and zip tie inside fiber optic patch panel loose fibers.
2. Install duplex LC terminations for each Section 26 05 19 fiber strand and
connect to a port inside the fiber optic patch panel.
C. COPPER TRANSMISSION MEDIA CABLE:
1. RJ45 connector is a modular 8P8C.
2. Terminate RJ45 connector to field assembled cables using the T568A or
T568B pin/pair assignments that are defined in TIA/EIA-568.
3.02 TESTING
A. The following testing is in addition to Section 27 08 00 requirements.
B. Perform the following tests:
1. Visually inspect installation and correct cabling or connectors if the following
conditions exist:
a. Mechanically damaged cable
b. Too small bending radii
c. Disregard of minimum spacing
d. Defective connectors
Project No. RR8744 27 11 19-6 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
e. Missing labels on connectors and cables
f. Wiring pinouts do not meet terminated equipment requirements
2. COPPER TRANSMISSION MEDIA CABLE:
a. No short circuit between the wires
b. No wire break
c. No pair has been separated
d. Cable length is less than 100 m
e. Near-end and far-end cross talk
f. Permissible attenuation values
**END OF SECTION**
NCRTS Scale Replacement 27 11 19-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
SECTION 27 15 43
COMMUNICATIONS FACEPLATES AND CONNECTORS
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. Provide the data and telecommunications outlets required to complete the
copper transmission media cabling system. Section 27 11 19 specifies
requirements for fiber optic and copper transmission media data
communication network hardware including telecom building entrance
terminals, copper patch panels, fiber optic panels, and patch cords. Section
26 05 19 specifies requirements for fiber optic, data communication, and
telephone cables and their installation. Sections 27 00 00 and 27 08 00
specify terminations and testing, respectively, for fiber optic, data
communication, and telephone cables.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
ANSI/ICEA S-87-640 Standard for Optic Fiber Outside Plant
Communications Cable.
TIA/EIA-568 Commercial Building Wiring Standard
TIA/EIA-569 Commercial Building Standard for
Telecommunications Pathways and Spaces
TIA/EIA-606 Administrative Standard for the
Telecommunications Infrastructure of Commercial
Buildings
TIA/EIA-607 Grounding and Bonding Requirements for
Telecommunications in Commercial Buildings
ISO-9001 Quality Management Systems
NFPA 70 National Electric Code (NEC)
NCRTS Scale Replacement 27 15 43-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
Reference Title
NFPA 75 Protection of Electronic Computer and Data
Processing Equipment
UL 497 Protectors for Paired Conductor Communications
Circuits
B. UNIT RESPONSIBILITY: Contractor specified in Section 27 00 00 in coordination with
Division 26 shall integrate the cabling system for the data communication networks.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS:
1. Submittals and information in the Submittals shall be in accordance with
Section 27 00 00.
2. Manufacturer's product literature for the following items, marked to indicate
products proposed, as applicable to the project:
a. RJ-45 jacks
b. Telephone outlets
c. Data outlets
d. Faceplates
4. Manufacturer's operation and maintenance information as specified in
Section 01 78 23. Manual shall include final reviewed submittal as built to
show actual construction conditions.
1.04 PERFORMANCE REQUIREMENTS
A. REQUIREMENTS: Section 27 00 00.
1.05 FUNCTIONAL REQUIREMENTS
A. REQUIREMENTS: Section 27 00 00.
PART 2--PRODUCTS
2.01 RJ-45 JACKS
A. GENERAL: RJ 45 Jacks shall be Category 6, black in color, and arranged for
Electronic Industries Alliance/Telecommunications Industry Association (EIA/TIA)
568B wiring and mounting in modular frames. Jacks shall have rear-mounted 110
type insulation-displacement terminals for terminating 22-24 AWG data station drop
Project No. RR8744 27 15 43-2 NCRTS Scale Replacement
5/29/2015 10:32 AM Bid Set May 2015
cable. Jacks shall have a minimum plug insertion life of 750 times.
Manufacturer/Model: SYSTIMAX GigaSPEED XL MGS400-003, or approved equal.
2.02 TELEPHONE OUTLETS
A. GENERAL: Provide 18†above finished floor (AFF), single port, flush mounted, single
gang, modular stainless steel faceplate. Coordinate with surface mounted raceway
provider for correct mounting to fit jacks.
2.03 DATA OUTLETS
A. GENERAL: Provide 18†AFF, single port, flush mounted, single gang, data faceplate.
Coordinate with surface mounted raceway provider for correct mounting to fit jacks.
Contractor to configure as specified in the Contract Documents.
2.04 FACEPLATES
A. GENERAL: Provide modular faceplates and jack mountings as required by the jack
manufacturer.
PART 3--EXECUTION
3.01 INSTALLATION
A. GENERAL: Regulations for the common installation of power cables and copper
cables must be observed for the cable routing. Grounding and equipotential bonding
of the copper cabling must be provided.
B. FACE PLATE LABELING:
1. General: Label cables and faceplates as indicated in the Contract
Documents. Type labels in permanent and legible fashion. Securely attach
cable tags a minimum 6 inch from each terminated end. Labeling shall meet
TIA/EIA-606 Standards.
2. Outlet Face Plates: Stencil legibly location ID number on face plate of
termination devices using permanent black ink.
3.02 TESTING
A. Testing specified in Section 27 08 00.
**END OF SECTION**
NCRTS Scale Replacement 27 15 43-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:32 AM
Division 28 – Electronic Safety and Security
SECTION 28 23 00
VIDEO SURVEILLANCE
PART 1--GENERAL
1.01 SUMMARY
A. SCOPE:
1. Provide the remote security video surveillance system for the project that
interfaces with the data communication system for monitoring via existing
work stations. Section 28 23 00 specifies requirements for video cameras,
network video recorders (NVRs), and video camera software. Video camera
software shall be installed on existing work stations by the Owner. Section 26
05 19 specifies requirements for data communication cables and their
installation. Sections 27 00 00 and 27 08 00 specify terminations and
testing, respectively, for data communication cables
2. Cameras shall be located as specified on the Drawings. The NVR and any
additional equipment required to support the remote security video
surveillance system shall be installed on fire-treated plywood backboard in
the scale house Electrical/Mechanical room where specified on the Drawings.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. This Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
IEEE 100 Standard Dictionary of Electrical and Electronics
Terms
IEEE 802.3af Power over Ethernet Standard
NESC National Electric Safety Code
NFPA 70 National Electric Code (NEC)
B. UNIT RESPONSIBILITY: Contractor specified in Section 27 00 00 in coordination with
Division 26 shall integrate the remote security video surveillance system into the
data communication network.
NCRTS Scale Replacement 28 23 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
C. CONTRACTOR REQUIREMENTS: The Contractor or security sub-Contractor shall be a
licensed security Contractor with a minimum of five (5) years experience installing and
servicing systems of similar scope and complexity. The Contractor shall provide three (3)
current references from clients with systems of similar scope and complexity which
became operational in the past three (3) years. The technicians shall have a minimum
of three (3) continuous years of technical experience in electronic security systems.
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00.
B. SUBMITTAL ITEMS:
1. Submittals and information in the Submittals shall be in accordance with
Section 27 00 00.
2. Contractor's experience and resumes for the personnel installing and testing
the remote security video surveillance system including factory training
certifications.
3. Manufacturer's product literature for the following items, marked to indicate
products, features, options, and additional appurtenances proposed, as
applicable to the project:
a. Cameras
b. Camera mounting hardware, brackets, poles/stanchions, base plates,
and cable junction boxes
c. NVRs
d. Camera and NVR software
3. Submit all proposed labeling materials and nomenclature for approval.
4. Installation drawings:
a. Floor plan drawing(s) and riser diagram(s) showing intended
installation locations of cameras along with mounting hardware,
brackets, poles/stanchions, base plates, cable junction boxes, and
other necessary appurtenances for a complete installation.
b. Complete interconnection diagram(s) of all cameras with their
associated junction boxes and NVR, including wiring, terminations,
and details of interconnection to data transmission media and data
communication network.
c. Details of connections to power sources, including primary and
secondary power supplies, uninterrupted power supplies, and
grounding.
Project No. RR8744 28 23 00-2 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
d. Details of surge protection device installation.
5. Coordination Drawings:
a. Floor plans, elevations, and details indicating all floor, wall, and
ceiling penetrations.
b. Electrical/Mechanical room drawing showing the initial layout design
and plans for the proposed mounting locations of the NVR and other
required security system equipment, cable routings, and termination
locations for all cable and equipment.
6. Camera and NVR software installation instructions, start-up guides, and/or
user’s manuals.
7. Manufacturer's operation and maintenance information as specified in
Section 01 78 23. Manual shall include final reviewed submittal as built to
show actual construction conditions.
1.04 PERFORMANCE REQUIREMENTS
A. REQUIREMENTS: Section 27 00 00.
1.05 FUNCTIONAL REQUIREMENTS
A. SUBMITTAL DRAWINGS: Section 27 00 00.
PART 2--PRODUCTS
2.01 GENERAL
A. All cameras shall be IP camera technology and shall connect to the UTP patch panel
in the data communication panel for final connection to the data communication
system network switch by the Owner, as indicated in the specifications and Drawings.
B. All cameras shall be capable of being powered by Power over Ethernet (PoE)
technology. PoE power for cameras shall originate from the data communication
system network switch.
C. All cameras shall use CAT 6 unshielded twisted pair (UTP) cable for signal transport
as specified in Section 26 05 19. Camera video signals and power shall be via the
same cable. Cameras that require greater power than can be provided by the
standard 802.3af PoE provided by the data communication system network switch,
shall be powered by centralized wall-mounted high power PoE power injectors or
centralized wall mounted CCTV power supplies where possible.
D. All video related equipment requiring building power shall be connected to building
UPS circuits. The Contractor shall be responsible for coordinating the electrical load
requirements of the equipment provided in this Section in the UPS load calculations
submitted under Section 27 11 16.
NCRTS Scale Replacement 28 23 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
E. Programming, configuration, and integration of the cameras into the data
communication system shall be provided by the Owner with the Contractor’s
assistance as specified herein.
F. All equipment shall be installed in accordance with this specification. Provide and
install any and all equipment necessary to provide a complete and operating system,
and meet the full intent of this design and other specifications within these Contract
Documents. Any equipment such as consumables, terminators, or any other
materials or equipment needed to install this system shall be considered ancillary
and be provided as a part of this project.
2.02 CAMERA EQUIPMENT
A. FIXED CCTV CAMERAS, EXTERIOR:
1. Mounting options shall include:
a. Wall surface via angle aluminum and camera bracket
b. Pole/stanchion mount
c. Or as specified on Drawings
2. Day / night functionality: Automatic day / night functionality shall be
supported.
a. Minimum Illumination
1) Infrared (IR) On, Black and White (B/W): 0 lux
2) IR Off, B/W: 0.001 lux
3) F-value 1.4, Color: 0.002 lux
b. Built-in IR illuminators effective up to a 25 meters or greater.
3. Digital video compression methods supported shall include:
a. H.264
b. MJPEG
c. MPEG4
4. Video image resolutions shall include:
a. 2M (Full HD): 1920x1080
b. 1M (HDTV): 1280x720
Project No. RR8744 28 23 00-4 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
5. Frame Rate shall be capable of no less than thirty (30) images per second for
all required digital video compression methods and all required video image
resolutions.
6. Video Streams: A minimum of three (3) simultaneous video streams shall be
supported.
7. Motorized Lens:
a. Lens Type: Board lens
b. Features: Smartfocus®, or similar feature, to ease the zoom and
focus adjustment remotely
8. Focal Length: 3.0 ~ 10.5 mm, minimum
9. S/N Ratio: Above 50dB.
10. Audio Streaming: 2-way audio support
11. Communication:
a. Ethernet: One 10/100 Mbps RJ-45
b. IEEE 802.11a/b/g/n compliance
c. Supported protocols: TCP/IP, UDP, ICMP, DHCP, NTP, DNS, DDNS,
SMTP, FTP, HTTP, Samba, PPPoE, UPnP, RTP, RTSP, RTCP, IPv6
12. Power input: 802.3af PoE
13. Max power consumption: 10 Watts
14. Certification: FCC, CE
15. Local storage: Built-in Micro SD/SDHC/SDXC memory card slot (64G max, or
better).
16. Environmental housing: Environmental housing shall be suited for outdoor
weather exposed conditions. Weather-proof IP67.
17. Viewing system requirements:
a. Operating System: Windows 7/Vista/XP/2000
18. Warranty: 3-year minimum.
19. Manufacturer/Model: Brickcom WOB-200Np V5, or approved equal.
B. WIRE AND CABLE
NCRTS Scale Replacement 28 23 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
1. Low voltage wire and cable shall be provided and installed as required per
Division 26 requirements.
2. Wire and cable shall be selected, sized and used as appropriate for the
device application in accordance with the device manufacturer’s
specifications, voltage and load, and distance of the wire/cable run.
3. Wire and cable runs shall be “home runâ€.
4. Mid run splices shall not be permitted.
5. Provide surge arrestor kits as recommended by the camera manufacturer
and as required by the NEC.
2.03 MOUNTING HARDWARE AND CABLE JUNCTION BOX
A. Wherever possible use mounting hardware from the camera manufacturer. Mount
cameras at locations shown on Drawings.
B. Provide a cable junction box or water-proof connector with each camera to transition
from manufacturer provided cable to Division 26 cable within an enclosure rated for
the installation environment, as specified in Section 27 00 00 – 2.01(B).
C. Camera 2 and 5 shall be mounted 15 feet above the scale deck via a pole/stanchion
and position to monitor load beds. Coordinate length of pole/stanchion with scale
deck elevation. Pole/stanchion shall be B-Line B22C, stainless steel, Or Equal.
Baseplate shall be a 4-hole base with a 4-bolt bracket B-Line B281SQ (SS4), Or
Equal. Coordinate with Scale House building manufacturer for method of securing the
base to the building roof. Roof shall be weather tight after installation.
D. Cameras 1, 3, 4, and 6 shall be mounted via a manufacturer’s stand-off bracket.
Manufacturer/Part number for camera bracket is Brickcom CI-812, Or Equal.
Bracket shall be mounted to a 10†long aluminum 4â€x4†“L†angle for mounting to
exterior wall. Coordinate with Scale House building manufacturer for method of
securing the aluminum “L†angle to the building exterior wall. Wall shall be weather
tight after installation.
2.04 NETWORK VIDEO RECORDERS
A. GENERAL: Provide an NVR that is compatible with the IP cameras specified in this
Section. NVR shall combine video recording, web/mobile client hosting, and local live
video display into one appliance. NVR shall be networked to existing work stations in
the scale house via the data communication system network switch by the Owner to
enable remote viewing of live and recorded IP camera video streams from both work
stations.
B. DESCRIPTION:
1. Capable of simultaneously recording up to 16 IP cameras and licensed for at
least the number of cameras specified on the Drawings.
Project No. RR8744 28 23 00-6 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
2. Typical video storage rate: 150 Mbps, or greater.
3. Local client display rate: 180 fps, or greater.
4. Internal memory storage: 2 TB, or greater.
5. RJ-45 port: 10/100/1000 Mbps Ethernet.
6. USB2 ports: 8 or more.
7. Pre-loaded software features:
a. Simple graphic user interface accessible from remote work stations
or wireless devices through web browser.
b. Auto-detection of IP cameras
c. Continuous motion, time, or alarm-based recording configurable per
camera.
d. Simple export of audio, video, and pictures for e-mailing or saving on
remote devices.
8. Power requirements: 120Vac, 60 Watts or less.
9. Certification: FCC, CE
10. Warranty and Software Subscription Agreement: 3 years minimum.
11. Manufacturer/Model: exacqVision IPS04-2000-LC with additional licenses as
required to serve all specified cameras, or approved equal.
2.05 CAMERA AND NVR SOFTWARE
A. GENERAL: Contractor shall furnish all software required for the remote monitoring of
live and recorded video streams from the specified IP cameras at the existing work
stations in the scale house. All software shall be compatible with the Windows 7
operating system and shall be provided with adequate installation instructions, start-
up guides, user’s manuals, and other documentation to allow the Owner to install
and operate the software on the existing work stations. Contractor shall coordinate
with the Owner’s Representative to verify existing work station PC hardware features
and parameters and ensure that submitted software is compatible.
B. PERFORMANCE REQUIREMENTS:
1. Both existing work stations shall be capable of viewing live and recorded
video streams from all cameras specified in this Section and on the
Drawings.
NCRTS Scale Replacement 28 23 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
2. Operators at these work stations shall be able to easily extract images and
video recordings from these video streams and save them on work station
hard drives.
3. At a minimum, Operators shall be able to adjust the following video settings
from these work stations: gain, exposure, day/night settings, auto exposure
control, and white balance control.
PART 3--EXECUTION
3.01 INSTALLATION
A. Coordinate with Sections 26 and 27 (if a sub-Contractor to Division 27) Contractors
and the Owner to provide and install and make fully operational all components
required for a fully functional system.
B. All equipment locations shall be coordinated with other trades. Coordinate Work with
other trades to verify exact routing of all cable and conduit before installation.
C. Provide easy, safe, and code mandated clearances at equipment enclosures, and
other equipment requiring maintenance and operation.
D. Install the equipment in accordance with the Contract Documents, all applicable
codes and standards, and the Manufacturer's written instructions. The installed
system shall meet all applicable equipment and performance requirements.
3.02 FIELD TESTING
A. The following testing is in addition to Sections 27 08 00 and 26 08 00 requirements.
B. Perform the following additional tests at a minimum:
1. Visually inspect installation and correct cabling or connectors if the following
conditions exist:
a. Mechanically damaged cable
b. Too small bending radii
c. Disregard of minimum spacing
d. Defective connectors
e. Missing labels on cables
f. Wiring pinouts do not meet terminated equipment requirements
2. COPPER TRANSMISSION MEDIA CABLE:
a. No short circuit between the wires
Project No. RR8744 28 23 00-8 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
b. No wire break
c. No pair has been separated
d. Cable length is less than 100 m
e. Near-end and far-end cross talk
f. Permissible attenuation values
3. Performance testing shall be conducted to measure the following
characteristics at a minimum: video transfer speed, storage, and retrieval
and local refresh rate on Owner PCs.
4. Performance testing shall include verification of acceptable image clarity and
ability to control camera zoom functions.
5. Contractor shall coordinate testing of the remote security video surveillance
system with the Owner’s Representative, which will require Owner assistance
to access the network. Contractor shall confirm that all cameras provided
under this Section can be monitored over the network, both directly and via
the NVR. Contractor shall also confirm that recorded data for all cameras
hosted by the NVR can be accessed over the network from the laptop. The
Owner’s Representative shall retain the right to witness this testing and shall
be provided with a minimum of five (5) days notice prior to the test.
3.03 MANUFACTURER’S SERVICE
A. TRAINING: Provide a Manufacturer’s representative or certified technician skilled in
equipment use at the Site for the following activities. Specified durations do not include
travel time to or from the Site.
1. Provide minimum 6 hours of technical support to assist Owner with installation
and configuration of all software provided under this Section.
2. Provide minimum 6 hours training session that includes configuration,
operation, troubleshooting, and warranty coverage for cameras, NVR, and all
software provided under this Section.
**END OF SECTION**
NCRTS Scale Replacement 28 23 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
Division 31 – Earthwork
SECTION 31 10 00
SITE CLEARING
PART 1--GENERAL
1.01 SUMMARY
A. This Section specifies site clearing work (site preparation) which consists of clearing,
grubbing, and protection of existing trees.
