Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Permit B96-0140 - NORTH WIND WIER PARK - RESTROOM
City of Tukwila L. (_ (206) 431 -3670 Community Development / Public Works • 6300 Southcenter Boulevard, Suite 100 • Tukwila, Washington 98188 BUILDING PERMIT Permit No: B96 -0140 Type: B -BUILD Category: NCOM Address: 11013 WEST MARGINAL PL S Location: Parcel *: 284380 -0005 Zoning: Type Const: V -N Gas /E1ec: Wetlands: Water: UNKNOWN Contractor License No.: Status: ISSUED Issued: 09/18/1996 Expires: 03/17/1997 Type of Occupancy: PUBLIC BUILDING Slopes: Sewer: TENANT NORTH WIND WIER PARK RESTROOM OWNER KING COUNTY PARKS Phone: (206) 296 -1468 1104 SMITH TOWER, 506 2ND AVE, SEATTLE WA 98104 CONTACT SUE COMIS Phone: 206 623 -1800 1100 OLIVE WAY, SUITE 200, SEATTLE, WA 98101 ***********************,******************** * * * * * * * * * * * * * * * * * * * * * * * * * ** * * ** Permit Description: CONSTRUCT NEW RESTROOM STRUCTURE. SETBACKS Units: 001 Front: .0 Back: .0 Buildings: 001 Left: .0 Right: .0 Fire Protection: DETECTORS UBC Edition: 1994 Valuation: 165,000.00 Total Permit Fee: 2,004.71 * ** *************************************** * * * * * * * * * * * * * * * * * * * * ** * * * * * * * ** Per ifi it Cent razed Signature Date I hereby certify that I have read and examined this permit and know the same to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws regulating construction r the performance of work. I am authorized to sign for and obtain this b aiding permit. Signature:_ Print Name:L4i4 Date: cl ol•ck.o (AT-NA0 Title: 1- 4E,A40,ta T --- This permit shall become null and void if the work is not commenced within 180 days from the date of issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. •`4. z` f`0:�.'�+t": il+S DEPARTMENT. PR. ,•.� } P-N) 'ii''r..di- � +'"� S � ;.ap r ;A •;.r. ., 4 1 1 1 •�i i 37'.`'x'' =+ A PAP R.O.V.E D , � l• ,G:f4.�.;: '�.: F'.';i9; t. ?'.:a.•c• t, • c :. Ax e:l a , : r' s.t:e n, �..i , +. Ra "RE QUIREM E NTS /COMMENTS s7 ; .' 4 R .. , . Y r!» : . >,... r,,•• , ...a.,:. „. �., : t, � ". , Plan Review Meeting 5-al _ 6 51 cl ° 2nd NOTIFICATION INIT: KP 06 BUILDING - Initial review 3RD NOTIFICATION p ONSULTANT: 522— t (� (ROUTED) Date Sent - Date Approved - FIRE 6-Z0* (�,'3» «2 FIREPROTECTION: 0 Sprinklers " Detectors ❑N/A IRE DEPT. LETTER DATED: ,„t</i 1,c- INSPECTOR: J7/ NIT: 4'1- PLANNING r �' I ��e NING: ZONING: PAR /LANDUSECONDITIONS? ❑Yes ❑No REFERENCE FILENOS.: INIT:. i, 6.1 1IINIMUMSETBACKS: N- S- E- W- PUBLIC WORKS t''(_7-- �''" 0 , - ? i ` UTILITYPERMITSREQUIRED? Yes O No PUBLICWORKSLETTERDATED: Bf 31 /o INIT: l}j't l i FermiV to U.0 5-0I- %. ._oh UBC EDITION (year): 1't 'i 1 (BUILDING - final review cl -'� eib TYPEOF STRUCTION: f " ' CERT.OFOCCUPANCY? QYes 0-No INIT: to -`1,1,- EZ BUILDING OFFICIAL b ci� `s - 1 • INIT: ,1 AMOUNT OWING: i v. - — :� CONTACTED �U DATE NOTIFIED J j /c. BY: (init.) ,....pitio 2nd NOTIFICATION BY: (init.) 3RD NOTIFICATION BY: (init.) PLAN CHECK NUMBER REVIEW COMPLETED CITY OF TUKWILA Department of Community Development - Permit Center 6300 Southcenter Boulevard - #100, Tukwila, WA 98188 (206) 431 -3670 Building Permit Application Tracking SITE PROJECT NAME v r\d bier P K Ru rconn SUITE NO. U 13 INe.--3t (1?arqi / PI S INSTRUCTIONS TO STAFF • Contacts with applicants or requests for information should be summarized in writing by staff so that the status of the project may be ascertained at any time. • Plan corrections shall be completed and approved prior to sending to the next department. • Any conditions or requirements for the permit shall be noted in the Sierra system or summarized concisely in the form of a formal letter or memo, which will be attached to the permit. • Please fill out your section of the tracking chart completely. Where information requested is not applicable, so note by using "N/A ", date and initial. DEPARTMENTAL REVIEW "X" in box indicates which departments need to review the project. 02/15/96 SITE DDRESS SUITE # W. (-)7 am & eategb 4011 ash n7 R, 2 VALUE OF CONSTRUCTION - $ l65 DD O ASSESSOR ACCOUNT # 32Q aftaChe(\ (commercial) lJ Demolition (building) 0 Other PROJECT NAME/TENANT NORTH 1 p wie6 PAO< EgSTROW I TYPE OF New Building Li Addition 0 Tenan mprovemen WORK: 0 Rack Storage 0 Reroof 0 Remodel (residential) DESCRIBE WORK TO BE DONE: NXW Co /i5ii Pacflo1J RFS -Roo/0 BUILDING USE (office, warehouse, etc.) IFEsreom NATURE OF BUSINESS: PaRf WILL THERE BE A CHANGE IN USE? 0 No 0 Yes If Yes, new building requirements may need to be met. Please explain: SQUARE FOOTAGE - Building: 5-7. 0 Tenant Space: Area of Construction: - 7 I) Fj"' WIL,THERE BE STORAGE OR USE OF FLAMMABLE, COMBUSTIBLE OR HAZARDOUS MATERIALS IN THE BUILDING? No 0 Yes IF YES, EXPLAIN: FIRE PROTECTION FEATURES: 0 Sprinklers 0 Automatic Fire Alarm System ---- WSW di 5 1 1 E PROPERTY OWNER <M)6,.., ( ( /JT y . DES" dF /3' ?k S (PHONE & 9e -(36 1 f R IP ADDRESS 3 a Lp) ir H06 CL) u / , hibuis T 4.. z o' 1Z PHONE CONTRACTOR PHONE 262'46 ADDRESS // 0) e !)v i /E )72.' ADDRESS CONTACT PERSON AV/AZ PHONE 1ZIP WA. ST. CONTRACTOR'S LICENSE # EXP. DATE ARCHITECT AM? ,J C/($O/J — D I (04 PHONE ...