Loading...
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 Projects”, “Public Works”, “Snohomish County”, and “Projects Bidding”. 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 information”), 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.” 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 “Contractor”) 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.” 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 (“HVAC”), 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 “AGREEMENT”) is made this _____ of __________________, _____, by and between SNOHOMISH COUNTY (the "OWNER" or the “COUNTY”) 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 “WORK”), 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 PROCEED”) 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 11⁄2 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 Taken”, “Make Corrections Noted” OR “No Exceptions Taken”, 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 follows”. 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- 1/2”x11”, 8-1/2”x14”, and 11”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- 1/2”x11”, 8-1/2”x14”, and 11”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: “Lead”. 3. WAC 292-155-176: “Occupational Health and Environmental Control”. 4. 29 CFR 1926.62: “Lead Exposure in Construction”. 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 Projects”, “Public Works”, “Snohomish County”, and “Projects Bidding”. 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 information”), 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.” 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 “Contractor”) 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.” 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 (“HVAC”), 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 “AGREEMENT”) is made this _____ of __________________, _____, by and between SNOHOMISH COUNTY (the "OWNER" or the “COUNTY”) 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 “WORK”), 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 PROCEED”) 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 11⁄2 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 Taken”, “Make Corrections Noted” OR “No Exceptions Taken”, 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 follows”. 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- 1/2”x11”, 8-1/2”x14”, and 11”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- 1/2”x11”, 8-1/2”x14”, and 11”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: “Lead”. 3. WAC 292-155-176: “Occupational Health and Environmental Control”. 4. 29 CFR 1926.62: “Lead Exposure in Construction”. 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 “windows”, 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 322N”; SIKA Chemical Corp. “Plastocrete 161”; Euclid Chemical Co. “Eucon WR91”; 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 300R”; Sika Chemical Corp. “Plastiment”; Euclid Chemical Co. “Eucon Retarder 75”; 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 3000NS”; Sika Chemical Corp. “Sikament FF or 686”; Euclid Chemical Co. “Eucon 37”; W.R. Grace “ADVA 195”; 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 100”; Euclid Chemical Co. “Eucon 537”; or equal. 6. AIR ENTRAINING AGENT: Air entraining agent shall conform to ASTM C260. Acceptable products include: BASF“MB-AE 90”; Sika Chemical Corp. “AEA-15”; Euclid Chemical Co. “AEA-92”; 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 4500”. 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 8”. 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 1490”, as applicable; Sika Chemical Corporation “Sikadur 35” or Sikadur 32”, 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 Bondcrete”; ChemMasters “Cretelox”; 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-S”; W.R. Grace “Top-Cast”; 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 “Mastercron”; A. C. Horn Inc, “Durafax”; Burke Company “Non-Metallic Floor Hardener”; 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 Hard”; 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 25LV”; Edoco, “Spartan-Cote VOC”; 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 3/4”. 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 TZ”, 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 Erector”. 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.” 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 0.030”, 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’-0”/10’-0”*** 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 12”x12”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’ 0”, 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’ 0”, 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 Adhesive”; “DuroDyne PAC40 Adhesive”; or Approved Equal. 2. Sheet Metal duct sealant: “RCD #6 Mastic”; “Ductmate Low VOC Duct Sealant”; “DuroDyne DDS181 Water Based Sealant”; 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 Below”. Tracer tape shall be “Safe Guard Detectable Underground Tape”, 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’-6”) 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 ½”) 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 Requirements”, 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 “SIC”: 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 4.00D”. 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 “future”, “spare”, 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” 6” 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, 24”, 14W, bronze; Battery option: EMB310 (VPF 8 Series): Or Approved Equal. 2. Restroom: Luminaire Lighting Corporation VPF 84, 46”, 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, 46”, 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 1/8”. 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 the”C” 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 Documentation” 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 19”-rack mounting system. 3. Panel shall feature double-hinged design to allow front and rear access to 19”-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 run”. 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 4”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 kind”, 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 1/4”-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 Detectable”, 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’-6”) 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.” 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.” 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’-6”) 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