1.02 RELATED SECTIONS
A. Section 31 25 00 – Erosion and Sediment Control.
1.03 DEFINITIONS
A. Clearing: Clearing shall include the removal and disposal of vegetative growth such
as trees, shrubs, brush and other vegetation, boulders/rocks, down timber, rotten
wood, rubbish, and other objectionable materials, except such objects that are
designated to remain.
1. It shall include but not be limited to the removal of non-permanent structures
and other obstructions interfering with the construction.
B. Grubbing: Grubbing shall include the removal and disposal of stumps, roots,
vegetative matter, sod, topsoil, and structures in or upon the ground, the removal of
which is not prescribed as clearing.
1.04 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures
B. Submit Contractor’s plan for handling of material removed during site clearing and
grubbing fourteen (14) calendar days following the Notice to Proceed.
1.03 PERFORMANCE REQUIREMENTS
A. PROTECTION:
1. Site preparation shall not damage structures, landscaping, or vegetation
outside of the limits of the Work. The Contractor shall repair or replace any
damaged improvements, including but not limited to structures, equipment,
landscaping or vegetation, and road surfaces.
2. The Contractor shall construct and maintain temporary erosion and
sedimentation controls on the site to protect adjacent surfaces and storm
drain systems as specified in Section 31 25 00 – Erosion and Sediment
Control.
NCRTS Scale Replacement 31 10 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
3. Prior to commencing clearing and grubbing work, the Contractor shall
establish basic erosion control measures. The Contractor’s proposed
temporary haul roads, beyond those identified in the Contract Documents,
shall be submitted to the Owner’s Representative for approval.
4. The Contractor shall employ such measures as necessary to prevent surface
runoff from entering excavations and trenches and re-establish and maintain
erosion control measures as the work progresses.
5. The Contractor shall provide protection devices, including barricades, fencing,
warning signs, lights, and other measures necessary to ensure the security
of, and safety within, the project site during the duration of the Work.
6. Protect existing trees and vegetation unless designated for removal or
approved by the Owner’s Representative.
a. Protect existing trees and other vegetation, unless designated for
removal, against cutting, breaking or skinning of roots, skinning or
bruising of bark, smothering of trees by stockpiling construction
materials or excavated materials within drip line, excess foot or
vehicular traffic, or parking of vehicles within drip line.
b. Provide protection for roots over 1-1/2 inch diameter that are cut
during construction operations.
1) Coat cut faces with an emulsified asphalt, or other acceptable
coating, formulated for use on damaged plant tissues.
2) Temporarily cover exposed roots with wet burlap to prevent
roots from drying out; cover with earth as soon as possible.
B. RESTORATION:
1. The Contractor shall restore any public or private improvement facility,
structure, or land and landscaping within the limits of the Work that is
damaged or injured directly or indirectly by or on account of an act, omission,
or neglect in the execution of the Work.
a. Restore to a condition substantially equivalent to that existing before
such damage or injury occurred, by repairing, rebuilding, or otherwise
affecting restoration thereof, or if this is not feasible, make a suitable
settlement with the owner of the damaged property.
2. The Contractor shall restore and/or repair any property outside of the limits of
the Work that is damaged during the course of Work. Use a restoration
process that follows the same guidelines as those outlined for restoration of
facilities within the limits of the Work.
3. Restoration of existing curbs, gutters, sidewalks, or paved areas will be in
accordance with the Specifications and the details shown on the Drawings.
Project No. RR8744 31 10 00-2 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
a. Restoration of these items shall be “in kindâ€, unless shown otherwise
on the Drawings or directed by the Owner’s Representative.
PART 2--NOT USED
PART 3--EXECUTION
3.01 CLEARING AND GRUBBING
A. Remove trees, shrubs, grass and other vegetation, improvements, or obstructions as
required to permit installation of new construction. Removal includes digging out and
disposing of stumps and roots.
B. The Contractor shall notify Owner’s Representative 48 hours prior to commencing
any clearing and grubbing activities, including that intended for survey or other site
investigation work.
C. Clear identified areas of trees, shrubs and other vegetation within the Construction
Limits:
1. Completely remove stumps, roots, and other debris protruding through
ground surface.
2. Use only hand methods for grubbing inside drip line of trees indicated to
remain.
3. Cut minor roots and branches of trees not indicated to be removed in a clean
and careful manner, where such roots and branches obstruct installation of
new construction.
4. Fill depressions caused by clearing and grubbing operations with satisfactory
soil material, unless further excavation or earthwork is indicated.
a. Place soil material in horizontal layers not exceeding six (6) inches
loose depth, and thoroughly compact to a density equal to adjacent
original ground.
5. Topsoil shall be stockpiled in an approved location and used to restore the
site after construction.
a. Topsoil and other overburden shall not be incorporated within new
embankments or fill areas.
D. Conduct clearing operations in a manner to prevent pollution of air and water in
accordance with Section 31 25 00 – Erosion and Sediment Control.
E. The Contractor shall notify the Owner’s Representative when satisfied that clearing
and grubbing operations have been completed and ready for site grading. The
Owner’s Representative shall examine the site for general acceptance of site
conditions.
NCRTS Scale Replacement 31 10 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
F. Material that is removed and is not to be incorporated in the Work shall be disposed
of off the site by the Contractor.
1. Materials resulting from the clearing and grubbing operation shall be hauled
to an approved off-site waste disposal site, secured by the Contractor and
shall be recycled and disposed of in such a manner as to meet the
requirements of state, county, and municipal regulations regarding health,
safety, and public welfare.
2. Burning on- or off-site is not permitted.
**END OF SECTION**
Project No. RR8744 31 10 00-4 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
DIVISION 31 22 00
GRADING
PART 1--GENERAL
1.01 SUMMARY
A. This Section specifies requirements for grading necessary for proper completion of the
Work.
1.02 RELATED SECTIONS
A. Section 31 23 00 – Excavation and Fill.
PART 2--NOT USED
PART 3--EXECUTION
3.01 GENERAL
A. When the work is at an intermediate stage of completion, provide adequate drainage.
3.02 ROUGH GRADING
A. Grading associated with earthmoving, cuts, excavations, and fills shall be in accordance
with Section 31 23 00 – Excavation and Fill.
B. Ditches shall be cleaned, reshaped, and maintained in a satisfactory condition until final
acceptance.
3.03 FINE AND FINISH GRADING
A. Grading shall produce uniform grades or slopes between spot elevations or contours
shown on the Drawings.
1. Finished surfaces shall be smooth, compacted, and free from irregularities.
2. Blend graded areas into existing surfaces.
C. Surfaces shall be proof-rolled with a fully loaded (ten (10) cubic yard minimum) dump
truck or ten (10) ton roller.
D. Proof-rolling shall be employed to check the Subgrade condition for identification of
soft/unstable and Unsuitable Material areas by the Owner Representative.
NCRTS Scale Replacement 31 22 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
E. Subgrade preparation shall be done with the subgrade in a suitable moisture condition
that shall not create unnecessary subgrade softening or stability problems.
F. As directed by the Owner’s Representative, provide additional compaction or remove
unsuitable subgrade materials and replace with gravel borrow.
G. Repair of any damage to subgrade caused by Contractor’s construction operations shall
be the responsibility of the Contractor at no additional cost to the Owner.
a. Such damage includes deforming, rutting, softening or otherwise destabilizing
the subgrade caused by hauling vehicles or other operations, failure to maintain
TESC measures, or failure to construct and maintain temporary drainage system
features.
b. Contractor shall regrade, or otherwise repair damaged subgrade areas to the
satisfaction of the Owner’s Representative.
1) Such repair may include removal and replacement of unstable material,
or placement of geotextile.
H. Moisture condition and compact subgrade to the specified density with heavy
compactor equipment.
I. Within five (5) feet of structures, compact by hand operated vibratory equipment.
J. Subgrade that is damaged or becomes unstable due to Contractor’s continued use of
haul equipment shall be repaired at Contractor’s expense.
K. All surfaces including ditches shall be free draining with no standing water.
L. Allowance for topsoil or surfacing section shall be made so that the specified thickness
of material can be applied to attain the finished grade.
M. Conduct operations in such a manner as to avoid damage to any previously constructed
structures and facilities.
3.04 TOLERANCES
1. Earthwork:
a. Conform to the grades and contours indicated on the Drawings.
b. Deviation from Scheduled Compacted Thickness: Plus or minus one-quarter
(1/4) inch.
c. Variation from Design Elevation: Plus or minus one (1) inch.
d. Variation from Design Horizontal Location: One (1) inch in any direction.
**END OF SECTION**
Project No. RR8744 31 22 00-2 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
SECTION 31 23 00
EXCAVATION AND FILL
PART 1--GENERAL
1.01 SUMMARY
A. Section specifies materials and execution requirements for excavation, subgrade
preparation, fills, backfilling, compaction, unsuitable material removal, hauling, and
stockpiling and disposal of excess material required for construction of the Work.
1.02 RELATED SECTIONS
A. Section 01 43 00 – Quality Assurance and Control.
B. Section 31 10 00 – Site Clearing.
C. Section 31 22 00 – Grading
D. Section 31 23 33 – Trench Safety Systems.
E. Section 31 25 00 – Erosion and Sediment Control.
1.03 DEFINITIONS
A. Backfill: Suitable soil used to raise previously excavated grades.
B. Compaction: Application of controlled forces on soils to achieve a prescribed soil
density.
C. Earthwork: Construction operations involving excavation, material classification,
processing, hauling, placement, compaction, disposal, and all other work activities
required in this Section.
D. Earthwork Plan: Written narrative describing the Contractor’s proposed means,
methods, and sequencing of the Earthwork operations.
E. Excavation: Removal of material.
F. Export Material: Material being removed from the Project Site.
G. Fill: Suitable soil used to raise grades.
H. Final Grade: Project Site elevations required at the end of construction as indicated
on the Drawings.
I. Grading: Redistribution of soils, primarily through the use of motorized construction
equipment such as bulldozers, scrapers, graders, loaders and the like, as well as
NCRTS Scale Replacement 31 23 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
hand work, to create the finished surface elevations and grades indicated on the
Drawings.
J. Hazardous Material:
1. As defined in in Section 01 35 29 – Health, Safety and Emergency Response
Procedures.
K. Import Material: Off-site source material brought into the Project Site by the
Contractor.
L. Over-excavation: Removal of material outside the limit indicated on the Drawings.
M. Proof-rolling: The act of traversing a suitably heavy piece of equipment across a
proposed subgrade for the purpose of identifying any areas which yield and therefore
are deemed unsuitable soils.
N. Subgrade: The undisturbed earth or the compacted soil layer defined on the
Drawings as the grade upon which fill, backfill, structural foundations, or pavement
materials are subsequently placed, or the exposed soil layer at the bottom of
excavation areas.
O. Suitable Material:
1. Import material and/or material excavated on-site determined by the Owner’s
Representative to be appropriate for use as Fill and/or Backfill.
P. Unsuitable Material:
1. Materials obtained from on-site excavation not meeting the specified
requirements of materials specified for on site uses, or which yield
excessively and unpredictably under load, whether vertical or horizontal.
2. Unsuitable material may include unstable soils, boulders, rocks, construction
debris, metal, organic materials, high silt or clay content materials, concrete
rubble, or woody debris.
3. Unsuitable material may include suitable material that is unconsolidated, or
loose, or that contains excess moisture which has no immediate effective
remedy.
1.04 REFERENCES:
A. Section incorporates by reference the latest revision of the following documents. They
are a part of this Section insofar as specified and modified herein. In the event of
conflict between the requirements of this Section and those of the listed documents,
the requirements of this Section shall prevail.
B. Unless otherwise specified, references to documents shall mean the documents in
effect on the effective date of the Agreement. If referenced documents have been
discontinued by the issuing organization, references to those documents shall mean the
Project No. RR8744 31 23 00-2 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
replacement documents issued or otherwise identified by that organization or, if there
are no replacement documents, the last version of the document before it was
discontinued.
Reference Title
AASHTO TP 61 Determining the Percentage of Fracture in Coarse Aggregate
ASTM C94 Standard Specification for Ready-Mixed Concrete
ASTM C150 Standard Specification for Portland Cement
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use in Concrete
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D422 Standard Test Method for Particle-Size Analysis of Soils
ASTM D1557 Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort
ASTM D6938 Standard Test Method for In-Place Density and Water Content
of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)
WAC 173-350-220 Composting Facilities
1.05 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures
B. Earthwork Plan:
1. Within twenty-one (21) calendar days following the Notice to Proceed, submit a
narrative describing the Contractor’s proposed means, methods, and
sequencing for each phase of the earthwork operations. The narrative shall
include drawings, diagrams, and/or tables.
2. Drawings and diagrams shall be included which, at a minimum, depict:
a. Progression of work areas;
b. Stockpile areas;
c. Vehicle access;
d. Typical load out configuration (excavators, conveyors, trucks, etc.);
e. Location of haul roads.
3. The plan shall also include:
f. Methods to be used for protection of the permanent subgrade from
disturbance by construction operations including on site hauling traffic;
NCRTS Scale Replacement 31 23 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
g. Relation to other Project Site work (building construction, paving,
utilities installation, etc.);
h. Surface water management;
i. Identification of potential off-site disposal sites.
C. Supplier information.
a. Name of imported material suppliers.
b. Imported material certificate of conformance with the Specifications for each
source of material.
c. Quantity of imported material from each source of material.
d. Data sheets demonstrating that each source of imported material complies with
the requirements of the Specifications.
e. Source Quality Control Information: Provide in accordance with requirements of
this Section; see Part 2 – Products and Section 01 43 00 – Quality Assurance
and Control.
f. Samples of proposed imported materials of sufficient size to allow for Owner’s
Representative confirmation testing of materials.
D. Certified waybills, delivery tickets and bills of lading: In accordance with provisions of
this Section within twenty-four (24) hours of each delivery.
1.06 QUALITY ASSURANCE
A. Perform Work in accordance with Section 01 43 00 – Quality Assurance and Control.
B. Testing and Inspections:
1. The Contractor shall provide testing and inspections for Source Quality Control for
materials proposed for incorporation into the Work, in accordance with the
requirements of this Section.
a. Allow sufficient, reasonable time in work schedule for Owner’s testing service to
sample, test, and provide test results of source material for verification and
Field Quality Assurance.
2. Field Quality Assurance at the Project Site shall be provided by the Contractor which
shall include a qualified soils testing and inspection service during earthwork
operations.
a. Field Quality Assurance testing shall be the primary source of information for
Owner and Contractor verification that Contractor is meeting all design
requirements.
Project No. RR8744 31 23 00-4 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
b. Allow Owner testing service to sample materials and perform field tests of
placed materials.
c. Allow sufficient, reasonable time in work schedule for results of Owner’s testing
services to be reported before proceeding on with subsequent work.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Obtain permits and licenses required by authorities having jurisdiction for the legal
transport of all material to and from the Project Site.
B. Documentation: Provide certified waybills, delivery tickets and bills of lading as follows:
1. Export Material:
a. Provide bills of lading demonstrating the legal transfer of ownership of
Export Material departing the Project Site.
2. Import Material: Provide certified waybills and delivery tickets.
3. Provide certified waybills, delivery tickets and bills of lading paperwork to the
Owner’s Representative on a daily basis,
4. Documentation shall contain the following information, complete and accurately
recorded:
a. Date and the time that the material entered or departed the Project
Site.
b. Driver identification.
c. Vehicle identification, configuration, tare weight.
d. Material classification.
e. Material weight in tons to the nearest one-hundredth (1/100) of a ton
(20 pounds).
1.09 PROJECT CONDITIONS
A. Protect survey monuments as described in Section 01 43 20 – Surveying.
C. Protect the permanent subgrade from disturbance and degradation by construction
operations including on site hauling operations.
D. Contractor is responsible for replacing subgrade that is damaged by its construction
operations at no cost to the Owner.
NCRTS Scale Replacement 31 23 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
PART 2--PRODUCTS
2.01 Materials
A. Controlled Density Fill (CDF):
1. Materials:
a. Portland Cement: ASTM C 150, Type I or Type II.
b. Fine Aggregate, Class 1 or 2, that is uniform in quality and substantially
free from wood, roots, bark, and other deleterious material, and shall
meet the gradation requirements in Table 1, below.
Table 1
Fine Aggregate Gradation RequirementsFine Aggregate Gradation Requirements Fine Aggregate Gradation Requirements
Class 1 Class 2
Sieve SizeSieve Size Sieve Size Percent Passing by WeightPercent Passing by Weight Percent Passing by Weight Percent Passing by WeightPercent Passing
by Weight Percent Passing by Weight
3/8 Inch Square 100 100
U.S. No. 4 95 – 100 95 – 100
U.S. No. 8 68 – 86
U.S. No. 16 47 – 65 45 – 80
U.S. No. 30 27 – 42
U.S. No. 50 9 – 20 10 – 30
U.S. No. 100 0 – 7 2 – 10
U.S. No. 200 0 – 2.5 0 – 2.5
c. Fly Ash: ASTM C 618, Type F.
d. Water: Free of any deleterious material, meeting the requirements of
ASTM C 94
2. Proportioning:
a. Proportioning shall be per Table 2, below.
Table 2
CDF MixtureCDF Mixture CDF Mixture
Item Requirement
Portland Cement 50 pounds
Fine Aggregate, Class 1 or 2 3,300 pounds
Fly Ash 300 pounds
Water 300 pounds max.
Air Entrainment Admixture Per manufacturer’s recommendations
B. Crushed Surfacing: Crushed surfacing shall be manufactured from ledge rock, talus, or
gravel.
1. The material shall be uniform in quality and substantially free from wood, roots,
bark, and other deleterious material, and shall meet the quality test
requirements in Table 3, below.
Project No. RR8744 31 23 00-6 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
Table 3
Crushed Surfacing Quality Test RequirementsCrushed Surfacing Quality Test Requirements Crushed Surfacing Quality Test Requirements
Item Requirement
Los Angeles Wear, 500 Rev. 35% max.
Degradation Factor – Base Course 25 min.
Degradation Factor – Top Course 15 min.
2. Crushed surfacing shall meet the requirements of Table 4, below, for quality and
gradation.
Table 4
Crushed Surfacing Gradation RequirementsCrushed Surfacing Gradation Requirements Crushed Surfacing Gradation Requirements
Crushed Surfacing Base Crushed Surfacing Top Course
Course (CSBC)Course (CSBC) Course (CSBC) (CSTC)(CSTC) (CSTC)
Sieve SizeSieve Size Sieve Size Percent Passing by WeightPercent Passing by Weight Percent Passing by Weight Percent Passing by WeightPercent Passing by
Weight Percent Passing by Weight
1-1/4 Inch Square 100
1 Inch Square 80 – 100
3/4 Inch Square 100
5/8 Inch Square 50 – 80
1/2 Inch Square 80 – 100
U.S. No. 4 25 – 45 46 – 66
U.S. No. 40 2 – 18 8 – 24
U.S. No. 200 7.5 max. 10.0 max.
% Fracture 75 min. 75 min.
Sand Equivalent 40 min. 40 min.
3. The fracture requirement shall be at least one (1) fractured face and shall apply
to the combined aggregate retained on the U.S. No. 4 sieve in accordance with
the field operating procedures for AASHTO TP 61.
4. The portion of crushed surfacing retained on a U.S. No. 4 sieve shall not contain
more than fifteen-hundredths (0.15) percent wood waste.