-.3%,9E ...,8O6 /1L) ( go z IZIP ADDRESS /G( E,451 I HEREBY CERTIFY THAT I HAVE READ AND EXAMINED THIS APPLICATION AND KNOW THE SAME TO BE TRUE AND CORRECT, AND I AM AUTHORIZED TO APPLY FOR THIS PERMI BUILDING OWNER OR AUTHORIZED AGENT SIGNATURE e J DATE 5/ PRINT NAME S'U cow / t 25 60 050/TA PHONE 262'46 ADDRESS // 0) e !)v i /E )72.' CITY/ZIP 4? ?fc / CONTACT PERSON AV/AZ PHONE DESCRIPTION AMOUNT RCPT # DATE BUILDING PERMIT FEE PLAN CHECK FEE I • ,. Mip , . BUILDING SURCHARGE • OTHER: — D I (04 TOTAL - 1 CITY OF TUKWILA Department of Community Development - Building Division 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 y Gl 4 - CEO v 'PLAN CHECK NUMBER APPLICATION 'MUST BE FILLED OUT COMPLETELY DATE APPLICATION ACCEPTED BUILDINJ PERMIT APPLICATION APPLICATION SUBMITTAL In order to ensure that your application is accepted for plan review, please make sure to fill out the application completely and follow the plan submittal checklist on the reverse side of this form. Handouts are available at the Building counter which provide more detailed information on application and plan submittal requirements. Application and plans must be complete in order to be accepted for plan review. VALUATION OF CONSTRUCTION Valuation for new construction and additions are calculated by the Department of Community Development prior to application submittal. Contact the Permit Coordinator at 431 -3670 prior to submitting application. In all cases, a valuation amount should be entered by the applicant. This figure will be reviewed and is subject to possible revision by the Building Division to comply with current fee schedules. BUILDING OWNER / AUTHORIZED AGENT If the applicant is other than the owner, registered architect/engineer, or contractor licensed by the State of Washington, a notarized letter from the property owner authorizing the agent to submit this permit application and obtain the permit will be required as pars of this submittal. EXPIRATION OF PLAN REVIEW Applications for which no permit is issued within 180 days following the date of application shall expire by limitations. The building official may extend the time for action by the applicant for a period not exceeding 180 days upon written request by the applicant as defined in Section 304(d) of the Uniform Building Code (current edition). No application shall be extended more than once. If you have any questions about our process or plan submittal requirements, please contact the Department of Community Development Building Division at 431 -3670. DATE APPLICATION EXPIRES COMMERCIAL NEW COMMERCIAL BUILDINGS /ADDITIONS Completed building permit application (one for each structure) 1 Assessor Account Number Two sets (2) of the following: J Specifications Structural calculations stamped by. a Washington State licensed engineer, n Soils report stamped by a Washington State licensed engineer ( Topographical survey (I Working drawings; stamped by a Washington State licensed architect, which include: • Site plan. • Architectural drawings • Structural drawings • Mechanical drawings • Elevations. •.Civil drawings • Landscape plan Li Completed utility permit application (one for entire project) NOTE :. See utility permit application and checklist for specific utility submittal requirements. RACK STORAGE Completed building permit application Assessor Account Number Energy calculations stamped by a Washington State licensed engineer or architect Legal description NOTE: Include dimensions of racks (height, width and length), aisles and exit ways on plan. n Structural calculations stamped by a Washington State licensed engineer (rack storage 8' and over). RESIDENTIAL NEW SINGLE - FAMILY DWELLINGS /ADDITIONS i 1 Completed building permit application (one for each structure) Legal description Assessor Account Number I) Six (6) sets of civil drawings:; Two (2) sets of plans, which include: Building floor plan showing: •'Entire space where racks will be located • Exit doors • Dimensions of all aisles Tenant space floor plan showing rack storage layout, aisles and exits. SUBMITTAL CHECKLIST Two sets (2) of working drawings, which include:. • Site plan (On plan, show closest hydrant location. • Goundalion plan . !n_.'udc ....,..,. .. O'if!di.7g :...wirr; • Floor plan width and length of access.) • Roof plan • Building elevations (all views) • Building cross - section • Structural framing plans Washington State Energy Code data Completed utility permit application Six (6) sets of site plans showing utilities NOTE: Building site plan and utility site plan may be combined. See utility permit application and checklist for specific submittal requirements. • Additional topographical and soils informatiot: may be required if unique site conditions. COMMERCIAL TENANT IMPROVEMENTS E Floor plan of proposed tenant space • Tenant space plan with use of each room labelled. • Exit doors, egress patterns. • New walls, existing wall, and walls to be demolished: n Construction details •.Cross sections showing wall construction and method Of attachment for floor and ceiling. Structural calculations stamped by a Washington State licensed engineer may be required if structural work is to be done (2 sets) NOTE: If any utility work is to be done; submit separate utility permit application and plans.... REROOF Completed buiichng permit application (one for each structure) Assessor Account Number Narrative describing existing roof, material being removed, and material being installed: NOTE: A certification letter is required prior to final inspection and sign- off of the permit. . ANTENNA/SATELLITE DISHES Completed building permit application Li Assessor Account Number Two (2) sets of plans, which include: it Site Plan (showing