C. Gravel Backfill for Drains:
1. Gravel backfill for drains shall conform to the gradation requirements of Table 5,
below.
2. Alkali silica reactivity testing is not required for gravel backfill for drains.
Table 5
Gravel Backfill for Drains Gradation RequirementsGravel Backfill for Drains Gradation Requirements Gravel Backfill for Drains Gradation Requirements
Sieve Size Percent Passing by Weight
1 Inch Square 100
3/4 Inch Square 80 – 100
3/8 Inch Square 10 – 40
U.S. No. 4 0 – 4
U.S. No. 200 0 – 2
NCRTS Scale Replacement 31 23 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
D. Gravel Borrow:
1. Gravel borrow shall be a granular material, essentially free from various types of
wood waste and other deleterious materials.
2. Gravel borrow shall conform to the gradation requirements of Table 6, below.
Table 6
Gravel Borrow Gradation RequirementsGravel Borrow Gradation Requirements Gravel Borrow Gradation Requirements
Sieve Size Percent Passing by Weight
4 Inch Square 100
2 Inch Square 75 – 100
U.S. No. 4 50 – 80
U.S. No. 40 30.0 max.
U.S. No. 200 5.0 max.
Sand Equivalent 50 min.
E. Pipe Bedding:
1. Pipe bedding shall be free from various types of wood waste or other deleterious
materials.
2. Pipe bedding outside of areas to receive pavement shall consist of crushed,
processed, or naturally occurring granular material. The material shall meet the
grading and quality requirements of Table 7, below.
Table 7
Pipe Bedding (NonPipe Bedding (Non-Pipe Bedding (Non---Paved Areas)Paved Areas)Paved Areas) Paved Areas) Gradation RequirementsGradation RequirementsGradation
Requirements Gradation Requirements
Sieve Size Percent Passing by Weight
1-1/2 Inch Square 100
1 Inch Square 75 – 100
5/8 Inch Square 50 – 100
U.S. No. 4 20 – 80
U.S. No. 40 3 – 24
U.S. No. 200 10.0 max.
Sand Equivalent 35 min.
3. Pipe bedding in areas to receive pavement shall consist of pea gravel. Pea
gravel for pipe zone bedding shall consist of screened, rounded sand or gravel.
It shall have such characteristics of size and shape that it will compact readily
and shall meet the gradation requirements in Table 8, below.
Table 8
Pipe Bedding (Paved Areas) Grading RequirementsPipe Bedding (Paved Areas) Grading Requirements Pipe Bedding (Paved Areas) Grading Requirements
Sieve Size Percent Passing by Weight
3/4 Inch Square 100
3/8 Inch Square 80 – 100
U.S. No. 8 0 – 10
U.S. No. 200 3.0 max.
Project No. RR8744 31 23 00-8 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
4. On-site excavated granular material free from wood waste, organic material, and
other deleterious materials, not otherwise conforming to Table 7 may be used
for pipe bedding for rigid pipes outside of areas to receive pavement, provided
the granular material has a maximum dimension of one and one-half (1.5)
inches and subject to written acceptance of the Owner’s Representative in
advance.
F. Sand: Sand shall conform to the gradation requirements of Table 9, below.
Table 999
Sand Gradation RequirementsSand Gradation Requirements Sand Gradation Requirements
Sieve Size Percent Passing by Weight
1/2 Inch Square 90 – 100
U.S. No. 4 57 – 100
U.S. No. 10 40 – 100
U.S. No. 50 3 – 30
U.S. No. 100 0 – 4
U.S. No. 200 0 – 3.0
G. Imported Topsoil
1. Imported topsoil be in accordance with Section 32 92 13 – Seeding.
H. Washed Sand
1. Washed sand shall meet the following gradation:
Sieve Size Percent Passing
1/4â€-3/8†100%
#46 99%
#10 65%
#20 #18 35%
#40 #20 + #35 <30%
#40 + #60 <15%
#100 2-10%
#200 1-5%
2.02 SOURCE QUALITY CONTROL
A. The Contractor shall develop, manage, implement, adjust and continuously monitor
quality control at the source of materials to be incorporated into the Work of this Project.
B. The Contractor shall insure, by means of testing and inspections, that the materials
delivered to the Project Site comply with the gradations and material specifications
indicated in this Section.
1. Sampling of the material source shall be performed by the Contractor in
accordance with ASTM D 75.
NCRTS Scale Replacement 31 23 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
2. Materials shall be sampled and tested for gradation per ASTM D 422 at a
minimum of one (1) per source.
3. Do not unload material at the Project Site that has not been determined in
advance by the Owner’s Representative to be suitable material in accordance
with the requirements of this Section.
C. Employ a qualified testing and inspection service to provide the necessary quality
control testing at the source.
1. The Contractor’s testing and inspections subcontractor shall not be the same as
any firm employed by the Owner in the capacity of performing testing and
inspections for this Project.
D. The Contractor’s testing and inspections shall be conducted in accordance with the
standards and methods identified in this Section.
E. Submit source quality control testing and inspection paperwork to the Owner’s
Representative not less than 48 hours in advance of earliest proposed delivery.
1. Gradation Analysis: Show conformance of proposed material to the
requirements of this Section.
2. Samples:
a. Samples shall be representative of the source pit.
b. Provide a one-half (0.5) cubic foot clear polyethylene bag of each
material proposed for use in accordance with the requirements of this
Section.
PART 3--EXECUTION
3.01 PREPARATION
A. Prior to the beginning of construction, verify all lines, limits, grades, and survey controls.
Provide grade control in accordance with Section 01 43 20 – Surveying.
B. The locations of existing utilities indicated on the Drawings are approximate. Physically
verify the location and elevation of existing utilities prior to starting construction. Mark
the ground surface where existing underground utilities are discovered.
C. Shoring shall be provided as required in Section 31 23 33 – Trench Safety Systems.
D. Clearing and grubbing shall be provided in accordance with Section 31 10 00 – Site
Clearing. The prepared surfaces shall not contain standing water and shall be free of
loose material, foreign objects, and rocks greater than 6 inches in maximum dimension.
E. All excavation is unclassified and includes excavation to elevations indicated, regardless
of character of materials and obstructions encountered.
Project No. RR8744 31 23 00-10 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
F. Unauthorized excavation, as well as remedial work directed by Owner’s Representative,
shall be at Contractor’s expense. Backfill and compact unauthorized excavation as
specified for authorized excavations, unless otherwise directed by Owner’s
Representative.
G. Protect excavations from surface water run-on and erosion.
3.02 CONSTRUCTION
A. Excavation:
1. Should the Contractor excavate beyond the required limits without prior
permission from the Owner’s Representative, Contractor shall replace such
excavation with suitable materials, in a satisfactory manner and condition,
without additional cost to the Owner.
2. The Owner’s Representative shall have complete control over utilization of all
excavated material and shall be the final authority in determining the suitability
of excavated material to be used as fill, backfill, or hauled off-site.
3. Excavation of every description, classification, and of whatever substances
encountered within the limits shall be performed to the lines and grades
indicated on the Drawings.
4. During the earthwork process, the Contractor shall maintain the Project Site in
such condition that it shall be drained at all times and install temporary drains
and drainage ditches to intercept or direct surface water which may adversely
affect the condition of the Work.
5. Conditions of excessive moisture may require that the Contractor temporarily
suspend operations until drying weather permits use of the material, or the
materials are drained or aerated to optimum moisture content.
a. Contractor shall not be entitled to additional compensation for the
suspension of work associated with excessive moisture conditions.
6. Excavation of Unsuitable Materials: In cases where unsuitable material such as
mud, muck, or highly organic material is encountered within the limits of the
work, the Owner’s Representative may direct the subgrade to be excavated
below the limit shown on the Drawings and replaced with suitable material.
Excavation and replacement with suitable materials shall only be performed
where directed in writing by the Owner’s Representative.
7. Excavated temporary slopes shall not exceed one and one-half (1.5) horizontal
to one (1) vertical for excavation.
8. Notify Owner’s Representative immediately in the event that any suspected
contaminated or hazardous material is encountered on site.
B. Export Material Excavation, Haul, and Disposal:
NCRTS Scale Replacement 31 23 00-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
1. Contractor shall be responsible for excavation, haul, and disposal of unsuitable
material.
C. Over-excavation:
1. Over-excavation below the elevations indicated on the Drawings shall be with
the approval of the Owner’s Representative.
2. Over-excavated material shall be replaced with gravel borrow, placed as
specified herein.
3. Over-excavation to prepare subgrade shall not exceed two (feet) in road sections
and eighteen (18) inches in utility trenches, unless directed otherwise by the
Owner’s Representative.
D. Fill and Backfill:
1. Subgrade Preparation:
a. Bench existing slope areas that are to receive fill as shown on the
Drawings.
b. Proof-roll surface with minimum ten (10) ton roller equipment, or other
equipment approved by the Owner’s Representative to detect soft
areas.
1) Where equipment access constraints exist, subgrade probing
may be employed to detect soft areas, subject to approval by
the Owner’s Representative.
c. Over-excavate and backfill soft areas with compacted gravel borrow.
d. Compact Subgrade as specified in Paragraph 3.05.
e. The Owner’s Representative shall approve subgrade prior to filling.
Do not place any fill until receiving favorable review from the Owner’s
Representative.
2. Placement of Fills and Backfills:
a. Place fill at the locations and to the lines and grades indicated on the
Drawings using specified materials.
b. Fill material shall not be placed over wet, frozen, or unsuitable
subgrade.
c. Place fill in continuous horizontal layers, not exceeding eight (8) inch
loose thickness between compaction cycles. Thinner lifts may be
required to achieve compaction requirements.
Project No. RR8744 31 23 00-12 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
d. Moisture condition and compact materials to achieve the requirements
of this Section. Fill material moisture content shall be maintained within
three (3) percent of the optimum moisture content.
e. Compaction within five (5) feet of structures shall be performed with
hand operated equipment.
f. The required number of passes should be determined in the field by
means of tests on small experimental embankments. It shall be a
minimum of six (6) passes of the roller.
g. Fill slopes shall be over constructed and trimmed to final grade.
E. Stockpile:
1. Contractor may create temporary stockpile areas on the Project Site at locations
designated by the Contractor and approved by the Owner’s Representative to
facilitate Contractor’s work sequence.
2. Locate temporary stockpile areas so as not to interfere with the surface water
drainage system.
3. Stockpiles shall not exceed twelve (12) feet in height, or have side slopes
steeper than one (1) horizontal to one (1) vertical, and shall be protected from
erosion using specified temporary erosion and sediment control measures
specified in Section 31 25 00 – Erosion and Sediment Control.
4. Clear, grub and strip stockpile areas as required in accordance with Section 31
10 00 – Site Clearing.
5. Spread stockpiled soil in loose lifts not exceeding twelve (12) inches thick and
compacted to the density specified in Paragraph 3.05.
6. Different material types shall be segregated into different stockpiles to prevent
cross contamination.
F. Grading:
1. Grading shall be in accordance with Section 31 22 00 - Grading.
G. Structural Earthwork:
1. Excavate to the depths shown on the Drawings for structural components of
work such as gravity retaining walls.
2. It is Contractor’s responsibility to coordinate and provide excavation support as
required to perform the work accounting for existing structures and other work.
3. Extend excavations laterally a minimum of two (2) feet from walls and footings,
at base level, to allow clearance for observation and formwork.
NCRTS Scale Replacement 31 23 00-13 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
4. Proof-roll subgrade under foundation and slab areas with a fully loaded dump
(ten (10) cubic yard minimum) truck, space and access permitting, to locate
unsuitable subgrade materials. Probing of confined subgrade areas may be
employed to detect soft spots and unsuitable materials, as approved by the
Owner’s Representative.
5. As directed by the Owner’s Representative, remove unsuitable foundation
materials and replace with compacted gravel borrow.
6. Foundation materials that become unsuitable by Contractor construction
operations shall be repaired at Contractor’s expense in a method agreed to by
the Owner’s Representative.
7. All foundation surfaces shall be approved by the Owner’s Representative prior to
placing reinforcement.
8. Backfill materials around structures shall be gravel borrow.
9. Prior to backfilling, remove forms and clean excavation of trash and debris.
10. Do not place backfill until structure and other buried work has been observed
and approved by the Owner’s Representative.
11. If concrete is installed, do not backfill until concrete has reached a compressive
strength of three thousand (3,000) psi.
12. Place moisture conditioned backfill in horizontal lifts not exceeding eight (8)
inch loose lifts. Compact to specified density. Raise backfill evenly around
structures.
13. Within five (5) feet of earth retaining structures, use hand operated vibratory
compactors. Do not use heavy equipment or hydraulic hoepacs within this
distance. It may be necessary to reduce lift depths in this area to meet
compaction requirements.
H. Utility Trenching and Backfill
1. Perform trench excavation by open cut.
2. Sawcut and remove asphalt pavement and treated base as required.
3. In areas which allow reuse of native material for backfill, temporarily stockpile
material in an orderly manner a safe distance (at least equal to the trench
depth) from the trench.
a. Materials that shall not be used for backfill shall be removed.
4. Comply with regulatory requirements for trench safety as specified in Section 31
23 33 – Trench Safety Systems.
Project No. RR8744 31 23 00-14 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
5. Excavate the bottom of the trench to the lines and grades shown on the
Drawings with allowance for pipe thickness and bedding.
a. Minimum trench widths for pipes for surface water drainage, water, and
wastewater shall be as follows:
1) For pipes 15 inches and under, trench width = I.D. + 30 inches.
Pipe centered in trench.
2) For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18
inches. Pipe centered in trench.
6. Remove rocks and cobbles larger than three (3) inches in maximum dimension
from the trench bottom.
7. Where in the opinion of the Owner’s Representative, the undisturbed condition
of the trench bottom is not adequate for support of the utility, stabilize the
trench bottom as directed. Stabilization may consist of removal and
replacement of unsuitable material and/or placement of geotextile. Payment
shall not be made for inadequate foundation conditions that are caused by
Contractor’s failure to provide adequate protection for trench foundations.
a. Trench bottoms scarified by excavation process shall be compacted to
minimum density requirements of this Section.
8. Place bedding on approved trench bottom to a depth shown on the Drawings.
a. Place bedding before pipe or conduit is installed.
b. Spread bedding so that the pipe is uniformly supported along the barrel.
1) Dig bell holes and depressions for joints after the trench bottom
has been graded and compacted. In order that the pipe rest on
the bedding for as nearly its full length as practicable, bell holes
and depressions shall be only of such length, depth and width
as required for properly making the joint.
c. Do not use blocking to adjust the pipe to grade.
9. Compact bedding to specified density.
10. After pipe or conduit has been properly laid and inspected, place and compact
bedding around pipe to springline. Bring lifts up together on both sides of pipe
or conduit and work the initial backfill under the haunches by means of a
shovel, haunch tool, vibration, or other approved method.
11. Continue placing bedding to a depth over the pipe shown on the Drawings.
Place in lifts not exceeding eight (8) inches loose depth. Compact with hand
held vibratory compactors to the specified density.
NCRTS Scale Replacement 31 23 00-15 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
12. Subsequent backfill shall be specified material as shown on the Drawings.
Place in a maximum of eight (8) inch loose lifts and compact to the specified
density. Use hand held vibratory compactors for depths less than two (2) feet
clear over the pipe.
13. Gravel borrow shall be used as backfill over pipe unless otherwise approved by
the Owner’s Representative.
14. On-site excavated materials may be used as backfill over pipe with the approval
of the Owner’s Representative. On-site materials to be used as backfill over
pipe shall not have any pieces greater than four (4) inches across and no wood
or wood waste, organic material, or other deleterious material.
15. For all piping or conduits to be placed in any filled or excavated and backfilled
areas, such as at manholes or for building connections, the specified backfill
material shall be first compacted to the surface level, or at least 3 feet from the
top of the piping or conduit elevation, and then retrenched to pipe grade.
I. Disposal of Excess Soil and Waste Materials:
1. All excess soil and waste material shall be disposed of off-site at approved
disposal sites.
3.03 FIELD QUALITY CONTROL
A. Contractor shall perform quality control testing and inspections as necessary to ensure
that quality requirements are met.
B. Testing shall include compaction density testing of compacted subgrade, fill and backfill
in accordance with ASTM D6938 to ensure compliance with the compaction densities
specified herein.
C. Owner shall independently perform field inspection and testing as a check of the quality
of the work.
D. If field tests indicate work does not meet the specified compaction requirement, remove
and replace or recompact.
E. Frequency of field compaction tests: Contractor shall perform field tests as necessary
to assure compliance with this Section and not less frequently than indicated in Table
10, below.
1. Coordination and scheduling for testing shall be arranged at the Weekly
Construction Meeting.
Project No. RR8744 31 23 00-16 NCRTS Scale Replacement
5/29/2015 10:33 AM Bid Set May 2015
Table 1000
Minimum Frequency of Compaction TestingMinimum Frequency of Compaction Testing Minimum Frequency of Compaction Testing
Material/Location Test Frequency Notes
Trench Subgrade One test every 100 feet At least one test for shorter
trenches
Trench Bedding/Backfill One test every 100 feet per At least one test per every
every second lift second lift for shorter
trenches
Subgrade for Structures One test per lift
Fill/Backfill for Structures One test every 2,500 square Narrow backfill areas behind
feet per lift walls at every 20 lineal feet
per every third lift
Subgrade for Roadways One test every 100 feet One additional test in poor
subgrade areas
Base Courses for Roadways One test every 100 feet per At least one test per lift for
lift shorter roadways
3.04 PROTECTION
A. Protect existing and new structures, utilities, pavements, and other facilities from
damage caused by compaction, settlement, lateral movement, undermining, washout,
and other hazards created by earthwork operations.
3.05 COMPACTION SCHEDULE
A. Earthwork material compaction shall meet the following criteria. All compaction
densities are based on maximum density as determined by ASTM D1557 (Modified
Proctor).
B. Subgrade of over-excavation areas: Proof-roll areas; ninety (90) percent compaction.
C. Subgrade:
1. Ninety (90) percent for fill areas and landscape areas.
2. Ninety-two (92) percent for utility trench.
3. Ninety-five (95) percent for areas to receive pavement or structures including
vaults and utility trenches within three (3) feet of final grade.
D. Gravel borrow: Ninety-five (95) percent.
F. Crushed Surfacing Base Course and Top Course: Ninety-five (95) percent.
H. Utility trench bedding and backfill: Ninety-two (92) percent.
**END OF SECTION**
NCRTS Scale Replacement 31 23 00-17 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:33 AM
SECTION 31 23 33
TRENCH SAFETY SYSTEMS
PART 1--GENERAL
1.01 SUMMARY
A. Section includes shoring of excavations to protect the Work, existing improvements
and to provide safe working conditions in accordance with applicable local, state, and
federal safety codes.
B. Related Sections
1. Section 31 23 00 – Excavation and Fill.
2. Section 33 10 00 – Water Utilities.
3. Section 33 30 00 – Wastewater Utilities.
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed
herein. The following is a list of standards referenced in this Section.
1. Revised Code of Washington (RCW) Section 39.04.180 Trench Excavations -
Safety Systems Required.
2. Washington Industrial Safety and Health Act (WISHA), Chapter 49.17 R.C.W.
3. WAC (Washington Administrative Code) 296-155 Safety Standards for
Construction Work
1.03 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures.
B. Submit a written Shoring Plan prepared by a professional engineer licensed in the
State of Washington for each location where shoring is required.
C. Submit the Shoring Plan a minimum of twenty-one (21) days prior to the start of any
earthwork operations that will require shoring.
1.04 SYSTEM REQUIREMENTS
A. All cribbing, sheeting, and shoring shall be designed by a licensed professional
engineer and meet the requirements of WAC 296-155.
NCRTS Scale Replacement 31 23 33-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
B. The sheeting and shoring for trench work shall be in strict conformance with the
following:
1. Provide all materials, labor, and equipment necessary to shore trenches to
protect the Work, existing property, utilities, pavement, and other
improvements.
2. Provide safe working conditions in the trench.
3. Contractor may elect to use any combination of shoring and overbreak,
tunneling, boring, sliding trench shield, or other method of accomplishing the
Work consistent with applicable local, State, and Federal safety codes.
4. If workers enter any trench or other excavation four (4) feet or more in depth
that does not meet the requirements for an open pit, it shall be shored.
5. The Contractor alone shall be responsible for worker safety.
6. Upon completion of the Work, remove all shoring, unless designated to
remain in place.
7. Shoring to be removed, or moveable trench shields or boxes, shall be located
at least two and one half (2.5) pipe diameters away from metal or
thermoplastic pipe if the bottom of the shoring, shield, or box extends below
the top of the pipe, unless a satisfactory means of reconsolidating the
bedding or side support material disturbed by the shoring removal can be
demonstrated.
8. Damage resulting from improper shoring or failure to shore shall be the sole
responsibility of the Contractor.
C. The Contractor is responsible for meeting all of the appropriate Federal, State and
local restrictions when operating in the trench or other on-site excavation.
PART 2–PRODUCTS – NOT USED
PART 3–EXECUTION
3.01 GENERAL
A. All trenches and excavations more than four (4) feet in depth shall be shored or laid
back in compliance with applicable Federal and State regulations.
1. The requirements of the Occupational Safety and Health Act (OSHA) and the
Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to
all excavation, trenching, and ditching operations on this project.
B. Shoring shall be required in all street excavation.
C. Sloping to the angle of repose will be permitted only in non-critical off-street areas.
Project No. RR8744 31 23 33-2 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
D. Providing sheeting, shoring, cribbing, cofferdams, and all aspects involved therein
shall be the sole responsibility of the Contractor.
E. Trench and excavation protection shall comply with the requirements of Chapter
49.17 RCW of the Washington Safety and Health Act, and Part N - Excavation,
Trenching, and Shoring of chapter 296-155 WAC.
F. Install and maintain sheeting, shoring, cribbing, cofferdams, and sloping necessary to
support the sides of any excavation to prevent any movement that may damage
adjacent facilities, delay the work, or endanger life and health.
G. The method of shoring shall be according to the Contractor’s Shoring Plan.
H. The design, planning, installation and removal, if required, of sheeting and bracing
shall be accomplished in such a manner as to maintain the required excavation or
trench section and to maintain the undisturbed state of soils below and adjacent to
the excavation.
I. Use any combination of shoring and over-excavation, tunneling, boring, sliding trench
shield, or other method allowed by the applicable local, state, and federal safety
codes.
J. Damages resulting from improper support or from failure to support excavations shall
be the sole responsibility of the Contractor.
K. In trenching operations, the use of horizontal strutting below the barrel of pipe or the
use of pipe as support for trench bracing will not be permitted.
L. Sheet piling and timbers in trench excavations shall be withdrawn in a manner so as
to prevent subsequent settlement of the pipe or additional backfill loading that might
overload the pipe.
M. That portion of cribbing or sheeting extending below the springline of pipe, shall be
left in place unless satisfactory means of reconsolidating bedding or side support,
disturbed by cribbing or sheeting removal, can be demonstrated.
N. If a movable trench box is used in lieu of cribbing or sheeting, and the bottom cannot
be kept above the springline of the pipe, the bedding or side support shall be
carefully reconsolidated behind the movable box prior to placing initial backfill.
O. When the construction sequence of structures requires the transfer of bracing to the
completed portions of any structure, secure written approval of the Owner’s
Representative prior to the installation of such bracing.
P. Where removal of sheeting would result in damage to adjacent utilities or other
property, the Owner’s Representative may order all or a portion of sheeting to be cut
off and left in place.
Q. Do not use the pipe or vault as support for trench bracing.
NCRTS Scale Replacement 31 23 33-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
R. Damages resulting from improper shoring and failure to shore shall be the sole
responsibility of the Contractor.
**END OF SECTION**
Project No. RR8744 31 23 33-4 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
SECTION 31 25 00
EROSION AND SEDIMENT CONTROL
PART 1--GENERAL
1.01 SUMMARY
A. Section specifies construction and maintenance of the drainage and temporary erosion
and sediment control systems, including but not limited to furnishing and delivery of
required materials; installation and maintenance of erosion and sedimentation control
measures; and temporary covering of graded slopes, excavations, embankments,
cleared, grubbed, or disturbed areas as well as protecting undisturbed areas, and
adjacent watercourses as shown on the Drawings, as required by the City of Arlington,
and as directed by the Owner’s Representative.
1.02 QUALITY CONTROL
A. REFERENCED STANDARDS:
1. Section references the latest revisions of the following documents. They are a
part of this Section as specified and modified. In case of conflict between the
requirements of this Section and those of the listed documents, the
requirements of this Section shall prevail.
Reference Title
ASTM D586 Standard Test Method for Ash in Pulp, Paper, and Paper
Products
ASTM D4355 Test Method for Deterioration of Geotextiles by Exposure to Light,
Moisture and Heat in a Xenon Arc Type Apparatus
ASTM D4397 Standard Specification for Polyethylene Sheeting for
Construction, Industrial, and Agricultural Applications
ASTM D4491 Test Methods for Water Permeability of Geotextiles by Permittivity
ASTM D4632 Test Method for Grab Breaking Load and Elongation of
Geotextiles
ASTM D4751 Test Method for Determining Apparent Opening Size of a
Geotextile
ASTM D5035 Standard Test Method for Breaking Force and Elongation of
Textile Fabric
ASTM D6475 Standard Test Method for Measuring Mass Per Unit Area of
Erosion Control Blankets
ASTM E1745 Standard Specification for Water Vapor Retarders Used in Contact
with Soil or Granular Fill under Concrete Slabs
SWMMWW Surface Water Management Manual for Western Washington, as
adopted by the City of Arlington
NCRTS Scale Replacement 31 25 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
Reference Title
Drainage Manual Snohomish County Drainage Manual, current edition
2. Comply with all applicable requirements of local, state, and federal agencies.
3. Conform to the requirements of the SWMMWW, as adopted by the City of
Arlington. At no time will sediment and debris be allowed to leave the
construction area.
4. Conform to local and state water quality standards for stormwater discharge.
1.03 EROSION AND SEDIMENT CONTROL (ESC) SUPERVISOR
A. Designate an ESC Supervisor who shall be responsible for the performance,
maintenance, and review of ESC measures and for compliance with all permit
conditions relating to ESC. The ESC Supervisor must be a Certified Erosion and
Sediment Control Lead (CESCL) with current State of Washington certification.
1.04 TEMPORARY EROSION AND SEDIMENT CONTROL (TESC) PLAN
A. The ESC measures shown on the Drawings shall be considered a minimum for this
project. Provide additional ESC facilities as required to protect the adjacent facilities
and property, comply with the applicable regulations, and as required by the Owner’s
Representative. Prepare a TESC Plan meeting the requirements of this paragraph
and the referenced standards.
B. The TESC Plan shall employ the latest best management practices (BMPs) and meet
the applicable requirements of the SWMMWW and Snohomish County Drainage
Manual. Utilize the materials and procedures of the Snohomish County Drainage
Manual and the applicable Civil Standard Details for proposed ESC measures not
covered by these Specifications.
C. The TESC Plan shall include, at a minimum, the following information about the ESC
systems proposed for use.
1. All submittal requirements indicated in the Drawings and Specifications.
2. Name, title, and qualifications/certification of the designated ESC Supervisor.
3. Identify all erosion control measures proposed for use, including those
already shown on the Drawings and specified.
4. Locations and construction details of all ditches, berms, culvert pipes,
sediment basins, filters, and basin outfalls.
5. Locations, types and quantities of all plantings, slope coverings, and ditch
liners.
6. Location and design of all construction entrance(s) and wheel wash(es).
Project No. RR8744 31 25 00-2 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
7. Installation, inspection, and maintenance schedule for TESC facilities.
8. Method and frequency of monitoring activities to assure compliance with
specified regulations.
9. Rerouting of existing surface and underground drainage pathways and
facilities within the site.
10. Location of traps and filters to collect transported sediment before entering
the existing drainage systems.
11. Location of outlets from subsurface drainage systems.
12. Methods of monitoring water quality and quantity.
13. Maintenance procedures of the ESC system.
14. Schedule for street sweeping of paved site areas impacted by sediment or
dust.
15. Methods to be used for erosion control in excavations, embankments, and for
boundary control.
D. Make changes to the TESC Plan and its implementation throughout the course of
construction as needed to meet the specified requirements based on the actual
construction methods, procedures, and observed performances of the systems.
1.05 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures
B. TESC Plan.
C. Product literature and data for all materials proposed in the TESC Plan.
PART 2--PRODUCTS
2.01 MATERIALS
A. Orange Safety Fence:
1. Fence: Fence material shall be Tenax Beacon Safety fence or approved
equal.
2. Posts: Two (2) inch by two (2) inch wood posts, standard or better, or metal
fence posts.
B. Erosion Control Matting:
1. Erosion control matting shall consist of a 100% coconut fiber matrix covered
NCRTS Scale Replacement 31 25 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
on the top and bottom with 100% biodegradable woven, natural, organic fiber
netting.
2. The blanket shall be sewn together on 1.50 inch centers with biodegradable
material.
3. The mass per unit area of the matting shall be at least 8 oz. per sq. yd. (ASTM
D 6475).
4. The minimum tensile strength in the machine direction shall be 100 lb/ft
based on the minimum average roll value (ASTM D 5035/ECTC).
5. The coconut fiber matting (coir) may be obtained from North American Green,
14649 Highway 41 North, Evansville, IN 47725, phone (800) 772-2040 or
Approved Equal.
6. Stakes shall be used to secure the coconut fiber matting.
a. The stakes shall be a minimum 15 inches long, cut from new, sound,
untreated 2 inch x 4 inch timbers.
b. One end of the stake shall be cut diagonally, beginning 1/8 inch to
1/4 inch from the edge, so that each stake has a 1/8-inch to 1/4-
inch tip.
c. Each stake shall have a nail placed on both sides approximately 1/2
inch from the top to secure matting.
C. Hydroseed and Mulch for Erosion Control:
1. Hydroseeding shall be used in areas indicated on the Drawings and meet the
requirements of Section 32 92 13 - Seeding.
D. Wood Cellulose Fiber Mulch:
1. Fiber shall be produced from natural or recycled (pulp) fiber. The fibers shall
not contain any rock, metal, or plastic. It shall be treated with a green dye
non toxic to plant and animal to facilitate inspection after placement of
material. When hydraulically sprayed on the ground, the material shall allow
for the absorption and percolation of moisture.
2. A letter of certification shall be provided during the submittal process which
certifies that the product contains less than 250 parts per million boron, and
shall be otherwise non-toxic to plants and animals. The organic matter
content shall be at least 90 percent on an oven-dry basis as determined by
ASTM D 586. The moisture content shall be no more than 15 percent as
determined by oven dried weight.
E. Straw Mulch:
1. Straw mulch shall be in an air-dried condition free of noxious weeds, seeds,
Project No. RR8744 31 25 00-4 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
and other materials detrimental to plant life.
2. Hay is not acceptable.
3. Straw mulch should be suitable for spreading with mulch blower equipment.
F. Plastic Sheeting:
1. Plastic sheeting shall be minimum 6-mil thick, polyethylene sheeting and
meet the requirements of the ASTM D 4397.
2. Plastic sheeting shall be UV-stabilized.
3. Plastic sheeting used for long-term soil cover (greater than one month) shall
be minimum 8 mil, scrim reinforced low density polyethylene laminated film
with polyester string reinforcement meeting ASTM E1745 Class C.
a. Acceptable products include:
1) Tuff-Scrim Poly TS8FR, Americover, 2067 Wineridge Pl., #F,
Escondido, CA 92029, phone (800) 747-6095.
2) Equivalent products by Dura-Skrim or Americover.
3) Or Approved Equal.
G. Temporary Silt Fence:
1. Filter Fabric:
a. Filter fabric fence shall meet the following requirements:
1) Provide filter fabric composed of rot-proof woven or non-
woven polymeric fibers oriented into a stable network such
that the fibers retain their relative positions with respect to
each other.
2) Provide filter fabric free of any chemical treatment or coating
which may significantly reduce permeability and flaws and
defects which could significantly alter its physical properties.
3) Provide filter fabric with ultraviolet ray inhibitors and
stabilizers.
4) Slit film woven fabric will not be allowed.
5) Provide filter fabric that meets the following physical property
requirements (values indicated are minimum average roll
values):
NCRTS Scale Replacement 31 25 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
Geotextile Property RequirementsGeotextile Property Requirements Geotextile Property Requirements
Supported Between
ASTM Test Unsupported Post with Wire or
Geotextile PropertyGeotextile Property Geotextile Property MethodMethod Method Between PostsBetween Posts Between Posts Polymeric MeshPolymeric Mesh
Polymeric Mesh
AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50
for all other geotextile types, U.S. No. 100
min
Water Permittivity D 4491 0.02 sec-1 min.
Grab Tensile D 4632 180 lb min. in 100 lb min.
Strength, in machine machine direction,
and x-machine 100 lb min. in x-
direction machine direction
Grab Failure Strain, D 4632 30% max. at 180 lb
in machine and x- or more
machine direction
Ultraviolet (UV) D 4355 70% strength retained min., after 500 hours
Radiation Stability in xenon arc device
2. Posts: 2 inch x 4 inch wood posts, standard or better; or steel fence posts.
3. Wire Mesh Fabric: 2 inch x 2 inch x 14 gauge.
H. Check Dams:
1. Check dams shall be constructed as shown in the Drawings.
I. Wattles:
1. Wattles shall consist of cylinders of biodegradable plant material such as
straw, coir, compost, or wood shavings encased a biodegradable or
photodegradable netting.
2. Wattles shall be at least five (5) inches in diameter.
3. Encasing material shall be clean, evenly woven, and free of encrusted
concrete or other contaminating materials.
4. Encasing material shall be free from cuts, tears, or weak places and shall
have an installed lifespan of greater than six months.
J. Catch Basin Inserts:
1. Catch basin inserts shall be prefabricated units specifically designed for inlet
protection and shall remain securely attached to the drainage structure when
fully loaded with wet sediment and debris.
2. Acceptable catch basin inserts include:
a. Dandy-Bag by Ten Cate (Mirafi), Pendergrass, GA.
Project No. RR8744 31 25 00-6 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
b. StreamGuard by Bowhead Mfg, Seattle, WA.
c. Gullywasher Filtersacks by Aqua Treatment Systems, Kent, WA.
d. Exert or Exert II by Seacor Environmental Products LLC, Seattle, WA.
e. Storm Sentinel 1341 by Enpac Corp., Auburn, WA.
f. Or Approved Equal.
PART--EXECUTION
3.01 INSTALLATION
A. General:
1. During the construction period, do not disturb areas beyond the construction
limits.
2. Maintain limits for the duration of the construction.
3. Construct the TESC facilities and features in the reviewed TESC Plan in
conjunction with clearing and grading activities, and in such a manner as to
ensure that sediment laden surface water does not enter the drainage system
or violate water standards.
4. Follow the construction sequence shown on the Drawings or the Contractor
developed sequence reviewed and commented on by the Owner’s
Representative.
5. Temporary cover measures may include but not limited to plastic sheeting,
hydroseeding, or straw mulch.
6. Temporary cover measures shall be compatible with the water quality treatment
system and earthwork operations.
7. Establish permanent vegetative cover in each area of Work at the earliest
possible date.
8. Inspect the erosion and sedimentation control facilities per the TESC Plan and
maintain as necessary to ensure their continued functioning.
B. Orange Safety Fence:
1. Use wood or metal posts spaced at a maximum of 6 feet to support the
fence.
2. Leave the fence in place, fully functional until directed to remove it by
the Owner’s Representative.
NCRTS Scale Replacement 31 25 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
Q. Erosion Control Matting:
1. Use erosion control matting on exposed slopes where required by
Owner’s Representative.
2. Unroll erosion control matting for slope protection parallel to the flow of
water.
3. Grade the surface smooth before placement for proper soil contact.
4. Bury matting at least 6 inches at the top and bottom ends of
installation. Overlap side edges of rolls a minimum of 4 inches.
5. Overlap ends of rolls a minimum of 6 inches.
6. Install fasteners per manufacturer’s recommendations.
7. If hand seeding is to be used, apply seed and fertilizer before installing
matting.
8. If hydroseeding, apply hydroseed before installing the matting.
F. Hydroseed and Mulch for Erosion Control
1. Hydroseed and mulch shall be in accordance with Section 32 29 13 –
Seeding.
G. Wood Cellulose Fiber:
1. Wood cellulose fiber shall be applied at a minimum rate of 1200
pounds (dry) per acre when used as a mulch cover.
H. Straw Mulch:
1. Straw mulch may be used as a temporary measure to control erosion on
exposed slopes.
2. The straw mulch shall be evenly spread a minimum of 2 inches thick, 4
inches thick during wet season construction (October 1 through April
30).
3. Hand methods may be used to place the straw mulch.
I. Plastic Cover:
1. Use plastic sheeting to control erosion on exposed slopes as directed by
the Owner’s Representative.
2. Use scrim-reinforced plastic cover in any area where the cover will be in
use for 30 days or more.
Project No. RR8744 31 25 00-8 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
3. Covering shall be installed and maintained tightly in place.
4. Secure the top edge of the top sheets along its full length in an anchor
trench.
5. All seams shall be taped or weighted down full length and have at least
a 5-foot overlap. Taped seams shall be weighted down along the entire
seam length at a 10-foot maximum spacing.
6. Equipment, tools, and materials shall not be stored on plastic covering
slopes.
7. Vehicles and workers shall remain off of plastic covering to the
maximum extent possible.
8. Sheeting applied over seeded slopes should be removed as soon as
possible after vegetation is well grown to prevent burning the vegetation
through the plastic sheeting.
9. Check regularly for rips and places where the plastic may be dislodged.
Maintain contact between the plastic and the ground. Air pockets under
plastic should be removed immediately to prevent ripping during winds.
10. Re-secure and replace plastic as necessary.
11. Plastic covering that is removed to access underlying soils shall be
restored to original condition unless approved otherwise by the Owner’s
Representative.
J. Temporary Silt Fence:
1. Install temporary silt fences as indicated on the Drawings.
2. Purchase filter fabric in continuous roll cut to the length of the barrier to
avoid use of joints.
3. When joints are necessary, splice filter fabric together only at a support
post, with a minimum 6-inch overlap, and both ends securely fastened
to the post.
4. Install temporary silt fence to follow ground contours, where feasible.
5. Do not side cast spoils on the downhill side of the fence.
6. When standard strength filter fabric is used, provide a wire mesh
support fence fastened securely to the upslope side of the posts using
heavy duty wire staples at least 1 inch long, tie wires, or hog rings.