building and location of antenna/satellite dish) Completed building permit application (one tor each structure or tenant) . Assessor Account Number Two (2) sets of construction plans, which include: Details antenna/satellite dish and method of attachment. j J Structural calculations stamped by a Washington State licensed engineer may be required RESIDENTIAL REMODELS Assessor Account Number pi Two (2) sets of working drawings, which include: • Site plan •.Foundation plan •: Floor plan Roof plan • Building elevations (all views) • Building cross - section • Structural framing plans NOTE: If any utility work is to be done provide utility permit application and plans must be submitted. Site plan • Location of tenant space :. • : Existing and proposed parking • Landscape plan (if applicable,: i.e., change of use Overall building plan Tenant location • Use of adjacent (common wall) tenant . %:Overall dimensions of building or square footage Completed building permit application (one for each structure) REROOFS Completed building permit application (one for each structure) Assessor Account Number Narrative describing existing root, material being removed, and material being installed. NOTE: A certification letter is required prior to final inspection and sign - off of the permit. CITY OF TUK:WILA Address: 11013 WEST MARGINAL PL 'S Suite: Tenant: NORTH WING WIER PARK RESTROOM Type: B -BUILD Parcel #: 234380 -0005 Permit No: B96 -0140 Status: ISSUED Applied: 05121/1996 Issued: 09/18/1996 '4******'******** **•**** * *'* ****4 *4 *:k ** 444' 44: 4 ' 4A444kkkkk *'444 - 44444444t4 *•**A Permit Conditions: 1. No changes will be made to the plans unless approved by the Architect or Engineer and the Tukwila Building Division. 2. Plumbing permits shall be obtained through the 'Seattle -King County Department of Public Health. Plumbing will be inspected by that agency, including all gas piping (296 - 4722). 3. Electrical .permits shall be obtained through the Washington State Division of Labor and Industries and all electrical work will, be inspected by that agency (248- 6630). 4. All mechanical work shall be under separate permit issued by •the City of Tukwila, 5. All permits, inspection records, and approved plans shall be available•at the job site prior to the start of any.con- struction. These documents are to be maintained .and avail- able until final inspection approval is granted. 6. Ali Structural concrete shall be special inspected (UBC - Sec.' 306(a)1). 7. When special inspection is required either the owner, architect or engineer shall notify the Tukwila Building Division of appointment of the inspection agencies prior to the first building inspection. Copie_ of all special inspection reports shall be submitted to the Building Division in a timely manner. Reports shall contain address, project name, permit number and type of inspection being performed. 8. The special inspector shall submit a final signed report. stating whether the work requiring special inspection was, to the.best of the inspector's knowledge, in conformance with approved plans and specifications and the a p p l i c a b l e workmanship provisions of the UBC. 9. All construction 'to be done in conformance with approved plans and requirements of the Uniform Building Code (1994 Edition) as amended, Uniform Mechanical Code (1994 Edition), and Washington State Energy Code (1994 Edition). 10. Validity of Permit. The issuance of a permit or approval of plans, specifications, and computations shall not be con- strued to be a permit for, or an approval of any violation of any of the p r o v i s i o n s of the building code or of any other ordinance of the jurisdiction. No permit presuming to give authority to violate or cancel the provisions of this code shall be valid. 11. Notify the City of Tukwila Building Division prior to placing any concrete. This procedure is in addition to any requirements for special inspection. ****** A*** A* A***********f c** k. 1k• a*** A* k ** *.4k *A *.kAA*A4***.**A*** * (0'014° 1 RANSMIT * **A4 4 e**•k*A*****ft**A** ** * * k: k * ** * *•4 *k*A* *4* *k*kA * *•& *•a k*** TRANSMIT Number R9600479 Amount: 50.00 09/11/96 13 :21 Payment Method: CHECK Notation: KING COUNTY Init: MEV CITY OF T WA Permit No: PW96-•0146 Type: PW• -FZC FLOOD ZONE CON'1ROL Parcel No: 284380 -0005 Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL Total Fees: 50.00 This Payment 50.00 Total ALL Pmts: 50.00 Balance: .00 **A * * *** * *,t +•A * *•kA *a1•k ** ** ******* tk** A**+ 1 ** * * * *,4 *•A ** *•A•4• * * **A,1 ** *A* Account Code pescriptian Amount 000/322.400 FL000 ZONE CONTROL 50.00 • GENERA 2004.71 : 4 *lkk ; 4k4' : 10 A4,A *4 * *k *4 : 4* h4 kit** 4' c4 .1*frt *x*4k -rk TOTAL 2004.71 CI1'Y OF TUKY1] :�..A, 1' A 1 f;( ?�;f;M31 CHECK 2004.71 k-4•k *- LAhk* *AkAi */ r* k**: k* kk 4A* k *Afc :4kk* * i CHANGE 0.00 I PANSMIT Number: 96004/99 Amount: ",1}04.71 1ir�r'2t!/ / 3 /96. 51314A000 16 :35 Payment Method: CHECK Notation: KING COUNTY 'nit: MI V Permit No: 1396 -01.40 Tape: 13-- E1UII.D BUILDING PEI :M.C"1' Parcel No: 2C4380-0005 Location: 2? AV 1$ Total Fees: 2.0011.71 Nis Payment 2.004.71 Total ALL hilts: 2,004.71 Balance: .00 *•* k* Ai:- k** •F. **A * *k****•A* *-'*4** ** ** d.•* Ail ** kit *i4+•ik4A*:.* *1k**** *.! **k1 Account Code 000 /322.100 000/3/V5.830 000/386.904 o De9cription BUILDING -• NGNRES PLAN CHECK •- NON12E6 STATE BUILDING SURCHARGE * }aid qa°•* .�.fa :} f't: -• ..ti' • .:•'T Amount 1..212.201 73 4.50 a °u: rifill7,47gokof Tv 14r,"7'..7" **A* * * *•A * *A * *** * /44 AlliAA ** : *** ***11.44 * *** * * * * *kA*A *** * * * * *tit CITY OF TuKWILA. WA jO"BIL46 TRANSMIT **A *st * * * * * * * *4 * * * *•A * * *44 * *t .W A** A****- AA * **i * *A.VA * * * * ** TRANSMIT Number: R9600479 Amount: 625.00 09/10/96 13 :22 Init: MEV Payment Method: CHECK Notation: KING COUNTY Permit No: PW96 -0148 Type: PW-WM WATER METER PERMIT Parcel No: 284380 -0005 Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL .S Total Fees: 625.00 This Payment 625.00 Total ALL Pmts: 625.00 Balance: .00 * h•'****•***** A* A•i rkh******** 4* 4r****A i•* k* AA kk•k * *:l•k * *• Account Code 000/345.830 401/388.102 401/386.520 401/342.400 401/343.405 Descr•iptiori PLAN CHECK -- WATER METER WATER CONNECTION •. WATER INSTALLATION (DEP) WATER INSPECTION FEE WATER TURN-ON FEE. •r " A'f t.•:'�.x " Amount 10.00 225.00 350.00 15.00 25.00 * * ** *44444 * * * ** *4•k4 * ** k4 * * *41*a * ** * * * * * * *44 * ** *4 *k ***A*A*k4 *•4 * ** CITY OF TUKWILA, WA .P3%10140 SIT 4'k*• * * *A *4 * *44 *A* 444r**** A4•** 4****+k* * * 4 *4 * *AA*+4•44•k*4A *+ *4 A k ** TRANSMIT Number: 89600479 Amount: Payment Method: CHECK Notation: KING COUNTOY.00 09 /1 13 M EV - Permit No: PW96-•0147 Type: PW -LA ^- - -LAND ALTERING - PERMIT Parcel No: 284380 -0005 Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL 3 This Payment Total roes: 108.00 108.00 .Total ALL Pmts: 108.00 Balance: .00 * *4 -*A *• **** khk*k* *A*••.A **•k *Jr•k* ** *** *•A **A %A 4k l**• 1 * * **4 4 ** * *A ****4* Account Code .Description 000/322.100 BUILDING = NONRES Amount 600/345.830 PLAN CHECK - NONRES 3266 09/18 9617 TOTAL 833.00 Account Code 000 /345.830 000/342.400 Ac•courrt Code 000/345.830 000/342.400 Description PLAN CHECK •- UTILITY IN5P FEE - UTILITY Description PLAN CHECK - UTILITY INSP ' I EE - UTILITY * ** **kk****, * ***•k••4kA *****k•k.4,t**k*k*4 *:% i*k**kk•k•A k******.t**k**k CITY OF TUKWILA, WA 0 OW TRANSMI1• *. lri— kk*o4•A• *J *k* A4k* oA# &***A*k**k*****k*'**4**kkkk** **k *****k *A* TRANSMIT Number: 89600479 Amount: 25.00 09/18/% 13 :22 Payment Method: CHECK Notation: KING COUNTY Init: MEV Permit. No: PW96 -•0214 Type: PW-SU STREET USE Site Address: 11013 WEST MARGINAL PL 5 Location: 11013 WEST MARGINAL PL S Total Fees: 25.00 This Pavmetit 25.00 Total ALL Pmt: 25.00 Balance: .00 **** 4* e1 k* k•A **h;4 * ** * ** ** *k•k•k•*****4* * k* **k*Ak•4*N*** * **•k•k *•A *4: **** Amount 10.00 15.00 ************* k* x ******** A****** * * ** * ** ** ** *A•k* * * * * * * * * *•A• ** A * * * * * CITY OF TUKWILA, WA V104140 TRANSMIT * * * * * * * * *•A A * * * *•it * *AA* *k * ** * *•k * *X` * ** * * *k * **l * * * * * * ** * * *4* * **4 * * ** TRANSMIT Number: 896004830 Amount: 25.00 09/18/96 13:23 Payment Method: CHECK Notation: KING COUNTY\ Init: MEV Permit No: PW96 -0149 Type: PW -•HAUL HAULING Parcel No: 234380 -000; Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL a' Total Fees: 25.00 This Payment 25.00 Total ALL Pints: 25.00 Balance: .00 *** **kt*** ******** **/v*** **** ***k* ** * *Ak *s ** * *A ** *A*k•4•* *****A #•k* Amount 10.00 15.00 n W I elf wit n pe of inspetrr (n Address n e ( � Date called: 2- I 1 Special instructions: 7 �.t�.u- ID J c - - .- - _ all_ 1- A1.4 47) r' L'il(osf Date wanted: Z la a.m. p.m. Requester rad Na ,, Q hone N/ / - 075 -4 .. �w +xc�t'u`Xd2C'•..�351:'� , �; sa': �: �kv`.'. E' 3' � � �' c. �s1' FZ; r,., �x+ urouw. s,...._ ca•. r�•.. w.......—• w... ...,.,.....w....,.»...ua�saa;xa I INSPECTION NO. Approved per applicable codes Inspector INSPECTION RECORD - Retain a copy with permits CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 II MENTS: F-7 Date: a . r RMIT NO. (2062431 -3670 Corrections required prior to approval. !t /AO. s... $42.00 REINSPECTION FEE REM) RED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. CaII to schedule reinspection. 1 Receipt No.: Date: M Off Willi ke■ altrY14 ., T pe of inspecn 't lkot9 Address: 11017 W. Pc 'ke i Uf Date called: Special instructions: Date wanted: a.m. p.m. Requester: Phone No.: ...... (L) INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 I I Approved per applicable codes. r" Retain a copy with perni& INSPECTION RECORD PERMIT NO. (206) 431-3670 Corrections required prior to approval. COMMENTS: e■uvet/N Inspector: \itk Lyc Date: $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: ' o'ect: 1 :t ► 1b 1. eP T O Type of inspecti • . • RAM t i'i ((�� `.' I l g:NAI AtO /%141- Pi- j Date called: —1 —) _Lrl Special instructions: `" ( (NA, fl CALL 'e ��ST Date wanted: 1. 31 - 97 m. Requester: (� � � : o.: , INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes. Inspector: INSPECTION RECORD Retain a copy with permi Date: °.i$�.�lt•?1Ydi.`�'1, ',: 21t' d�& ��L ''�."Sf�._ ^_4:.:u4'- .5:.�1�f. r. 4vs.up....4 . .. PERMIT NO. (206) 431 -3670 Corrections required prior to app COMMENTS: b.Pe g)V A - 7 fq $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: Prop% Type oNpgion: .I if10`str k D cal‘d: sic) ._..) / Adc ri u inn tufo\ , v., 64 Special instructions: Date wanted: Requester: r . h lik. IA LAW Phone No.: (00 .,, , — )2, 7 1/4s Approved per applicable codes. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMIT NO. Corrections required prior to approval. 