7. Extend wire into the trench a minimum of 4 inches and not more than
36 inches above the original ground surface.
NCRTS Scale Replacement 31 25 00-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
8. Do not staple filter fabric to existing trees.
9. When extra-strength filter fabric and 6-foot maximum fence post
spacing are used, the wire mesh support fence may be eliminated,
subject to the approval of the Owner’s Representative. Staple or wire
extra-strength filter fabric directly to the posts while complying with all
other provisions of this Section.
10. Backfill the trench as indicated on the Drawings.
11. Inspect immediately after each rainfall and at least daily during
prolonged rainfall and remove accumulated sediment.
L. Check Dams
1. Check dams shall be installed per the Drawings.
M. Wattles
1. Wattles shall be installed per the detail on the Drawings.
N. Catch Basin Inserts:
1. Install in accordance with manufacturer’s recommendations.
2. Once insert fills with sediment remove, backflush and re-install.
3. If damaged, replace with a new insert.
4. Install catch basin inserts in all catch basins and inlets (existing and
new) within the Construction Limits and downstream of the Project Site
that may receive sediment laden surface water from the Site.
5. Simply placing a piece of geotextile under the grate is not acceptable.
3.02 TEMPORARY CONVEYANCES
A. Temporary conveyances not shown on the Drawings shall be designed and installed by
the Contractor. This includes pipes, slope drains, ditches, culverts, and related
structures.
3.03 STREET CLEANING
A. Self-propelled vacuum street sweepers shall be used to prevent the transport of
sediment and other debris tracked off of the entire Project Site throughout the
construction period and into the existing site roads and public right-of-way.
B. Street sweepers shall be designed and operated to meet applicable air quality
standards.
Project No. RR8744 31 25 00-10 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
C. Street washing will not be permitted unless wash water is collected for treatment to
remove turbidity.
D. Paved roads that are actively used by construction equipment will be cleaned
periodically to control dust and prevent track-out.
E. During earthwork operations, at a minimum, these roads should be cleaned daily unless
a less frequent cleaning is approved by the Owner’s Representative.
3.04 DUST CONTROL MEASURES
A. Execute Work by methods to minimize raising dust from construction operations. Dust
shall not be allowed to impact safe operation of public roadways.
B. Minimize the period of soil exposure by implementing temporary ground cover
measures.
C. Provide positive means to prevent air-borne dust, both on and off the Project Site.
D. Utilize watering trucks to dampen dry soil materials to control dust.
E. Spray exposed soil areas with a dust palliative.
F. Do not use oil-based sprays or calcium-based spreads for dust control.
G. Passive and, if necessary, active dust control shall continue until such time as the bare
earth areas have been restored.
**END OF SECTION**
NCRTS Scale Replacement 31 25 00-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
Division 32 – Exterior Improvements
SECTION 32 12 00
FLEXIBLE PAVING AND OVERLAY
PART 1--GENERAL
1.01 SUMMARY
A. Section specifies flexible paving systems consisting of an aggregate base, asphaltic
concrete (hot mix asphalt, or HMA), and associated materials. This Section also
specifies HMA mill and overlay of existing pavement surfaces.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. Section incorporates by reference the latest revision of the following
documents. They are a part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
AASHTO M 140 Emulsified Asphalt
AASHTO M 208 Cationic Emulsified Asphalt-HM-22
AASHTO M 320 Performance-Graded Asphalt Binder
ASTM D 977 Emulsified Asphalt
AASHTO T 209 Theoretical Maximum Specific Gravity and Density of Hot Mix
Asphalt (HMA)
AASHTO T 166 Bulk Specific Gravity of Compacted Asphalt Mixtures Using
Saturated Surface-Dry Specimens ()
AASHTO T 180/ASTM Moisture-Density Relations of Soils Using a 10 in (4.54 kg)
D1557 Rammer and an 18 in (457 mm) Drop (Modified Proctor Test)
ASTM D 2397 Cationic Emulsified Asphalt
ASTM D 2726 Test Method for Bulk Specific Gravity and Density of Non-
Absorptive Compacted Bituminous Mixtures
WSDOT Standard Washington State Department of Transportation (WSDOT),
Specifications Standard Specifications for Road, Bridge, and Municipal
Construction, 2014 edition
NCRTS Scale Replacement 32 12 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. A copy of this Section, Addendum updates included, with each paragraph check-
marked to indicate compliance or marked to indicate requested deviations from
Section requirements.
2. MATERIAL DATA AND MIX DESIGN: Submit testing reports, mix designs, and
other pertinent information to demonstrate to the satisfaction of the Owner’s
Respresentative that the proposed materials and installation methods meet the
specified requirements.
3. CERTIFICATION: Certification that the materials used in the asphalt mix are
from the same material manufacturer and gravel pit as those used in the trial
batches to develop the mix design.
PART 2--PRODUCTS
2.01 SUITABILITY OF PROPOSED MATERIALS
A. Tests for conformance with the Specifications shall be performed prior to start of the
Work. The samples shall be identified to show the name of the material, aggregate
source, name of the supplier, contract number, and the segment of the Work where
the material represented by the sample is to be used. Results of testing shall be
submitted to the Owner’s Representative. Materials to be tested include crushed
surfacing base course, crushed surfacing top course, tack coat, asphalt binder,
aggregate for HMA mixtures, and mineral filler.
2.02 CRUSHED SURFACING BASE COURSE
A. Imported material conforming to the Crushed Surfacing Base Course material as
specified in Section 31 23 00 – Excavation and Fill.
2.03 CRUSHED SURFACING TOP COURSE (CSTC)
A. Imported material conforming to the Crushed Surfacing Top Course material as
specified in Section 31 23 00 – Excavation and Fill.
2.04 TACK COAT
A. Tack coat shall be emulsified asphalt (Grade SS-1 or SS-1h, CSS-1 or CSS-1h diluted
with one part water to one part emulsified asphalt). Emulsified asphalt shall comply
with the requirements of AASHTO M 140 (ASTM D 977) or M 208 (ASTM D 2397).
2.05 ASPHALT BINDER
A. Asphalt binder shall be Performance Grade PG 64-22 complying with the
requirements of AASHTO M 320.
Project No. RR8744 32 12 00-2 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
2.06 HMA AGGREGATE
A. Imported material conforming to WSDOT Standard Specification 9-03.8, Class
1/2 inch.
2.07 HMA MIX DESIGN
A. HMA mix design shall comply with the requirements of WSDOT Standard
Specification 5-04 with the 20-year design ESAL (in millions) being 3 to < 10.
B. The results of at least two tests shall be submitted for HMA mix designs. The tests
shall be representative of the mix design to be used in the Work and shall be
performed within the current production year. Materials used in the tests shall be
from the same manufacturer as will be used in the final Work. Tests for aggregate
material shall be from the same pit as those that will be used in the final HMA.
2.08 SOIL STERILANT
A. Soil sterilant or chemical weed control agent shall be a commercial product
manufactured specifically to sterilize the subgrade soil to prevent the growth of
weeds, plants, or any type of vegetation.
PART 3--EXECUTION
3.01 SUBGRADE PREPARATION
A. The subgrade shall be prepared in accordance with Section 31 23 00 – Excavation
and Fill. The surface of the subgrade after compaction shall be hard, uniform,
smooth, and true to grade and cross-section.
B. Subgrade for pavement shall not vary more than 0.02 foot from the indicated grade
and cross section. Subgrade for base material shall not vary more than 0.04 foot
from the indicated grade and cross section.
C. Apply soil sterilant or chemical weed control agent to the subgrade in strict
compliance with manufacturer's dosages and application instructions, and any
applicable laws, ordinances or regulations governing the use of such chemicals.
3.02 GRAVEL BASE
A. The indicated base materials shall be provided to the thickness indicated on the
Drawings. Imported base material shall be delivered to the site as uniform mixtures
and each layer shall be spread in one operation. Segregation shall be avoided, and
the base shall be free of pockets of coarse or fine material. The compacted surface
of the finished aggregate shall be hard, uniform, smooth, and at any point shall not
vary more than 0.02 foot from the indicated grade or cross-section.
NCRTS Scale Replacement 32 12 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
3.03 TACK COAT
A. A tack coat shall be applied to existing paved surfaces where new asphalt concrete is
to be placed on existing pavement. It shall also be applied to the contact surfaces of
all cold pavement joints, curbs, gutters, and the like immediately before the adjoining
HMA is placed. Care shall be taken to prevent the application of tack coat material to
surfaces that will not be in contact with the new HMA. Diluted emulsified asphalt
shall be applied at the rate of 0.05 to 0.15 gal/sq yd. Undiluted emulsified asphalt
shall be applied at the rate of 0.025 to 0.075 gal/sq yd. Paving asphalt shall be
applied at the rate of approximately 0.05 gal/sq yd.
3.04 ASPHALT BINDER
A. All transverse joints shall be sealed with liquid asphalt binder within 24 hours of
placement.
3.05 HOT MIX ASPHALT (HMA)
A. HMA shall be transported to the site in vehicles previously cleaned of all foreign
material. Each load shall be covered during cool and cloudy weather and at any time
there is a probability of rain.
B. Temperature of HMA at the time of spreading shall be within the master range as
established from the design mix plus or minus 30 degrees F. Any load or portion of
load outside of this range shall be rejected.
C. HMA shall not be placed when the atmospheric temperature is below 40 degrees F or
during unsuitable weather.
D. Placement of HMA shall be scheduled to coincide with favorable weather conditions.
If rain or snow begins to fall during placement, transportation of HMA mixtures shall
be terminated. HMA shall not be placed while rain or snow is falling or when there is
water on the surface to be covered. Placement of HMA may resume once the rain or
snow has stopped and water has been removed from the tacked surface to the
satisfaction of the Owner’s Representative and the temperature of the portion of the
partially placed batch or the mixture caught in transit still meets the requirements as
indicated above and the temperature is not below 40 degrees F.
E. The HMA shall be evenly spread upon the receiving surface to such a depth that,
after rolling, it will be of the required cross section and grade of the course being
constructed.
F. HMA shall be placed in layers as indicated. However, no single layer shall be laid
such that it will have a final thickness of greater than 2 inches. Leveling course shall
be placed after filling all depressions in the existing surface more than 1 inch deep
by spot patching with leveling course mixture and then compacting thoroughly. Areas
in which hand compaction is required shall not exceed 1-1/2 inches. No single layer
of HMA shall be less than 1 inch thick.
Project No. RR8744 32 12 00-4 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
G. The depositing, distributing, and spreading of HMA shall be accomplished in a single,
continuous operation by means of a self-propelled mechanical spreading and
finishing machine specially designed for that purpose. The machine shall be
equipped with a screed or strike-off assembly capable of being accurately regulated
and adjusted to distribute a layer of the material to a definite pre-determined
thickness. When paving is of a size or in a location that use of a self-propelled
machine is impractical, the Owner’s Representative may waive the self-propelled
requirement. Spreading, once commenced, shall be continued without interruption.
H. The mix shall be compacted immediately after placing. Initial rolling with a
steel-wheeled tandem roller, steel three-wheeled roller, vibratory roller, or a
pneumatic-tired roller shall follow the paver as closely as possible. If needed,
intermediate rolling with a pneumatic-tired roller shall be done immediately behind
the initial rolling. Final rolling shall eliminate marks from previous rolling. In areas too
small for the roller, a hand tamper or other satisfactory means shall be used to
achieve thorough compaction.
I. Laying of HMA against cold transverse joints shall be made by cutting back on the
previous run to expose the full depth of the mat.
J. Longitudinal joints of successive layers of HMA shall offset the joints of the
underlying layer by at least 12 inches.
K. Upon completion the pavement shall be true to grade and cross-section. When a
10-foot straightedge is laid on the finished surface parallel to the center of the
roadway, the surface shall not vary from the edge of the straightedge more than
1/8 inch, except at intersections or changes of grade. In the transverse direction, the
surface shall not vary from the edge of the straightedge more than 1/4-inch.
L. The relative density after compaction shall be 96 percent of the density obtained by
using ASTM D 1188 or D 2726. A properly calibrated nuclear asphalt testing device
shall be used for determining the field density of compacted asphalt concrete, or
slabs or cores may be laboratory tested in accordance with ASTM D 1188. Work shall
not proceed on a subsequent layer of HMA until satisfactory compaction of the
underlying layer is demonstrated.
3.06 COLD MILLING AND OVERLAY OF EXISTING FLEXIBLE PAVING (IF NEEDED)
A. PREPARATION OF EXISTING SURFACE:
1. Clean the pavement surface of vegetation, dirt, surface debris, or other
foreign material prior to milling the pavement.
B. COLD MILLING OF SURFACE:
1. Cold mill existing pavement surface to depth, width, and grade as indicated.
2. Areas inaccessible to standard roadway milling machines such as near
manholes, valve boxes, curb returns, and small driveways and embayments,
shall be milled using smaller milling machines.
NCRTS Scale Replacement 32 12 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
3. Perform milling with care and in depth increments so as not to damage the
pavement below the designated grade.
4. Protect existing facilities from damage during milling operations, including
manholes, vaults, handholes, valve boxes, curb and gutter, utility lines, and
process piping.
5. Material loosened during milling shall be removed and disposed of offsite.
6. Surface of pavement after milling shall be uniformly rough grooved or ridged.
7. In areas where cold milling is done but will not be paved within 24 hours,
overlay pavement transitions with 2-foot minimum width of cold patch at
gutters, cross gutters, structures, and transverse joint lines. Where the offset
is less than 3/8 inch, the overlay may be omitted.
8. Take all necessary measures to avoid dispersion of dust.
C. PREPARATION OF MILLED SURFACE:
1. Prepare edges of adjacent features by removing any asphalt, sealant, or
expansion joint material.
2. Repair or replace items damaged during milling. Adjust items to grade as
shown on the Drawings.
3. Inspect milled pavement for pavement failure, including cracks wider than ¼
inch. Notify Owner’s Representative of identified pavement failures.
4. Upon the Owner’s Representative approval, repair identified pavement failure
areas as follows:
a. Sawcut and remove failed pavement, top course, and base course.
b. Recompact roadway subgrade in accordance with Section 31 23 00 –
Excavation and Fill.
c. Place crushed surfacing base course as instructed by the Owner’s
Representative. Compact in accordance with Section 31 23 00 –
Excavation and Fill.
d. Place HMA pavement course level with surrounding milled surfaces.
5. Clean surface of pavement free from dust, dirt, or other loose material.
Cleaning shall be accomplished by use of power brooms. Where vegetation
exists in cracks, remove the vegetation and clean the cracks to a depth of
2 inches. Treat those cracks with soil sterilant.
D. OVERLAY:
1. Install tack coat, as specified in Paragraph 3.03, immediately before HMA
overlay is placed.
Project No. RR8744 32 12 00-6 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
2. Place overlay, as specified in Paragraph 3.04.
3. Provide smooth riding transition between overlay and existing asphalt and
flatwork.
**END OF SECTION**
NCRTS Scale Replacement 32 12 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
SECTION 32 16 00
CONCRETE CURBS AND SIDEWALKS
PART 1--GENERAL
1.01 SUMMARY
A. Section includes concrete curbs, curbs and gutters, gutters, sidewalks, and
pedestrian ramps as shown on the Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
ASTM D1751 Standard Specification for Preformed Expansion
Joint Filler for Concrete Paving and Structural
Construction (Nonextruding and Resilient
Bituminous Types)
WSDOT Standard Washington State Department of Transportation
Specifications (WSDOT), Standard Specifications for Road,
Bridge, and Municipal Construction, 2014 Edition
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. A copy of this Section, addendum updates included, with each paragraph
check-marked to indicate compliance or marked to indicate requested
deviations from Section requirements.
2. Product data in the form of manufacturer’s technical data, specifications, and
installation instructions for sidewalk joint filler and ramp detectable warning
pattern.
NCRTS Scale Replacement 32 16 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
3. Shop drawings for formwork for specific finished concrete surfaces. Show
form construction including jointing and other items that affect exposed
concrete visually.
PART 2--PRODUCTS
2.01 CONCRETE
A. Concrete shall be Class B in accordance with Section 03 30 00 – Cast-In-Place
Concrete.
2.02 JOINT FILLER
A. Joint filler for concrete sidewalks and exterior paving: Preformed asphalt saturated
fiberboard complying with ASTM D 1751: Asphalt saturated fiberboard.
PART 3--EXECUTION
3.01 INSTALLATION
A. Curb and Gutter: The requirements of Chapter 8-04 Curbs, Gutters, and Spillways of
the WSDOT Specifications shall apply. Also comply with the applicable curb and
gutter details as specified in the Drawings.
B. All concrete curb and gutter shall be water tested upon completion of installation to
confirm free drainage with no standing or ponded water. Run water from a water
truck or hydrant until the entire length of curb and gutter being tested becomes
wetted. If the depth of any ponded water encountered exceeds 0.25 inch, the
Contractor shall replace or modify the curb and gutter to provide drainage in a
manner acceptable to the Owner’s Representative.
C. Sidewalks: The requirements of Chapter 8-14 Cement Concrete Sidewalks of the
WSDOT Standard Specifications shall apply. Comply with the sidewalk details
specified in the Drawings.
D. Unless shown otherwise on the Drawings, replace existing curbs, curbs and gutters,
gutters, and sidewalks in kind.
E. Structures such as valve boxes, manhole frames and covers, catch basins, and vaults
located physically in or within the influence of concrete sidewalk or curb and gutter
shall be installed flush with the surface of the indicated finish grade of said curb and
gutter or sidewalk as shown on the Drawings. “Flush†means no more than
0.125 inch of grade differential will be allowed. Warping the curb and gutter or
sidewalk to meet the elevation of improperly installed structures shall not be allowed.
Such structures shall be reset to the appropriate grade and the adjacent curb and
gutter or sidewalk reinstalled at no additional cost to the Owner.
**END OF SECTION**
Project No. RR8744 32 16 00-2 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
SECTION 32 17 23
PAVEMENT MARKING
PART 1--GENERAL
1.01 SUMMARY
A. Section includes pavement markings as shown on the Drawings and as specified
herein.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
WSDOT Standard Washington State Department of Transportation
Specifications (WSDOT), Standard Specifications for Road,
Bridge, and Municipal Construction, 2014 Edition
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. A copy of this Section, addendum updates included, with each paragraph
check-marked to indicate compliance or marked to indicate requested
deviations from Section requirements.
2. Product literature and technical data for pavement marking materials.
1.04 DELIVERY
A. Deliver pavement marking materials in original sealed containers that plainly show the
designated name, specification number, batch number, color, date of manufacture,
manufacturer’s directions, and name of manufacturer.
NCRTS Scale Replacement 32 17 23-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
PART 2--PRODUCTS
2.01 PAVEMENT MARKINGS
A. Materials shall meet the requirements of Chapter 9-34 of the WSDOT Standard
Specifications for Low-VOC (volatile organic compound) Waterborne Paint.
B. All permanent lettering and stop bars shall be reflective pre-formed fused
thermoplastic.
2.02 RECYCLED PLASTIC DELINEATORS
A. Recycled plastic polymer surface-mounted delineators used to delineate vehicle
obstructions.
B. Impact resistant delineators sixty (60) inches high, orange color, nominal four (4)
inch wide flat post.