6.0442474.rar (+‘ (206) 431-3670 coMMENTS: 4A._i_e_L„eda4_,onde_ v/t Inspector: Date: P1 $42.00 REINSPECT! FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: COMMENTS: TYpelQf irgr n .. � . iOditss MAPOPlAG Ft_ 1 `bs' c,-N= �k.k .SNP t OrN„ 103(2. c..; tai -1.1 C A A CO , N . -_- t41T e (.p t' rr .(t uF- ' - N ' :; . Phone No.: c} - ^ 1 t-y,- prgi. wt No W t oz. PARK , R , TYpelQf irgr n .. � . iOditss MAPOPlAG Ft_ 1 Date called 5- al - 91 Special instructions: PottR 141/41.1- Be, um rizt l wi SPIN:. im... Q )0:00 A.m. DL,ltaprIbit: ..2 ... 1 ( Requester: 7 AtL Phone No.: c} - ^ 1 t-y,- INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes. I INSPECTION RECORD Retain a copy with permit F' ,citoi4o PERMIT NO. O I i� (206) 431 -3670 Corrections required prior to approval. Inspector: Date: $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: _....V- __ _t _.a.r.y...w ..� 1�4ITO ,. t'ni\ `,', f1� Jl��[[ �►V V �'V Rim- Type of insp r � N�s�v� A ddligitiot, 1 J ra Date called: _ 15_91 Lt, Special instruction S : D to want m: �PM� OR- 5� �(O p (pe Requester: fy e -mil(o ) oe_ t -72- INSPECXION NO. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Approved per applicable codes. COMMENTS: Inspector: I1 Bch 0 PERMIT NO. (206) 431 -3670 Corrections required prior to approval. Date: $42.00 REINSPECIION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Cali to schedule reinspection. Receipt No.: Date: P 9ject: ! ection: �_ / 1), A -N I /' ' 1 Type of inspection: .0 , .. _ s T s : 1 Address: /JO) �1J 14rr� a11. > Lc, .\ Date called: Date wanted: ,- ) s ,.: 5 ' ^ a. m` Special instructions: Requester: T7 ) Phone No.: 11 INSPECTION O. COMMENTS: s l Inspector: CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 9818 gt1/1, INSPECTION RECORD Retain a copy with permit Approved per applicable codes. Corrections required prior to approval. IL O!fr PERMIT NO. (206) 431 -3670 D ate: J _ G $42.O' EINSPECTION E REQUIRED. Prior to inspection, fee mus( be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: Fireproofing Aggregates Shotcrete Concrete Masonry Asphalt Roofing P i l i n g S t e e l S o i l s W o o d December 17, 1997 File: 97 -230 Project: Address: Permit No.: c City of Tukwila Building Department 6300 Southcenter Blvd. Tukwila, WA 98188 North Wind Wier Park Restroom Marginal Place South 7 " J# t .1 `: i997 LiNT This is to advise you that special inspections are completed on the above referenced project. The following inspections were required and copies of all inspection reports have already been forwarded to you. 1. Reinforced concrete 2. Structural masony All work inspected conformed to Tukwila Building Department approved plans, specifications, UBC and related codes and /or verbal or written instructions from the Engineer of Record. Sincerely, A.A.R. TESTING LABORATORY, INC. aude.4., Kimberle Anderson President cc: D.C.F.M. - Mike Lozano MacLeod Reckord Landscaping Architects Tel: 881 - 5812 Fax 881 - 5441 • P. O. Box 2523, Redmond, WA 98073 A.A.R. TESTING LABORATORY, INC. CONSTRUCTION INSPECTION AND MATERIAL TESTING NATIONALLY ACCREDITED LABORATORY TOTAL FEES: 50. 00 FLOOD _'ONE CONTROL. Permit No: PW96 -0146 Issued: 09/18/1996 Status.: ISSUED Approval Letter: 0823/199€ Project: NORTH WING WEIR Expires: 03/17/1997 Site Address: 11013 WEST MARGINAL PL S Location: 1101 WEST MARGINAL PL S Parcel #: 284380 -0005 Watercourse: Wetlands: Slopes.: Sewer. 'Water UNKNOWN Contractor Licence No.: TENANT NORTH WING WEIR PART•:: RESTPOOM OWNER l:ING COUNTIES FACILITIE'S MIiMT Phone: 206 296 -O648 320 KING COUNTY AOMIN BLDG, SEATTLE WA 98104 CONTACT DAWN NEELY Phone: 206 623 -1300 UPS CON'SULTANT'S, 1100 OLIVE WY STE 200, SEATTLE WA * 4 4 'k 4 4 :4 k 4 '4 k '4 k k 4 4 'k •k '.4 •k '4 '4 '4 '4 '4 4 4 4 4 . k 'k :4 •k k .4 4 4 'k k k :4 '4 'k '4 4 '4 4 '.4 4 'k 4 4 '4 k '4 'k 4 •k '4 4 4 '4 4 4' k 4 k 4 4 4 4 4 4 4 4 k. 4 :4 Additional Permit Description: FLOOD ZONE CONTROL PERMIT FOR NEW RE'STROOM Existing 'Square Feet: Additional Square Feet: New Square Feet: Inspection Fee: 50.00 Acct No: 000/322.400 Plan Check. Fee: Acct No: 000.345.330 King County Valuation: Value of Construction: .00 *'444•4'k444 4444 4444. 44'4.4'44 k'4•k•k 4h :4 4'44 *h *44'444'444 k.A'k4•4.4'k 44* 4h kk 4 I hereby accept this permit and agree to abide all applicable sections of the City of Tukwila Municipal Code. We agree that the City of TuI'.wi la shall be held harmless for all or any claims arising as a result of this project. Permit_, which have lapsed beyond the expiration date -hall r•equire a re- application and reis.suance of the pe.rniit through the City at an additional fee THE APPLICAN MUST NOTIFY THE CITY IN'SF'ECT0F OF COMMENCEMENT AND COMPLETION OF WORK AT L AST 24 HOURS IN ADVANCE. TO SCHEDULE AN INSPECTION CALL 433 -0179. Signature: 4 4 4 4* •k 4 -k 4 4 4 .4 •4 'k '4 'k *' ' * k k '4 4 '4 .4 4 '4 •4 4k ;4 k k 4 4 .4 4 4 '4 4 4 4 •4 4 4 4 '4 4 4* 4 4 •4 .4 '4 k k :4 4 k •k k '4 4 4 4 4 4 4 '4 k 4 4 4 k 4 4 4 4 APPROVED FOR I S'S NCE BY: JJ'S Issued By: Gate. Final Inspection Approved: Dace: g' 18•9(... r Ig, I(M& Authorized Permit Center S iunature •4 4 •4 '4 *• '4 'k 4 4 'k 4 4 'k 4 4 4 4 •4 '4 k 4 4 •k 4 'k 4 '.4 '4 4 •4 4 4 k '4 4 '4 4 4 4 •4 '4 'k 4 4 4 4 4 4* k 4 k 4 4 4 k 4 4 4 4 4 '4 k 4 4 4 4 k 4 '4 '.4 . 4 4 4 4 4 4 4 I hereby certify that the permit holder whose name and address appears on this record has _.atisfactorily met the standards and conditions for the pr•oiect approved herein. Inspector Signature Date Permit Fee P l a n Check Fee: Other: Total Fees: Issued By: Permit No: PW96 -0147 Issued: 09/18/1996 X96 Status: ISSUED Approval Letter: 08/23/1996 Project: NORTH WIi'4U WEIR Expires: 03/17/1997 Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL S Parcel #:28438=0 -0005 Wetlands: Watercourse: _.lopes,: Contractor: License No.: TENANT NORTH WIND WEIR PARK RE'STROOM OWNER KING COUNTIES FACILITIES MGMT Phone: 206 296-0648 320 KING COUNTY ADMIN BLDG, SEATTLE WA 98104 CONTACT DAWN NEELY Phone: 206 623-1800 URS CONSULTANT'S, 1100 OLIVE WAY :'ATE 200. SEATTLE WA 4 'k'44'44'4'k'4'4'kkk•44'44'4*'4* 41444 '44k4'4*'44'44*'kk4'1 - k:4'4'4 4k444k'4k 4kkk44 444444 4k 44 Additional Description: LAND ALTERING INCLUDING PRELOAD FOR NEW RE'STROOM. EARTHWORK QUANTITIES: TEMPORARY FILL (PRELOAD) 460 CY PERMANENT FILL 160 CY PRELOAD MATERIA.L TO REMAIN IN PLACE A MINIMUM OF 45 DAYS OR AS APPROVED. Grading /Fill (Yards,) -Cut' Fill: Inspector 'Signature 85.50 108.00 4' 4 'k 4 'k k k 4 4' 4 '4' * '4 4 4' 'k 4' 4 4 4 '4 k '4 4 '4 '4 4 '4 'k 'k 'k k :4 . 4 k .4 k 'k 'k 4' k '4 4 4 4 k 4 4' 4 4 4 k :4 4 4 '4 'k .4 - 4 4' 4 k '4 4 4 '4 4 4 4 4 4 '4 4 4 4 4 I hereby certify that I have read and examined this. permit and know the same to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or riot. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws, regulating construction or the performance of work. I am authorized to sign for and obtain this Land Altering permit. This permit shall become null and void if the work is not commenced within 180 days from the date of issuance.or if the work, is suspended or abandoned for a period of 100 days from the last inspection. THE APPLICANT MUST NOTIFY THE CITY INSPECTOR OF COMENCEMENT AND COMPLETION OF WORK AT L AST 24 HOURS IN ADVANCE. FOP AN INSPECTION CALL 433- 0179. 'Sig►3�ature: _ Da te: c ,. � • Cam► - •4 ;4 , 4 k 4 F k 'k 4 4' :4 k '4x.4 4 4 #"4 •k . 4 k k k. 4 k 'k . k 'k 'k k . 4 k . k k '4 k •4 4 k k . 4 4' 4 . 4 . 4 'k •k k :4 4 4' 4c 'k k '4 4 4' .4 :4 4 4 4 '4 '4 •4 4 4' '4 k k 4 4 APPROVED FOR IS'.,LCNCE: i ktei /14 1 %1 Final Inspection Approved By: LAND ALTERING Date: Account No: 000/322.100 Account No: 000/345.830 Account No: 000/386,904 V a l u a t i o n : .00 Gate: 620 Tota l : 620 Authorized Permit Center 'Signature 4''4 k :4 4 4 4''4 k k'k'4 k k k k k k 4''k 4 k k 4''k 4 k 4'•k •k*'44 4 4 4' •4 k'k'k :4 k 4''k 4'k'k 4 4' 4''.4 4 4'•k 4 k 4''k 4' k 4'4 4''k k k 4 4' k 4 4' k k'4'4'.4 I hereby certify that the permit holder whose name and address appear: on this record has satis.t'actorily met the standards and conditions. for thi pr•oje4.t approved herein. CITY OF TUKWILA Address: 11013 WEST MARGINAL PL S r3uite: Tenant: NORTH WIND WEIR PARK; RESTRO0M Type: PW -LA Parcel #: 234380 -0005 Permit No: PW96 -0147 'status: ISSUED Applied: 06/13/1996 Issued: 09 /18 1996 kkk• k- k' kk• k- kkk. k• k' k• k*• kk*• k• kk k 4* k k' kk kkkkk** k*• k* k k k k• k kkk- kkk k 44k• k Permit Conditions: 1. Temporary erosion control measures shall be implemented as the first order of business,. to prevent sedimentation off - site or into existing storm drainage facilities. 2. Hauling over 50 cy shall- require application for a Hauling Permit prior to any associated activity. City of Tukwila Community Development / Public Works • 6300 Southcenter Boulevard, Suite 100 • Tukwila, Washington 98188 WATER METER PERMIT Permit No: PW96 -0148 Status: ISSUED Project Name: NORTH WIND WEIR Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL S Parcel #: 284380 -0005 Wetlands: Water Course: Water Dist: UNKNOWN Sewer Dist: Type: OTHR No of Units: 000 Contractor License Number: TENANT NORTH WIND WEIR PARK RESTROOM OWNER KING COUNTIES FACILITIES MGMT Phone: 206 296 -0648 320 KING COUNTY ADMIN BLDG, SEATTLE WA 98104 CONTACT DAWN NEELY Phone: 206 623 -1800 URS CONSULTANTS, 1100 OLIVE WY STE 200, SEATTLE WA * *•k* * * * *k * * ** ** ** k ** kk*** **** **k****** ****** *** *k * * * ** k** *** k* k k k ** ** * * ** k k Additional Description: Developer Construction Cost: ONE PERMANENT WATER METER,SIZE :1 5" FOR NEW RESTRM METER INFORMATION: Water Meter Size: 1.50 Quantity: 1 Work Order #: S106C FEES: Regular Connection: Install:beposit: Plan Check: Inspection: Turn On Fee: Special Connect Fee: Other Fees: TOTAL FEES: 625.00 * k********* k****** k** kk*w*** 4*** k******k****** k****** k4*k * * *k * ** *k * *k*kk* I understand that the charge for the meter installation portion of the water meter /service installation is based on the actual cot of materials plus labor including 17% overhead.. I agree to pay the installation fee (deposit) on the signing of this application and the balance of the cost when billed (overpayment will be refunded). Further, Z agree to pay the regular connection charge, administrative plan check fee, inspection fee and turn -on fee as part of this application.I further understand that the water service piping from the public main to the water meter box and shut -off valve (corp stop) shall be constructed at my sole expense. Signature:__ _ �•14 Title: T ikg-i't1 Company: �,71 Date: gq,..