C. Manufacturers: Subject to compliance with requirements of the Contract Documents,
Manufacturers offering recycled plastic delineators that shall be incorporated in the
work include the following:
1. Carsonite CompositesBarco Products - www.carsonite.com
2. Or Approved Equal.
D. Products:
1. Type 1: Carsonite SMD106004P or Approved Equal.
PART 3--EXECUTION
3.01 SURFACE PREPARATION
A. Prepare pavement surfaces according to the requirements of Chapter 8-22 of the
WSDOT Standard Specifications.
3.02 INSTALLATION
A. Apply pavement marking paint to clean, dry surfaces, and unless otherwise approved,
only when the air and pavement are above 40 degrees F. Install pavement markings to
prepared pavement surfaces according to the requirements of Chapter 8-22 of the
WSDOT Standard Specifications. Provide two applications of paint for each marking.
B. Equipment used in the application of pavement marking shall produce stripes and
markings of uniform quality with clean and well-defined edges that conform to the
details and dimensions indicated. Drips, improperly applied materials, and improper
markings shall be immediately removed from the pavement surface by methods
acceptable to the Owner’s Representative.
Project No. RR8744 32 17 23-2 NCRTS Scale Replacement
5/29/2015 10:34 AM Bid Set May 2015
3.03 RECYCLED PLASTIC DELINEATORS
A. Install in accordance with manufacturers written installation instructions and as shown
on the Drawings.
**END OF SECTION**
NCRTS Scale Replacement 32 17 23-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:34 AM
SECTION 32 92 13
SEEDING
PART 1—GENERAL
1.01 SUMMARY
A. This section includes the specifications for preparation of subsoil, placing topsoil,
seeding, fertilizer and maintenance of seeded areas identified on the Drawings.
B. Related Sections:
1. Section 31 22 00 – Grading.
1.02 REFERENCES
A. Federal Specifications – www.gsa.gov:
1. (FS) O-F-24ID: Fertilizer. Mixed. Commercial.
B. United States Department of Agriculture (USDA) – www.usda.gov:
1. Soil Classification.
1.03 DEFINITIONS
A. Pre-Installation Review: A joint review by the Contractor and Owner of site conditions
prior to the beginning of finish grading and seeding.
1.04 SUBMITTALS
A. Approval Submittals:
1. Documentation for Topsoil:
a. Certified soil testing laboratory results.
b. Recommendations fertilization of, or amended to, topsoil.
2. Topsoil Samples:
a. Representative samples of proposed topsoil.
B. Closeout Submittals:
1. Include maintenance activities to be performed by the Owner upon conclusion
of the warranty period.
1.05 QUALITY ASSURANCE
A. Regulatory Requirements: See referenced codes, Washington State Department of
Agriculture: RCW Title 15.
1.06 DELIVERY, STORAGE AND HANDLING
A. Topsoil:
1. Cover stockpiles of topsoil to prevent soil from becoming saturated or
waterlogged prior to application.
NCRTS Scale Replacement 32 92 13-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
1.07 PROJECT CONDITIONS
A. Environmental Conditions:
1. Seed during periods suited to optimum growth and establishment, as
determined by season, weather conditions and accepted practice. Unsuitable
conditions include freezing weather, frozen soil, saturated soil, standing water,
high winds, heavy rains and high water levels.
1.08 WARRANTY
A. Warranty period for Work of this Section (Plant Warranty Period) is one (1) year
commencing on the date of Substantial Completion.
B. Warranty Conditions:
1. Provide warranty against lawn mortality, disease and ill health during Plant
Warranty Period.
a. Seeded Area: Active, vigorous growth is evident.
C. At the Owner’s request, remove and reseed lawn areas that fail to develop vigorous
growth.
1.09 MAINTENANCE
A. Lawn Establishment:
1. Lawn Establishment shall consist of caring for all new lawn areas within the
limits of work. The establishment period shall begin immediately after the lawn
planting has been accepted by the Owner and shall extend to the end of four (4)
mowings or twenty (20) working days, whichever is longer.
2. The Contractor shall be responsible for ensuring a healthy growth of grass
during Establishment period, this includes but not limited to, mowing, trimming,
removal of grass clippings, fertilization, watering and weed control.
3. Acceptance of lawn planting shall be based on a uniform stand of grass areas
that are bare or that have a poor stand of grass shall be reseeded and re-
fertilized.
PART 2—PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Subject to the requirements of the Contract Documents, the following Manufacturers
are acceptable:
1. Helena Chemical Company – www.helenachemical.com
2. J.R. Simplot Company – www.simplot.com
3. Arysta Lifesciende America, Inc.
2.02 LANDSCAPE MATERIALS
A. Imported Topsoil:
1. Topsoil shall conform to United States Department of Agriculture (USDA), soil
classification.
Project No. RR8744 32 92 13-2 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
2. Imported topsoil shall consist of a uniform blend composted by volume of sixty
(60) percent topsoil and forty (40) percent AA Grade Compost.
3. Topsoil must be free of viable plants, plant parts and seed.
4. Topsoil shall be a sandy loam or silty sand soil.
5. Chemical/physical characteristics shall comply with the following:
a. One-hundred (100) percent of this mixture shall pass through a one (1)
inch sieve.
b. Screen size (approximate particle size): Not more than seven-sixteenths
(7/16) of an inch.
c. Total Nitrogen: Not less than one-quarter (1/4) of a percent.
d. Organic Matter: Not less than ten (10) of a percent.
e. pH Range: In the range between five and five-tenths (5.5) to seven and
five-tenths (7.5).
f. Conductivity: Not more than five (5) mmhos/cm.
B. Lawn Seed Mix:
1. General Requirements for Seed:
a. State certified seed of the latest season’s crop.
b. Deliver in original sealed packages bearing producers guaranteed
analysis for percentages of mixtures, purity, germination, weed seed
content, and inert material. All seed mixes must be certified as ninety-
nine (99) percent weed free and ninety (90) percent viable seed by
germination tests and by age specification by species.
c. Seed labels are required to be in conformance with USDA rules and
regulations under Federal Seed Act of August 9, 1939 and
amendments – 53 Stat. 1275, and applicable Washington State seed
laws.
2. Seed Mixture:
a. Shall be a perennial rye grass blend.
1) Amazing Perennial Ryegrass: Thirty-four (34) percent.
2) Buena Vista Perennial Ryegrass: Thirty-three (33) percent.
3) Halo Perennial Ryegrass: Thirty-three (33) percent.
b. Seeding Rate: Eight (8) pounds per one thousand (1,000) square feet or
three-hundred fifty (350) pounds per acre.
3. Fertilizer for Lawn Seeding:
a. Use fertilizer recommended by the seed supplier for specified mix.
C. Substitutions:
1. Substitutions for plant materials and trees are limited to Contractor proposals at
the time of submitting documentation of ordered material.
2. Proposed substitution shall be accompanied by written documentation from not
less than five (5) wholesale commercial growers within two-hundred fifty (250)
miles of the Project Site indicating the specified plant materials and trees are
not available.
PART 3—EXECUTION
3.01 EXAMINATION
A. Verify conditions are satisfactory to receive the Work.
NCRTS Scale Replacement 32 92 13-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
B. Do not commence work until unsatisfactory conditions have been corrected.
1. Resolve deficiencies in accordance with Manufacturer’s Instructions and this
Section.
C. Verify soil contaminants including but not limited to paint, sealer, solvent, oil, grease
and concrete quarry spalls have been removed from planting areas to the satisfaction of
the Owner.
D. Underground Conditions:
1. Identify existing utility/underground obstructions prior to plant installation.
2. Be familiar with utility, irrigation, civil, stormwater, sanitary systems, mechanical
and electrical drawings, including approved changes.
3. Ensure digging/drilling operations do not damage existing utilities and facilities.
3.02 PREPARATION
A. Site preparation includes subgrade preparation, imported topsoil installation and finish
grading in seeding areas.
B. Subgrade:
1. Establish subgrade in order to accommodate the imported topsoil and arborist
mulch installation.
2. Blend into existing grades.
3. Shovel cut all sides of planting pits as indicated on the Drawings.
4. Remove debris and stones larger than two (2) inches in any dimension
remaining on surface after ripping.
C. Finish Grading:
1. Establish finish grades and blend into existing grades.
2. Rake, float, drag, roll and remove surface irregularities.
3. Provide a firm, smooth surface with positive drainage.
4. Remove rocks, sticks, and other debris failing to pass through a screen with
openings measuring one and one-half (1-1/2) inches in both directions.
5. No seeding shall occur prior to finish grades inspection and approved by Owner.
3.03 INSTALLATION
A. Install the Work in accordance with provisions stipulated in this Section and
Manufacturer’s requirements and instructions.
B. Imported topsoil installation:
1. Install topsoil in two (2) lifts of three (3) inches each, in planted areas, to result
in the topsoil depths indicated on the Drawings. The first lift shall be rototilled
into a total depth of twelve (12) inches prior to placement of second lift.
2. Install topsoil in one (1) lift of two (2) inches, in seeded area, to result in the
topsoil depths indicated on the Drawings, no rototilling required.
3. Apply fertilizers to planting areas at rates specified by soils testing laboratory.
C. Seeding:
1. Unless otherwise approved by the Owner, seed installation shall be performed
March 1st through June 15th and September 1st though October 15th.
Project No. RR8744 32 92 13-4 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
2. The Contractor shall have the option of sodding in lieu of seeding for lawn
installation. Sod shall ne “netting free†sod.
3. Seed or seed and fertilizer shall be hydroseeded per supplier’s
recommendations, or hand seeded. Hand seeding shall be incorporated into the
top one-quarter (1/4) or an inch of soil by hand raking or other method
approved by the Owner.
D. The use of pesticides, herbicide, soil fumigants and other chemical products on this
Project is strictly prohibited.
3.04 REPAIR/RESTORATION
A. Remove excess waste material daily.
B. Where turf areas or planting beds have been scarred or damaged, restore these
damaged areas to their original condition.
C. Sweep and wash clean all building walls, walks, pavement, parking lot, drives, streets
and lighting.
D. Repair and replace satisfactorily at Contractor’s expense damaged buildings,
equipment, utilities, irrigation equipment, paving, surfacing, stairs, and forms caused as
a result of Contractor’s operations.
E. Repair immediately after damage has occurred.
3.05 FIELD QUALITY ASSURANCE
A. Approvals for Work of this Section shall be on Owner’s reviews required as follows:
1. Notification: Request a review in writing to Owner three (3) calendar days prior
to the requested review.
2. Immediately make adjustments, or replace materials or plants as requested by
the Owner based on the review.
3. At each review, no construction activities in the next step shall be performed
prior to the approval by the Owner.
B. Pre-Installation Review:
1. Initial review of areas scheduled for landscaping to demonstrate:
a. No contaminated or unsuitable soils exist in the planting or landscaped
areas.
b. Site utilities and other features requiring protection or coordination have
been identified.
3.06 PROTECTION
A. Avoid obstructions including but not limited to irrigation equipment, fixed improvements,
rails, guardrails, retaining walls and other structures.
B. Protect the public, adjacent properties, surfaces, and surrounding areas from damage
during work of this Section.
NCRTS Scale Replacement 32 92 13-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:45 AM
C. Protect unfinished areas and materials at the conclusion of each day.
D. Protection of planted areas.
E. Immediately after planting each area, protect the area against traffic or other use by
erecting barricades and placing signs at appropriate intervals.
F. Maintain the barricades and signs until directed by the Owner to remove the signs and
barricades.
**END OF SECTION**
Project No. RR8744 32 92 13-6 NCRTS Scale Replacement
5/29/2015 10:45 AM Bid Set May 2015
Division 33 – Utilities
SECTION 33 10 00
WATER UTILITIES
PART 1--GENERAL
1.01 SUMMARY
A. Section includes water distribution piping, fittings, and appurtenances as shown on the
Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the documents
in effect on the effective date of the Agreement. If referenced documents have
been discontinued by the issuing organization, references to those documents
shall mean the replacement documents issued or otherwise identified by that
organization or, if there are no replacement documents, the last version of the
document before it was discontinued.
Reference Title
City Standards and City of Arlington (City) Design and Construction Standards and
Specifications Specifications
ANSI/AWWA C901-08 Polyethylene (PE) Pressure Pipe and Tubing, ½ In. (13 mm)
Through 3 In. (76 mm) for Water Service
ANSI/AWWA C651 Standard for Disinfecting Water Mains
AWWA M55 Manual of Water Supply Practices, PE Pipe–Design and
Installation
PPI Handbook PPI Handbook of Polyethylene Pipe – 2009 (2nd Edition)
PPI TR-34 PPI TR-34 Disinfection of Newly Constructed Polyethylene
Water Mains
NSF / ANSI 61 Drinking Water System Components–Health Effects
ASTM F 714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-
PR) Based on Outside Diameter
ASTM F 2164 Standard Practice for Field Leak Testing of Polyethylene (PE)
Pressure Piping Systems Using Hydrostatic Pressure
ASTM D 2239 Standard Specification for Polyethylene (PE) Plastic Pipe
(SIDR-PR) Based on Controlled Inside Diameter
NCRTS Scale Replacement 33 10 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
Reference Title
ASTM D 2737 Standard Specification for Polyethylene (PE) Plastic Tubing
ASTM D 2774 Standard Practice for Underground Installation of
Thermoplastic Pressure Piping
ASTM D 3350-08 Standard Specification for Polyethylene Plastics Pipe and
Fittings Materials
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. A copy of this Section, addendum updates included, with each paragraph
check-marked to indicate compliance or marked to indicate requested
deviations from Section requirements.
2. Manufacturer’s product data for:
i. Water distribution piping and fittings
ii. Other system appurtenances
1.04 QUALITY ASSURANCE
A. Environmental Compliance: Comply with applicable portions of local environmental
agency regulations pertaining to water systems, including the Snohomish Health
District.
B. Utility Compliance: Comply with City of Arlington Standards and Specifications.
C. Coordinate with City of Arlington for all necessary inspections and approval.
1. All work specified in this Section is subject to inspection, witness of testing,
and approval of City.
PART 2--PRODUCTS
2.01 WATER SERVICE PIPE
A. All materials shall be in accordance with City Standards.
B. Pipe shall be ¾ inch diameter high density polyethylene (HDPE) pipe. Copper tubing
size (CTS) 110 stainless steel (SS) liners for polypipe shall be used.
1. The material shall meet the requirements of ASTM D 3350 and shall have a
minimum cell classification of PE445474C for PE 4710 and PE345464C for
PE 3608. In addition, the pipe shall be listed as meeting NSF-61.
2. The pipe shall meet the requirements of AWWA C901
Project No. RR8744 33 10 00-2 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
3. HDPE pipe shall be rated for use at a pressure class of 200 psi. The outside
diameter of the pipe shall be based upon the CTS sizing system.
4. Approved manufacturers are Driscopipe, or approved equal.
2.02 FITTINGS
A. Mechanical joint adapters (MJ adapters) shall be PE4710 or PE 3608, with a
minimum Cell Classification as noted in 2.01.B. MJ adapters can be made to ASTM D
3261 or if machined, must meet the requirements of ASTM F 2206. MJ adapters
shall have a pressure rating equal to the pipe unless otherwise specified on the
Drawings. Markings for MJ adapters shall be per ASTM D 3261.
2.03 DETECTABLE MARKING TAPE
A. Utility pipe tracer tape shall be detectable below ground surface, color coded, with
utility name printed on tape. Tracer tape shall be detectable type, up to 6 inches in
width, and buried 24 inches to 48 inches below finished grades. The color of the tape
for water shall be green with black printing reading "WATER". Tracer tape shall be
“Lineguard Type II Detectableâ€, or approved equal.
PART 3--EXECUTION
3.01 BEDDING PIPE
A. Pipe zone bedding material shall provide uniform support along the entire pipe
barrel, without load concentration at joint collars.
B. All adjustment to line and grade shall be made by scraping away or filling in with
bedding material under the body of the pipe and not by blocking or wedging.
C. Bedding disturbed by pipe movement, or by removal of shoring movement of a trench
shield or box, shall be reconsolidated prior to backfill.
D. Pipe zone bedding shall be placed as specified in Section 31 23 00 – Excavation and
Fill and as shown on the Drawings.
3.02 WATER DISTRIBUTION PIPE
A. General: Install water distribution system in accordance with City of Arlington
Standards.
B. Prior to making permanent connections to the existing system, the new water main
including service lines shall have passed a pressure test, been flushed, and passed
the required bacteriological test in accordance with City requirements.
NCRTS Scale Replacement 33 10 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
3.03 JOINING METHODS
A. Mechanical:
1. Mechanical connection of HDPE to fittings shall use MJ adapters and other
devices in conformance with the PPI Handbook of Polyethylene Pipe, Chapter
9 and AWWA Manual of Practice M55, Chapter 6.
2. Mechanical connections are available to connect HDPE pipe to other HDPE
pipe, or a fittings, or to a transition to another material. The use of stab-fit
style couplings is allowed, along with the use of metallic couplings of brass
and other materials. All mechanical and compression fittings shall be
recommended by the manufacturer for potable water use. When a
compression type or mechanical type of coupling is used, the use of a rigid
tubular insert stiffener inside the end of the pipe is required.
3. Unless specified by the fitting manufacturer, a restraint harness or concrete
anchor is required with mechanical couplings to prevent pullout.
4. Mechanical coupling shall be made by qualified technicians. Qualification of
the field technician shall be demonstrated by evidence of mechanical
coupling training within the past year. This training shall be on the equipment
and pipe components to be utilized for this project.
3.04 DETECTABLE MARKING TAPE
A. Install continuous plastic underground warning tape during backfilling of trench for
underground water piping.
B. Locate one foot six inches (1’-6â€) centered directly above the piping.
3.05 HYDROSTATIC PRESSURE TEST
A. Testing shall be performed in accorance with the City Standards and Specifications.
B. Hydrostatic leakage testing is required and shall comply with ASTM F 2164, ASTM F
1412, AWWA Manual of Practice M55 Chapter 9, and PPI Handbook of Polyethylene
Pipe Chapter 2 (2nd Edition).
C. Pneumatic (compressed air) leakage testing of HDPE pressure piping is prohibited for
safety reasons.
D. Any leakage caused by defective workmanship or materials shall be repaired by the
Contractor at no additional cost to the Owner, and the line shall be retested for
leakage
3.06 CLEANING AND DISINFECTIING
Project No. RR8744 33 10 00-4 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
A. Cleaning and disinfecting of potable water systems shall be in accordance with
AWWA C651 and AWWA Manual of Practice M55 Chapter 10, and PPI Handbook of
Polyethylene Pipe Chapter 2 (2nd
B. After installation and pressure testing, new water mains should be disinfected
according to AWWA C651. Edition).
C. The disinfection chemicals should be limited to less than 12% active chlorine. The
duration of the disinfection should not exceed 24 hours.
D. Upon completion, the system should be thoroughly flushed with fresh water, and
retested to verify the disinfectant chlorine level has been reduced to potable drinking
water concentrations in all service water tubing and branch lateral pipes.
3.08 FIELD QUALITY CONTROL
A. The City Inspector shall have access to the project site for the purpose of inspections
and testing at all times. The Contractor shall provide proper facilities for such access,
inspection, and testing.
B. If any work is covered without approval or consent of the City Inspector, it must be
uncovered for inspection if required by the City Inspector.
C. Before a pressure test is to be observed by the City Inspector, the Contractor shall make
whatever preliminary tests to ensure that the material and/or equipment are in
accordance with the plans and these Standards.
D. Written and/or verbal notices of deficiency shall be given to the Contractor. The
Contractor shall correct such deficiencies before final inspection by the City Inspector.