`3•1(0 * * **k * *•k*'k * * * * * *** * * *'k' Kok*. tk* k** 4** * *'k'** ** *** * *•k ** ***** * * **k4 *k *fit * * *'k* *k *** ** *kk APPROVED FOR ISSUANCE: JJS THE APPLICA T MUST NOTIFY THE CITY INSPECTOR OF COMMENCEMENT AND COMPLETION OF WORK AT EAST 24' HOURS' IN ADVANCE. FOR AN INSPECTION CALL 433 -0179. Issued By: Final Inspection Approved By: 225.00 350.00 10.00 15.00 25.00 .00 .00 Inspector Signature Date Issued: 09/18/1996 Approval Letter: 08/23/1996 Expires: 11/17/1996 Slopes: Square Feet: Type: PERM (206) 431-3670 Acct. No .401 /388.102 Acct No: 401/386.520 Acct No: 000/345.830 Acct No: 401/342.400 Acct No: 401/343.405 Acct No: 401/388.101 Authorized Permit Center Signature Date * k* k*********** s1*'*****'******* k*'k*****'*k*** kkk****** k * **k * ** **•4**'4 *k* *kk I hereby certify that the permit holder whose name and address appears on this record has satisfactorily met the standards and conditions for the project approved herein. FL Mb .00 STREET USE Permit No: PW9G -02]4 Issued: 09/18/1996 Status.: ISSUED Approval Letter: 08/23/1996 Project: NORTH WIND WEIR Expiret: 03/17!1997 Site Address: 11013 WEST MARGINAL PL S Location: 11013 WEST MARGINAL PL '5 Parcel #: Watercourse: Wetland:.: Slope_: Sewer. Water: UNKNOWN Contractor License No.: TENANT NORTH WIND WEIR PART; Phone: 206 296- 0648 11013 WEST MARGINAL PL S. SEATTLE WA 98104 OWNER KING COUNTY FACILITIES MGMT Phone: 206 296 -0648 320 KING COUNTY ADMIN BLDG, SEATTLE WA 98104 CONTACT DAWN NEELY Phone: 206 623 -1800 MRS CONSULTANTS, 1100 OLIVE WAY STE 200, SEATTLE WA 98104 •4 4 '4 4 4 4 :4 4 '* '4 '4 '4 'k '4 4 '4 4 :4 'k '* 4* '* 'k 4 A .4 * '4 'k 4 . k '* * 4 4 k k k •4 4 '* k '4 k k k 'k '4 '4 . k '4 4 4 A 4* '* •4 '4 4 4 4 4 .4 4 k 'k . k 4 A :4 4 4 4 4 4 4 . 4 Additional Permit Description: STREET USE PERMIT FOR 2" FORCE MAIN IN WEST MARGI- NAL WY S. (UNDER SEPARATE SEWER PERMIT FROM VALVUE SEWER DISTRICT. Existing Square Feet: Additional Square Feet: New Square Feet: Inspection Fee: P l a n Check Fee: 15.00 10.00 TOTAL FEES: 25.00 Acct No: 000'342.400 Acct No: 000/345.830 King County Valuation: Value of Construction: .00 '4 •4 •4 •4 •4 'k '4 '4 4 4 '4 'k '* :4 'k 'k 4 k 4 4 4 .4 .k '4 4 9 4 '4 4 'k :4 4 4 4 4. 4 4 '4 4 A k 4 4 k 4 4 4 'k 'k '* '4 4 A k 4 '4'4 4 -4 4 '4 A .4 4 '4 4 k :4 '.4 * '4 * '4 4 4 4 4 4' 4 I hereby accept this permit and agree to abide all -applicable sections of the City of Tukwila Municipal Code. We agree that the City of Tukwila shall be held harmless for all or any claims arising as a result of this project. Permits which have lapsed beyond the expiration date s h a l l require a re-application and rei_. nuance of the permit through the City at an additional Fee. THE APPLIC NT MUST NOTIFY THE CIT'r' INSPECTOR OF COMMENCEMENT AND COMPLETION OF WORK AT EAST 24 HOURS IN ADVANCE. TO SCHEDULE AN INSPECTION CALL 433 -0179. Signature :_ , Date: (7L `a4._ '4 4 ' k k k k . 4 . 4 .4'k 4 k :4 '4 A * /I :4 '14 . 4 4 4 9 k .4 A .4 4 x 9 44 . 4 4 'k k k' 4 4'k 4 4 4 4 4 9 '4 •k k' k l R •4 '4'4 .4 4'.4'4 4 4 . 4 k k k 4 4 4 44 APPROVED FOR I'S' DANCE BY: JJ'S v Issued By: 1 ) wl " Date: ' pt I` � Authorized Permit (..enter Signature k .44'k:4k4k4k.4k444A *kk'4'44'kA4 .4 k. 4' k4k44' 4 k k'k'k 4' k' 4A'k AAkk' k9k4• k' 4A.4:4k4 I hereby certify that the permit holder whose name and address appears on this record has satisfactorily met the standards and condition: for the project approved herein. Final Inspection Approved: Inspector Signature Date CITY OF TUKWILA Address: 11013 WEST MARGINAL PL S Permit No: PW96 -0214 Suite: Tenant: NORTH WIND WEIR PARK Status: I'::SUED Type: PW -SU Applied: 07/25/1996 Parcel #: Issued: 09/18x1996 k •k •4 c4 :k k -k k •k •k -k •k k •k k -k * •A k :k k k k * k •k •k :k * k * * * k •k •k 4 •k •4 4 -4 k 4 -4 k -k :4 4 -4 -4 4 -4 4 •4 4 -4 4'4 4 '4 4 4 k •k 4 •k :4 4 4 4 4 4 .4 -4 k Permit Conditions: 1. Work affecting traffic flows shall be closely coordinated with the City U t i l i t i e s Inspector. Traffic Control Plans shall be submitted to the Inspector for prior approval. TO: FROM: DATE: SUBJECT: City of Tukwila Department of Public Works NOTIFICATION OF UTILITY PERMIT ACTION PERMIT CENTER PUBLIC WORKS ENGINEERING AUGUST 23, 1996 NORTH WIND WIER PARK RESTROOM 11013 West Marginal Pl. S. Project No.: P96 -0051 Plan Check No.: B96 -0140 Activity No.: PW96 -0146, 0147, 0148, 0149 and 0214 Contact Person: Ms. Dawn Neely Phone: (206) 623 -1800 THE FOLLOWING PUBLIC WORKS PERMITS HAVE BEEN APPROVED FOR ISSUANCE IN ACCORDANCE WITH THE PLANS APPROVED ON August 23, 1996: PW96 -0146 PW96 -0147 PW96 -0148 PW96 -0214 Flood Zone Control Land Altering Permanent 1.5" Water Meter Street Use Total Fees: PW96 -0149 Hauling $25.00 John W. Rants, Mayor Ross A. Eamst, P. E., Director PERMIT FEE 50.00 108.00 625.00 25.00 $808.00 THE FOLLOWING PUBLIC WORKS PERMIT CANNOT BE APPROVED UNTIL ADDITIONAL INFORMATION HAS BEEN RECEIVED FROM THE APPLICANT AND REVIEWED. (Information consists of a copy of the Certificate of Insurance coverage (minimum $1,000,000) naming the City of Tukwila as additionally insured, a $2,000 bond and 5 copies of the haul route map.) Two copies of the confirmed Utility Permit Application with a set of plans are attached for inclusion in the permit file. JJS /mv Attachments a/s C.F.: PW Utilities Inspector (copy of application and plans) Development File (copy of application and plans) 6300 Southcenter Boulevard, Suite #100 • Tukwila, Washington 98188 • Phone: (206) 433 - 0179 • Fax (206) 431 1. HEHE9YCERTIFY THAT 1: HAVE: READ.