**END OF SECTION**
NCRTS Scale Replacement 33 10 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
SECTION 33 30 00
WASTEWATER UTILITIES
PART 1 – GENERAL
1.01 SUMMARY
A. Section includes wastewater piping, fittings, cleanouts, and appurtenances as shown
on the Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. REFERENCE STANDARDS:
1. Section incorporates by reference the latest revisions of the following
documents. They are part of this Section insofar as specified and modified
herein. In the event of conflict between the requirements of this Section and
those of the listed documents, the requirements of this Section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
documents in effect on the effective date of the Agreement. If referenced
documents have been discontinued by the issuing organization, references to
those documents shall mean the replacement documents issued or
otherwise identified by that organization or, if there are no replacement
documents, the last version of the document before it was discontinued.
Reference Title
City Standards and City of Arlington (City) Design and Construction Standards and
Specifications Specifications
AASHTO M45, M85, M170 AASHTO M45, M85, M170
ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-
PR) Based on Outside Diameter
ASTM C 94M Standard Specifications for Ready-Mix Concrete
ASTM C923 Resilient Connectors Between Reinforced Concrete Manhole
Structures, Pipes, and Laterals
ASTM D 2321 Standard Practice for Underground Installation of
Thermoplastic Pipe for Sewers and Other Gravity-Flow
Applications
ASTM D 3350 Standard Specification for Polyethylene Plastics Pipe and
Fitting Materials
1.03 SUBMITTALS
A. PROCEDURES: Section 01 33 00 – Submittal Procedures.
NCRTS Scale Replacement 33 30 00-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
B. ACTION SUBMITTAL ITEMS FOR THIS SECTION:
1. A copy of this Section, addendum updates included, with each paragraph
check-marked to indicate compliance or marked to indicate requested
deviations from Section requirements.
2. Product data:
a. Wastewater piping and appurtenances.
3. Shop drawings:
a. Frames, covers
1.04 QUALITY ASSURANCE
A. Environmental Compliance: Comply with applicable portions of local environmental
agency regulations pertaining to wastewater systems, including the Snohomish
Health District.
B. Utility Compliance: Comply with City of Arlington Standards and Specifications.
C. Contractor shall coordinate with the City for all necessary inspections and approval of
the completed system.
1. All work specified in this section is subject to inspection, witness of testing,
and approval of the City.
PART 2 – PRODUCTS
2.01 WASTEWATER PIPE AND FITTINGS
A. General: All materials shall be in accordance with City Standards.
B. General: Provide pipe and pipe fitting materials compatible with each other. Unless
pipe material is specified otherwise on the Drawings, the Contractor shall use
polyvinyl chloride (PVC) unless directed otherwise by the Owner’s Representative.
C. Couplings (flexible, adaptors, etc) shall be provided as required. Smith-Blair, Romac,
or Approved Equal.
D. Side sewer services shall be PVC, ASTM D-3034 SDR-35, with flexible gasket joints.
1. PVC sanitary sewer pipe and fittings shall conform to the requirements of
ASTM D-3034 SDR-35 with joints and rubber gaskets conforming to ASTM D
3212. All pipes shall be clearly marked with the data of manufacture. All pipe
shall be provided with a reference mark for proper spigot insertion. Joint
gaskets shall be fabricated from a compound of which the basic polymer
shall be a synthetic rubber consisting of styrene, butadiene, polyisoprene or
any combination thereof and shall meet the requirements of ASTM D-3212.
Project No. RR8744 33 30 00-2 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
2.02 DETECTABLE MARKING TAPE
A. All sewer pipe shall be installed with a continuous tracer tape 24†– 48†under the
proposed finished subgrade, or as directed by the owner. The marker shall be
plastic, non-biodegradable, metal core, and detectable, with backing marked
“Sewer.â€
PART 3 – EXECUTION
3.01 GENERAL
A. Pipe Laying – General:
1. After an accurate grade line has been established, the pipe shall be laid in
conformity with the established line and grade in the properly dewatered
trench.
2. Mud, silt, gravel, and other foreign material shall be kept out of the pipe and
off the jointing surfaces.
3. All pipe laid in the trench to the specified line and grade shall be kept in
longitudinal compression until the backfill has been compacted to the crown
of the pipe.
4. All pipe shall be laid to conform to the prescribed line and grade shown in the
plans, within the limits that follow.
5. Pipe shall be laid to a true line and grade at the invert of the pipe and the
Contractor shall exercise care in matching pipe joints for concentricity and
compatibility.
a. Provide offset stakes/hubs every twenty five (25) feet for use by
inspectors in checking progress of the work.
6. The invert line may vary from the true line and grade within the limits stated
to develop uniformity, concentricity, and uniform compression of jointing
material provided such variance does not result in a reverse sloping invert.
7. The limit of the variance at the invert shall not exceed plus or minus one half
(0.5) inch at the time of backfill.
8. Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe.
9. The pipe, unless otherwise approved by the Owner’s Representative, shall be
laid up grade from point of connection on the existing pipe or from a
designated starting point.
10. When pipe laying is not in progress, the forward end of the pipe shall be kept
tightly closed with an approved temporary plug.
NCRTS Scale Replacement 33 30 00-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
11. Upon Substantial Completion of the Work, all pipe and appurtenances shall
be open, clean, and free draining.
12. At the end of the work day, the last pipe shall be restrained in such a manner
as may be required to prevent creep.
B. Plugs and Connections: Plugs for pipe branches, stubs, or other open ends which are
not to be immediately connected shall be made of an approved material and shall be
secured in a place with a joint comparable to the main line joint, or stoppers may be
of an integrally cast breakout design.
C. Jointing of Dissimilar Pipe: Dissimilar pipe shall be jointed by use of a factory-
fabricated adapter coupling or a pipe collar.
D. Sewer Line Connections:
1. Connections to trunks, mains, or laterals shall be left uncovered until after
the Owner’s Representative has inspected and approved the Work.
2. After approval of the connection, the trench shall be backfilled as specified.
3.02 BEDDING THE PIPE
A. Pipe zone bedding material shall provide uniform support along the entire pipe
barrel, without load concentration at joint collars or bells.
B. All adjustment to line and grade shall be made by scraping away or filling in with
bedding material under the body of the pipe and not by blocking or wedging.
C. Bedding disturbed by pipe movement, or by removal of shoring movement of a trench
shield or box, shall be reconsolidated prior to backfill.
D. Pipe zone bedding shall be placed as specified in Section 31 23 00 – Excavation and
Fill and as shown on the Drawings.
3.03 WASTEWATER PIPE AND FITTINGS
A. Install wastewater pipe and fittings in accordance with City of Arlington Public Works
Department Development Guidelines and Design and Construction Standards.
B. All bolts shall be coated with Armite Anti-Seize Compound No. 609, Loctite 767, or
Approved Equal, prior to installation.
C. Wherever movable shoring (steel box) is used in the ditch, pipe shall be restrained by
use of a winch mounted in the downstream manhole and a line of sufficient strength
threaded through the pipe and set tight before each move.
D. All gravity sewer pipe shall be laid in straight lines and at uniform rate of grade
between manholes.
E. Variance from established line and grade shall not be greater than one-half (1/2)
inch, provided that such variation does not result in a level or reverse sloping invert;
Project No. RR8744 33 30 00-4 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
provided, also, that variation in the invert elevation between adjoining ends of pipe,
due to non-concentricity of joining surface and pipe interior surfaces, does not
exceed one-sixty-fourth (1/64) inch per inch of pipe diameter, or a total of one-half
(1/2) inch maximum.
F. Any corrections required in line and grade shall be reviewed with the Owner’s
Representative and the repairs shall be made at the expense of the Contractor.
G. At the end of the workday, the last pipe laid shall be restrained in an effective way to
prevent creep during “down time.â€
3.04 DETECTABLE MARKING TAPE
A. Install continuous plastic underground warning tape during backfilling of trench for
underground wastewater piping.
B. Locate one foot six inches (1’-6â€) centered directly above the piping.
3.05 TESTING GRAVITY SEWERS
A. Furnish all facilities and personnel for conducting tests under the observation of the
City of Arlington.
B. Methods other than low pressure air test shall be subject to the approval of the City
of Arlington.
C. Preparation for Testing for Leakage:
1. Before any leakage test is performed, clean and flush all gravity sewer lines
with an approved rodding method or with a cleaning ball and clean water
prior to testing.
2. The inflatable diagonally ribbed rubber ball shall be of a size that will inflate
to fit snugly into the pipe to be tested.
3. After completion of backfill and cleaning, the completed gravity sewer,
including side sewer stubs, shall be television inspected. This will be
permitted prior to paving.
4. If the television inspection reveals excess debris, clean and televise again at
the Contractor’s expense.
5. The sewer shall then be tested by the low pressure air test method but only
after all utilities are installed and the project paved. Except, however, that in
certain conditions an exfiltration test may be required by the City of Arlington.
6. The first section of pipe not less than three hundred (300) feet in length
installed by each crew shall be tested, in order to qualify the crew and/or the
material. A successful installation of this first section shall be a prerequisite
for further pipe installation by the crew.
NCRTS Scale Replacement 33 30 00-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
7. At the Contractor’s option, crew and/or material qualification testing may be
performed at any time during the construction process after at least two (2)
feet of backfill has been placed over the pipe.
8. All debris flushed out of the line shall be removed at the first manhole where
its presence is noted. In the event cemented or wedged debris, or a
damaged pipe stops the cleaning operation, remove the obstruction, and/or
repair any damaged pipe, at no additional cost to the Owner.
9. All visible leaks showing flowing water in pipelines or manholes shall be
stopped even if the test results fall within the allowable leakage.
10. The cleaning shall be carried out in such a manner as to not infiltrate water
into existing facilities.
11. Precautions shall be taken to prevent any damage caused by cleaning and
testing.
12. Any damage resulting shall be repaired by the Contractor at its own expense.
13. The manner and time of testing shall be subject to approval of the City of
Arlington.
D. Low Pressure Air Test:
1. The sewer pipe shall be tested for leaks through the use of air in the following
manner:
a. Immediately following the pipe cleaning and television inspection, the
pipe installation shall be tested with low pressure air.
b. Air shall be slowly supplied to the plugged pipe installation until the
internal air pressure reaches four (4.0) pounds per square inch
greater than the average back pressure of any ground water that may
submerge the pipe.
c. At least two minutes shall be allowed for temperature stabilization
before proceeding further.
d. The rate of air loss shall then be determined by measuring the time
interval required for the internal pressure to decrease from three and
one-half (3.5) to two and one-half (2.5) pounds per square inch while
maintaining the stipulated pressure greater than the pipe section’s
average adjacent groundwater back pressure.
e. The pipeline shall be considered acceptable if the total rate of air loss
from any section tested in its entirety between manholes, cleanouts
or pipe ends does not exceed the following table:
Project No. RR8744 33 30 00-6 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
TABLE OF TEST TIME IN MINUTES AND SECONDS
Length of 6" Pipe (ft.)
0 50 100 150 200 250 300 350 400
0 0 0:40 1:20 1:58 2:38 3:18 3:58 4:38 5:16
50 1:10 1:50 2:30 3:10 3:48 4:28 5:08 5:48 5:56
100 2:20 3:00 3:40 4:20 5:00 5:38 6:14 6:12 6:08
150 3:32 4:10 4:50 5:30 6:10 6:30 6:26 6:22 6:18
200 4:42 5:22 6:00 6:40 6:44 6:38 6:34 6:30 6:26
250 5:52 6:32 6:48 6:58 6:50 6:44 6:40 6:36 6:32
300 7:02 7:20 7:10 7:02 6:06 6:50 6:44 6:40 6:36
350 7:34 7:22 7:14 7:06 7:00 6:54 6:50 6:44 6:42
Length of 8" Pipe (ft.)
400 7:34 7:24 7:16 7:08 7:02 6:58 6:52 6:48 6:44
2. Test times will be provided by the City of Arlington for combinations other
than eight (8) inch mains and six (6) inch laterals.
3. If the pipe installation fails to meet these requirements, determine the source
or sources of leakage, and repair (if the extent and type of repairs proposed
by the Contractor appear reasonable to the Owner’s Representative and City
of Arlington) or replace all defective materials or workmanship at the expense
of the Contractor.
4. The completed pipe installation shall meet the requirements of this low
pressure air test or the alternative water exfiltration test before being
considered for acceptance.
5. Plugs used to close the sewer pipe for the air test shall be securely braced to
prevent the unintentional release of a plug which can become a high velocity
projectile.
6. Gauges, air piping manifolds and valves shall be located at the top of the
ground.
7. No one shall be permitted to enter a manhole where a plugged pipe is under
pressure.
8. Air testing apparatus shall be equipped with a pressure release device such
as a rupture disk or a pressure relief valve designed to relieve pressure on
the pipe under test at six (6) psi.
3.06 FIELD QUALITY CONTROL
A. Testing: Perform testing of completed piping after trench compaction has been
completed on the length of the pipe to be tested.
B. Complete testing by the low pressure air method as specified in Paragraph 3.05.
C. Cleaning: Clear interior of piping and structures of dirt and other superfluous
material as work progresses. Maintain swab or drag in piping and pull past each joint
as it is completed.
NCRTS Scale Replacement 33 30 00-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
1. Place plugs in ends of uncompleted pipe at end of day or whenever work
stops.
2. Flush piping between manholes to remove collected debris.
D. Interior Inspection: Inspect piping to determine whether line displacement or other
damage has occurred in accordance with Paragraph 3.05 of this Section.
**END OF SECTION**
Project No. RR8744 33 30 00-8 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
Division 34 – Transportation
SECTION 34 41 16
TRAFFIC CONTROL EQUIPMENT
PART 1 – GENERAL
1.01 SUMMARY
A. Section includes supply and installation of peripheral equipment for controlling traffic
movements at the scale facility:
1. Signal lights.
2. Barrier gates.
3. Traffic loops and detectors.
B. Related Sections: The following sections contain requirements that relate to this
section:
1. Section 03 30 00 - Cast-In-Place Concrete.
2. Section 05 50 00 - Miscellaneous Metal Fabrications.
3. Section 10 88 15 – Scalehouse Equipment Relocation and Installation.
4. Section 26 05 00 – Common Work Results For Electrical
5. Section 26 05 19 – Low-Voltage Electrical Conductors and Cables.
6. Section 26 05 33 – Raceways and Boxes for Electrical Systems.
7. Section 27 00 00 – General Communications Requirements.
1.02 DEFINITIONS
A. Scale Operators: Owner’s staff who conduct scale facility operations from inside the
scale house.
1.03 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed
herein. The following is a list of standards referenced in this Section:
1.04 TRAFFIC CONTROLS DESCRIPTION
A. The traffic controls at the Scale Facility consist of the following:
1. Fixed traffic control equipment specified in this Section with interconnecting
conduit and cabling in accordance with Division 26 Specifications and
Drawings.
NCRTS Scale Replacement 34 41 16-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
2. Non-fixed equipment including system logic and control hardware
components, signal converters, cabling, adaptors, and other non-fixed control
system components.
3. System startup and testing, coordination with traffic controller panel
(furnished by Owner, installed by Contractor) vendor regarding modifications
to traffic controller panel and Scale Operator work station programming
based on testing results, and training of Owner staff in operation and
maintenance of the system.
1.05 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures.
B. Approval Submittals:
1. Contractor's experience and resumes for the personnel installing and testing
the traffic control system.
2. Product Data:
a. Barrier gates.
b. Signal lights.
c. Traffic loops and detectors.
d. Signal light post.
3. Manufacturer’s Instructions for equipment and material supplied under this
Section.
4. Shop Drawings:
a. Traffic control equipment general arrangement drawings showing the
barrier gates, signal lights, and traffic detection loops in plan and
section and showing arrangement of barrier gates, signal lights,
traffic detection loops, conduit and accessories.
b. Complete schematic wiring diagrams showing control and power
wiring with all field terminations labeled.
C. Quality Assurance Submittals:
1. Manufacturer’s Technical Representative contact information.
2. Acceptance Test Plans.
D. Closeout Submittals:
Project No. RR8744 34 41 16-2 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
1. Submit O&M information in accordance with requirements in Section 01 78
23 – Operation and Maintenance Data. Manuals shall include final reviewed
submittal redlined to show As-Built conditions; and separate record of all final
configuration, jumper, and switch settings.
2. Documentation of Owner’s Representative’s receipt of spare parts and
materials listed below.
1.06 QUALITY ASSURANCE
A. Source Limitation: All equipment, of specific type, listed in this Section shall be from
the same manufacturer.
B. Traffic Control System Installer and Tester Qualifications:
1. Installation and testing of equipment furnished under this Section shall be
performed by qualified, skilled technicians who are regularly engaged in
traffic control system work of similar complexity, and who possess all licenses
and certificates required, and the necessary equipment to perform such
Work.
2. The traffic control system installer and tester shall provide a minimum of
three consecutive years of recent experience with installation of traffic loop
based traffic control systems of similar size and complexity.
C. Acceptance-Test Plans: Submit Acceptance-Test Plans.
1. An Acceptance-Test Plan (ATP) is a document that explains how the
Contractor will verify and ensure that each device (signal light, loop detector,
barrier gate, etc.) meets its design specifications and other requirements.
The Contractor shall submit a test plan for approval, and receive approval
from the Owner’s Representative prior to the installation of any devices. The
Contractor shall also coordinate with the vendor of the Owner furnished
traffic controller panel to develop an ATP that is consistent with the controls
and interlocks provided by the traffic controller panel.
2. The ATP shall include three major elements: test coverage, test methods, and
test responsibilities, as follows:
a. Test coverage: the ATP shall describe the features and operations
that will be verified.
b. Test methods: the ATP shall describe the tests that will be executed
to demonstrate the correct functioning of feature. The ATP shall
include a checklist showing each test for each device. The ATP shall
explain what to do if a test fails (i.e., the Contractor will fix the
problem and repeat the test that failed) and what to do if a test
succeeds (i.e., Contractor’s technician shall check it off on the
checklist).
NCRTS Scale Replacement 34 41 16-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
c. Test responsibilities: the ATP shall explain who will conduct the test
(i.e., the Contractor’s technician) and who will observe the test (i.e.,
the Owner’s Representative).
3. The Contractor’s technician shall execute each test for each device in the
presence of the Owner’s Representative. When each test has been
satisfactorily completed, both the Contractor’s technician and the Owner’s
Representative shall initial and date the item on the checklist. When all tests
have been executed with satisfactory results, the Contractor’s technician and
the Owner’s Representative shall sign and date the checklist. The signed and
dated checklist shall be required for acceptance of the products.
4. The ATP for signal lights shall include, in addition to any other tests the
manufacturer/vendor recommends, at least the following tests to be
executed after the signal lights have been installed and connected to the
control cabinet:
a. Phase tests: a test to verify that each phase is illuminated when
120VAC is connected to the phase’s power terminals within the control
cabinet.
5. The ATP for barrier gates shall include, in addition to any other tests the
manufacturer/vendor recommends, at least the following tests to be
executed after the gates have been installed:
a. Pushbutton interface tests: a test to verify that the gate opens when
the “open†button in the gate-control cabinet is pressed, and a test to
verify that the gate closes when the “close†button in the gate-control
cabinet is pressed.
b. Hardwired control interface tests: a test to verify that the gate opens
when the terminals labeled “OPEN†in the control cabinet are
connected electrically and a test to verify that the gate closes when
the terminals labeled “CLOSE†in the control cabinet are connected
electrically.
6. The ATP for traffic detection loops shall include, in addition to any other tests
the manufacturer/vendor recommends, at least the following tests to be
executed after the vehicle-detection loops and vehicle detectors have been
installed:
a. Hardwired status interface tests:
1) A test to demonstrate that the output of each channel of each
vehicle detector makes contact when a vehicle is present on
the associated vehicle-detection loop.
2) A test to demonstrate that the output of each channel of each
vehicle detector breaks contact when a vehicle is NOT present
on the associated vehicle-detection loop.
Project No. RR8744 34 41 16-4 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
3) A test to demonstrate that the output of each channel of each
vehicle detector makes contact when a loop fault (e.g. loop
lead-in cable disconnected) is present on the associated
vehicle-detection loop.
7. The ATP for the traffic controller panel shall include, in addition to any other
tests the manufacturer/vendor recommends, at least the following tests to
be executed:
a. Integration Acceptance Test (IAT):
1) The IAT shall be executed once the Owner provided traffic
controller panel has been installed in its final location on site
and all internal and peripheral equipment has been installed
and connected.
2) The IAT shall include point-to-point testing of all peripheral
equipment to ensure correct installation of interconnect
wiring.
3) The IAT shall include all related testing of connected and
peripheral devices specified within this section (signal lights,
gates, detectors).
4) The IAT shall include testing of the complete traffic control
system with test vehicles to ensure system functions as
designed.
D. Pre-installation Meeting: Convene a pre-installation meeting in accordance with the
requirements of Section 01 30 00 – Administrative Requirements prior to beginning
Work of this Section; the agenda shall include the following:
1. Review examination, installation procedures, field quality control, adjusting,
cleaning, protection, and coordination with other Work.
1.07 MAINTENANCE MATERIALS
A. Spare Parts and Materials:
1. Provide one complete spare gate arm for each gate.
a. Wrap each spare gate arm in a durable protective wrapper.
1.08 WARRANTY
A. Barrier gates shall be warranted to be free from defects or non-conformities in
workmanship and material for a period of two (2) years following Substantial
Completion.
B. Traffic signal post coating shall be warranted not to fade, peel, crack, craze or fail for
a period of five (5) years following Substantial Completion.
NCRTS Scale Replacement 34 41 16-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
PART 2 – PRODUCTS
2.01 GENERAL REQUIREMENTS
A. The system equipment shall be designed to operate satisfactorily and reliably over
the full range of weather conditions and conditions of service experienced at the
Project site.
1. Temperature range: - 20 Deg. F to 100 Deg. F.
2. Humidity: 20% Rel. Humidity to 100% Rel. Humidity.
3. Full exposure to direct sunlight, rain, sleet, snow, fog, hail, and ice.
2.02 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements of the Contract
Documents, Manufacturers offering traffic control system equipment that shall be
incorporated in the work include the following:
B. Signal Lights:
1. Econolite – www.econolite.com
2. Lights To Go – www.trafficlights.com
3. McCain - www.mccain-inc.com
4. Or Approved Equal.
C. Barrier Gates:
1. The Chamberlain Group, Inc. – www.liftmaster.com
2. Or Approved Equal.
D. Traffic Detection Loops:
1. Reno A&E – www.renoae.com
2. BD Loops – www.bdloops.com
3. Or Approved Equal.
2.03 TRAFFIC MANAGEMENT EQUIPMENT
A. Signal Lights:
1. LED type, low energy consumption meeting ENERGY STAR program
requirements for traffic signals, two lens (red over green) units with nominal
eight (8) inch diameter lenses.
Project No. RR8744 34 41 16-6 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
2. Black, polycarbonate housing.
3. Sun shields for each signal color.
4. Cap style eight (8) inch visors.
5. Mounting brackets
6. Post-mounted.
a. Posts are specified in this Section.
7. Power requirements: 120Vac, 8W maximum (per module).
8. Provide electrical knockout and terminal strips in each module for field wiring
terminations.
9. Manufacturer/Model:
a. Lights To Go - Model NBB200RG
b. Or Approved Equal.
B. Barrier Gates:
1. Manufacturer:
a. Liftmaster Mega Arm Tower, High Performance Commercial Gate
Operator.
b. Or Approved Equal
2. Gate Cabinet Housing:
a. Nominal eighteen (18) inches by eighteen (18) inch by forty-six (46)
inches high.
1) Cabinet housing width (perpendicular to traffic flow direction)
shall not be larger than eighteen (18) inches
b. Aluminum with baked enamel or other high-weather and fade
resistant finish.
c. Gate housing foundation bolt pattern and conduit access location to
be installed per manufacturer’s recommendation.
3. Electrical:
a. Power requirements: 120Vac, 60 Hz, 20A maximum.
b. UL approved.
NCRTS Scale Replacement 34 41 16-7 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
c. One utility power outlet, main power field box, main power switch with
built-in circuit breaker.
d. Provide cabinet heater kit. Heater kit shall include heater, non-
adjustable thermostat, and mounting hardware. Power requirements:
120Vac, 500W maximum. LiftMaster UN201, or approved equal.
e. Built-in battery backup to provide power for gate operation, control,
and sensing devices for a minimum of 900 cycles during power loss.
Transition to battery power shall be automatic.
4. Gate arm height: 34 inches in down position.
a. Gate arm should be parallel to road surface in the down position.
5. Gate Arm:
a. Material: Manufacturer’s standard.
b. Length: twelve (12) feet.
c. Cross-section: Tubular, rectangular, octagonal, or other shape.
d. Reflectorized.
e. Auto-reverse on contact.
f. Break-away operation: The gate shall be designed so that when the
gate arm is struck by a vehicle it will swing open (as opposed to
breaking).
g. Auto-reverse on photoelectric sensor obstruction.
h. 2.5 seconds to open or close.
6. Motor:
a. High torque.
b. Minimum 1/2 HP or equivalent rating at 24VDC.
7. Photoeye:
a. Provide UL 325 compliant photoeye sensor, reflector, mounting
hardware, and all necessary wiring to prevent barrier gate arm from
closing on to foreign objects. When infrared beam is broken, sensor
relay contacts shall change state.
b. Mount photoeye sensor to barrier gate enclosure and locate reflector
in a suitable location on opposite side of lane.
c. Range up to 40 feet.
Project No. RR8744 34 41 16-8 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
d. Adjustable potentiometer.
e. NEMA 4X housing.
f. DPDT relay contacts rated at least 2A at 120Vac.
g. Light source: Pulse modulated infrared LED.
h. Power requirements: 24Vdc received from barrier gate enclosure
internal supply, 10VA maximum.
i. Manufacturer/Model:
1) Omron E3K
2) Or Approved Equal
8. Primary Gate Controls:
a. The barrier gates shall be configured to operate from a control signal
received from the Owner provided traffic controller panel. When OPEN
control signal is active, gate arm shall open and remain open until control
signal is removed.
9. Secondary Gate Controls:
a. All barrier gates will be capable of operation via an operator controlled
foot switch in the scale house.
1) The gate shall toggle between open and closed states each
time the foot switch is pressed.
10. Control Requirements:
a. At a minimum, the gate arm controller shall have the following discrete
inputs and outputs, each rated for 24Vdc, 0.2A:
1) Three inputs for receiving an OPEN command from the Owner
provided traffic controller panel and other sources. Gate shall
open when pulsed and remain open when held. When OPEN
command is removed, gate shall close.
2) One input for a SAFETY interlock. Used to reverse closing
action of gate when activated. Input automatically disabled
when gate is in the closed position. Photoeye sensor shall be
wired to this input.
3) One input for receiving a CLOSE command. To be used with a
second traffic loop and will close gate after input is applied
and removed.
b. Adjustable gate operator speed control.
NCRTS Scale Replacement 34 41 16-9 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
c. Adjustable time-to-close setting to set time gate arm should be held open
when gate is controlled by pulsed OPEN commands.
d. Fail safe setting to command gate arm to open position on loss of power.
When setting is inactive, gate arm shall be commanded to open position
once batteries have reached 50% capacity or lower.
C. Traffic Detection Loops:
1. Preformed, high temperature pave-over style, inductive traffic detection
loops.
2. Detector loop shall be two conductors (16 AWG minimum), gel filled with
inner and outer XLPE insulation jacketing.
3. Detector loop lead-in cabling length shall be determined by the Contractor
and be of sufficient length to reach the loop detector panel located on the
Drawings.
4. Traffic loop shall be sized as specified on Drawings.
5. Loop wire shall meet UL 493 for direct burial.
6. Manufacturer/Model:
a. Reno A&E PLH Series
b. Or Approved Equal
D. Loop Detectors:
1. Single-channel detector compatible with traffic detection loops provided
under this Section.
2. Loop detector shall be installed in barrier gate enclosure.
3. Minimum of four selectable operating frequencies in the 20 – 100 kHz range.
4. Minimum of four detection sensitivity level settings.
5. Sensitivity boost feature to automatically boost sensitivity when vehicle is
detected.
6. Maintained or pulse detector output settings.
7. Power, Detect, and Fail indication LEDs to indicate control power available,
vehicle detected, and loop out of tolerance state, respectively.
8. Self-tuning functionality.
9. Power requirements: 24Vdc received from barrier gate enclosure internal
supply, 4W maximum.
Project No. RR8744 34 41 16-10 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
10. SPDT relay output with contacts rated for maximum of 160Vdc, 180W.
11. Manufacturer connector type: 11-pin amphenol.
12. Manufacturer/Model:
a. Reno A&E AX-4
b. Or Approved Equal
2.04 SIGNAL LIGHT POSTS
A. Provide a 6 inch round, non-tapered, black powder coated aluminum signal light post
such that base of traffic signal is mounted 6 foot above the drive surface. Provide base,
anchors, and hardware for signal equipment mounting. Provide powder coated post top
aluminum cap. Base shall match detail for roadway lighting pole bases. See Drawings
for concrete base detail.
PART 3 – EXECUTION
3.01 GENERAL
A. Provide sealant for conduit entering the panels.
B. Provide panels with the Record As-built schematic, connection, and interconnection
diagrams placed in a water proof clear bag in the panel.
C. Vacuum clean control panels and cabinets.
3.02 EXAMINATION
A. Verify conditions are satisfactory to receive work of this Section.
B. Do not commence work until unsatisfactory conditions have been corrected.
C. Beginning of Work constitutes acceptance of conditions.
3.03 INSTALLATION
A. Comply with Manufacturer’s Instructions for each piece of equipment.
3.04 STARTUP, TESTING, ADJUSTING AND TRAINING
A. Coordinate startup, testing and adjusting with the installation.
B. Provide eight (8) hours of on site training for operations and maintenance staff
including:
1. Two (2) four (4) hour training sessions on the same day.
**END OF SECTION**
NCRTS Scale Replacement 34 41 16-11 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
SECTION 34 71 13
VEHICLE BARRIERS
PART 1 – GENERAL
1.01 SUMMARY
A. Section includes galvanized and powder coated beam guardrail and anchors.
B. Related Sections
1. 09 96 00 – Performance Coatings
1.02 REFERENCES
A. Comply with the requirements of Section 01 42 00 – References and as listed
herein. The following is a list of standards referenced in this Section:
1. American Association of State Highway and Transportation Officials
(AASHTO), Associated General Contractors of America (AGC), and American
Road and Transportation Builders Association (ARTBA) – A Guide to
Standardized Highway Barrier Hardware.
2. AASHTO M 164, Standard Specification for High-Strength Bolts for Structural
Steel Joints.
3. AASHTO M 180, Standard Specification for Corrugated Sheet Steel Beams for
Highway Guardrail-Nineteenth Edition; Revised Per Interim Specifications -
Specifications - 1999
4. ASTM International (ASTM): www.astm.org
a. ASTM A 36, Standard Specification for Carbon Structural Steel.
b. ASTM A 123, Standard Specification for Zinc (Hot-Dip Galvanized)
Coatings on Iron and Steel Products.
c. ASTM A 153, Standard Specification for Zinc Coating (Hot-Dip) on Iron
and Steel Hardware.
d. ASTM A 307, Standard Specification for Carbon Steel Bolts and
Studs, 60 000 PSI Tensile Strength
e. ASTM A 563, Standard Specification for Carbons and Alloy Steel Nuts.
f. ASTM A 992, Standard Specification for Structural Steel Shapes.
g. ASTM F 844, Standard Specification for Washers, Steel, Plain (Flat),
Unhardened for General Use
NCRTS Scale Replacement 34 71 13-1 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
5. Transportation Research Board, National Cooperative Highway Research
Program (NCHRP), NCHRP Report 350, Recommended Procedures for the
Safety Performance Evaluation of Highway Features.
1.03 SUBMITTALS
A. General: Submit the following in accordance with Section 01 33 00 – Submittal
Procedures.
B. Approval Submittals:
1. Product data in the form of manufacturer’s technical data, specifications, and
installation instructions for each product used in the construction of the
guardrail system, including rail elements, posts and blocks, end sections,
hardware, anchors, performance coating, and accessories.
2. Shop drawings showing location of guardrail and each post and end section;
and details of rail punching, fittings and assemblies, guardrail, post, and end
section installations.
1.04 QUALITY ASSURANCE
A. All material used in the construction of guardrail shall be new and free from defects
or non-conformities.
B. Single-Source Responsibility: Obtain guardrail as complete units, including necessary
erection accessories, fittings, and fasteners from a single source or manufacturer.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Comply with Section 01 60 00 – Product Requirements.
1.06 WARRANTY
A. Coatings shall be warranted not to fade, peel, crack, craze or fail for a period of five
(5) years following Substantial Completion.
PART 2 – PRODUCTS
2.01 BEAM GUARDRAIL
A. Rail Element:
1. The W-beam rail elements, backup plates, reducer sections, and end sections
shall conform to "A Guide to Standardized Highway Barrier Hardware"
published by AASHTO, AGC, and ARTBA. All rail elements shall be formed
from 12 gage steel.
2. The rail splices shall have a minimum total ultimate strength of 80,000
pounds at each joint.
Project No. RR8744 34 71 13-2 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
3. All fabrication shall be complete before galvanizing followed by powder
coating.
4. The holes in the plate shall be slotted to facilitate erection and to permit
expansion and contraction.
5. The edges of the rail shall be rolled or rounded so they will present no sharp
edges.
6. Where the rail is on a curve, the plates at the splice shall make contact
throughout the area of splice. When the radius of curvature is less than 150-
feet, the rail shall be shaped in the shop.
B. Posts and Blocks:
1. Posts shall be steel which shall be galvanized and powder coated.
2. Blocks shall be treated wood.
3. Blocks made from alternate materials that meet the NCHRP Report 350
criteria may be used in accordance with the manufacturer’s
recommendations.
4. Posts and blocks shall be of the size and length shown in the Drawings and
meet the requirements of these Specifications.
5. Blocks may be S4S or rough sawn.
6. Timber blocks shall conform to the grade specified below:
a. Douglas Fir: No. 1 and better, grade (Section 131-b WCLIB) or
(Section 80.11 WWPA).
b. Hem Fir: Select Structural grade (Section 131-a WCLIB) or (Section
80.10 WWPA).
c. Pine lumber No. 1 grade.
7. Timber blocks shall be fabricated before being treated.
8. Timber blocks shall be treated by the empty cell process to provide a
minimum retention, depending on the treatment used, according to the
following:
Table 1. Timber Post Treatment
Creosote Oil 12.0 pounds per cubic foot
Pentachlorophenol 0.60 pounds per cubic foot
ACA 0.50 pounds per cubic foot
ACZA 0.50 pounds per cubic foot
NCRTS Scale Replacement 34 71 13-3 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
CCA 0.50 pounds per cubic foot
9. Steel posts, blocks, and base plates, where used, shall conform to either
ASTM A 36 or ASTM A 992, and shall be galvanized in accordance with
AASHTO M 111. Welding shall conform to Section 6-03.3(25). All fabrication
shall be completed prior to galvanizing.
C. Galvanizing:
1. Beam rail elements and terminal sections shall be galvanized in accordance
with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized
after fabrication, with fabrication to include forming, cutting, shearing,
punching, drilling, bending, welding, and riveting.
2. The minimum average mass of zinc coating shall be 2 ounces per square foot
of surface.
a. The average to be determined on the basis of three individual tests,
no one of which may be less than 1.8 ounces per square foot of
surface.
b. The aluminum content of the zinc bath during actual galvanizing
operations shall not exceed 0.01 percent.
3. WF steel posts, and base plates shall be galvanized in accordance with ASTM
A 123.
4. Bolts, nuts, washers, plates, rods, and other hardware shall be galvanized in
accordance with ASTM A 153.
D. Hardware:
1. Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A
Specifications.
2. High strength bolts shall conform to the requirements of AASHTO M 164.
3. Nuts, unless otherwise specified, shall comply with ASTM A 563 Grade A
Specifications.
4. Washers, unless otherwise specified, shall meet ASTM F 844 Specifications.
5. Submit a manufacturer’s certificate of compliance for high strength bolts,
nuts, and washers prior to installing any of the hardware. A307 Bolts will be
accepted by field verification and documentation that bolt heads are
stamped 307A.
E. Powder Coating
Project No. RR8744 34 71 13-4 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015
1. All galvanized guardrail components shall be powder coated using a high-
performance coating system specified in Section 09 96 00 – Performance
Coatings.
a. Galvanized steel elements shall be coated using coating system
specified in Section 09 96 00 – Performance Coatings.
b. The coating systems shall be shop applied and field touched up
rather than field applied.
PART 3 – EXECUTION
3.01 INSTALLATION
A. Erection of Posts:
1. Set posts true to line and grade of the adjacent roadway and spaced as
shown on the Drawings.
2. When the Drawings require that the ends of a section of guardrail be curved
outward or downward, the posts shall be set to accommodate the curve.
3. End treatment shall be as shown in the Drawings.
4. The length of post installed shall be as shown in the Drawings.
B. Erection of Rail and Terminals:
1. All metal work shall be fabricated in the shop.
2. No punching, cutting, or welding shall be done in the field, except that holes
necessary when additional posts are required or for special details in
exceptional cases may be drilled in the field when approved by the Owner’s
Representative.
3. Rails shall be erected so that the bolts at expansion joints will be located at
the centers of the slotted holes.
4. Rail plates shall be assembled with the splice joints lapping in the direction of
the traffic.
5. When nested W-beam is specified, 2 sections of guardrail, 1 set inside of the
other shall be installed. The inside and outside rail elements shall not be
staggered.
6. Steel rail plates shall be fastened to the posts with bolts, washers, and nuts
of the size and kind shown in the Drawings.
7. All bolts, except where otherwise required at expansion joints, shall be drawn
tight.
NCRTS Scale Replacement 34 71 13-5 Project No. RR8744
May 2015 Bid Set 5/29/2015 10:35 AM
8. Bolts through expansion joints shall be drawn up as tight as possible without
being tight enough to prevent the rail elements from sliding past one another
longitudinally.
9. Bolts shall be sufficiently long to extend at least ¼-inch beyond the nuts.
10. Except where required for adjustments, bolts shall not extend more than ½-
inch beyond the nuts.
3.02 POWDER COATING
A. Rail and all exposed galvanized steel surfaces shall be powder coated in accordance
with Section 09 96 00 – Performance Coatings.
**END OF SECTION**
Project No. RR8744 34 71 13-6 NCRTS Scale Replacement
5/29/2015 10:35 AM Bid Set May 2015