`THI APPLICATION A ND: KNOW ?HE: SA:E TO. BET S E AND. >CORRECT. Contact Person , , , Applicant /Authorized 11' , Agent Signature: i.l t. � 54/ttab � _ i . (•rin n.m- : A:. ress " ) 1I5 OZ l 06 On' .Seat Soo Print Name: Oti I CN1 IS 4 R-5 Co ,itt Date: <j fG 96 Phone: 6V c�QQ F 77 "ls�0 Phone: 69a3-/ Date Application Accepted: Date p ���W Date Application Expires: y � r PP P l.I 011�`"1`N e PROJECT INFORMATION Property Owner: Street Address: En. sneer: L/1NOSC ARC fixer Phone No.: - 5 Street Address: Contractor: Street Address: King Cty Assessor PERMITS REQUESTED • WATER ''REFUND/BILLING MONTHLY : < :::: SERVICE BILLINGS)TO : ❑ Water MISCELLANEOUS INFORMATION City of Tukwila [ �,�tlan fie pq 0051 Central Permit System - Engineering Division 6300 Southcenter Blvd., Suite #100, Tukwila, WA 98188 Site Address: -r'h ' WE- ei rH Bail.- ( 404 0 1 ' . 4 Name of Project: Wen/ t(JJL/D W/ee PAC keit reee4.1 K //tk C'C&,V77 Oj /ARf7/7 /JT 4G /9/?C•SPhone No.: cal9C Q69 344 K/JVC,- t24 pinlAJ BEY Cit / State/Zip: e 1J/ 9' /Of 02 I EAST $afr?m I7 Acct #: �, ' QQ- ak}pdw a Contractor's License #: ❑ Channelization /Striping /Signing ❑ Curb Cut/Access /Sidewalk D Fire Loop /Hydr. (main to vault) - No.: _ Sizes: Flood Zone Control Hauling '1 Land Altering cubic yards ❑ Landscape Irrigation ❑ Moving an Oversized Load Est. start/end times' Date: ❑ Sanitary Side Sewer - No.: Name: Street Address: Name: Street Address: DESCRPTION OF PROJECT :: • ❑ Multiple - Family Dwelling No. of Units: ❑ Commercial/Industrial ❑ Sewer ❑ Metro ❑ Hotel ❑ Motel ❑ Office ❑ Retail King County Assessor's valuation of existing structures: $ UTILITY PERMIT APPLICATION ❑ Standby ❑ Single- Family Residential ❑ Duplex ❑ Apartments ❑ Triplex ❑ Condominiums ❑ Warehouse ❑ Church ❑ Manufacturing ❑ Hospital City /State /Zip: S3A7T gi Phone No.: City / State/Zip: Exp. Date: ❑ Sewer Main Extension ❑ Private ❑ Public D Storm Drainage D Street Use ❑ Water Main Extensbn ❑Private ❑ Public D Water Meter / Exempt: - No.: — Sizes Deduct ❑ Water Only ❑ Water Meter / Permanent - No • _. Sizes ❑ Water Meter/ Temporary: - No.: _ Sizes Estimated quantity: Schedule: D Other: Phone No.: City /State /Zip: Phone No.: City /State/Zip: ❑ Other: ew Building ❑ Remodel/ Square footage of original building space: Square t-3 Fr. Addition Footage: Phone: (206) 433-0179 RECEIVED MAY 211996 TUKWILA PUBLIC WORKS ❑ School /College /University ❑ Other: Square footage of additional building space: Valuation of work to be done: $ tyy 04/22/92 UTILITY PERMIT APPLICATION 1/0/3 Wes-/- iiirn'6 M, ,°- s • • VECtilikl:1 Site Address: 024-- AVE 69&r14 BeTzeiti ,0 k- e (0 .4106 1 Diti- I NF O RMATION Name of Project: WC2 ‘01.0D zole,e pneL kegreeem Property Owner: Street Address: Engineer: Street Address: Contractor: Street Address: King Cty Assessor Acct #: Contractors License #: PERMITS / 0 Channelization/Striping/Signing UESTED 0 Curb Cut/Access/Sidewalk 0. Fire Loop/Hydr. (main to — No.: Sizes: O Flood Zone Control O Hauling O Land'Altering cubic yards O Landscape Irrigation O Moving an Oversized Load Est. start/end times Date: O Sanitary Side Sewer — No.: ft096 -046 1b -0141 P106 -014g Phi 96 . ek'231q(cl REFUND/BILLING .1 Street Address: SERVC ::; K/A)6 aVerY erPA,0717 t-Sphone No.: 496-06V8 3=1,6 ADInht) BED6- 41 /1 6 ee ,rEetOen • 02 i EAST 3einolY117 Name: C .0 ) City of Tukwila Central Permit System - Engineering Division 6300 Southcenter Blvd., Suite #100, Tukwila, WA 98188 Name: Street Address: 0 Water 0 Sewer 0 Metro 0 Standby • ... 0 Multiple-Family Dwelling 0 Hotel 0 Duplex No. of Units: 0 Motel 0 Triplex 0 Commercial/Industrial 0 Office 0 Retail ... O Single-Family Residential O Warehouse O Manufacturing King County Assessors valuation of existing structures: $ APIcipq (r) ms) City/State/Zip: Phone No.: ' City/State/Zip: 86//7ne 9g/0ot Phone No.: City/State/Zip: Phone: (206) 433•0179 Exp. Date: O Sewer Main Extension 0 Private 0 Public O Storm Drainage O Street Use O Water Main Extensbn OPrivate 0 Public O Water Meter / Exempt: — No.: Sizes' Deduct 0 Water Only 0 O Water Meter / Permanent — No • O Water Meter/ Temporary: — No.: Sizes •_ Estimated quantity: Schedule: O Other: O Apartments O Condominiums O Church O Hospital Phone No.: City/State/Zip: Phone No.: • City/State/Zip: Other: 0 School/College/University 0 Other: N ew Building 0 Remodel/ Square footage of original building space: Square a Fr Addition Footage: Square footage of additional building space: Valuation of work to be done: $ ..1. THAT 1 ..: HAVE :R • THIS ..?' . LICAT1 : : .. '.. ? :TRU.E::ANp . . ... Applicant/Authorized " Contact Person _60.D.Laignatv_r_e: ...mg A .0 IN -9/ti. ..e i rin n m SaE ed44 6 Print Name: e3//? WM1S Address: fie96 Z1 06 On c9(50 Date: 1 )a 21 1\pi l i t a 2: ,...Accei 22 ci: Phone: ife-1800 Phone: ea3-/gOa 04/22/92 a • MAY -20 -96 17 :10 FROM :URS Consultants URS Consultants, Inc. Seattle Operations 1100 OUVE WAY, Suite 200 SEATTLE, WASHINGTON 98101 (206) 523 -1800 (206) 233 -9570 (fax) Project No: To Organization: Attn: Fax Number; 43/ -3a6 " (36(J 6 From: Shith 1Wie7 Vamie/d Abla vnze Att hilit /eamuzi Subject: Acknowledge Receipt: Call After Review: Other Response: Comments: eioev tialowee& ❑ ❑ Yes No Yea No ❑ ❑ Yew No .28Loe0 - oas DD /D 1 ( 47, W 4 tae60 qik 2 - f a /7 m/s - 3 11 DD020 -- 4 5' I( Deese 6 1 1 0035 7. I i D 0 LID -- 1/ 0 4 ID:2066231800 Facsimile Transmittal Sheet Date: / / Time: /•`D AM nA No. of / Pages: Onciudirq 0 sap) etal PAGE 1/1 R +916 • TUKWILA PUBLIC WORKB Penhallegon Associates Consulting 750 SIXTH STREET SOUTH KIRKLAND, WA 98033 6Lloid coi-f sw& t tv4 ;c4914 : ce.IficieW ri2r/A---ta FZC P1442-046 FW - 1-ft PW rhru-olia rw-H4(AL rYsti Engineering Planning Surveying Engineers, Inc. • (208) 827-2014 P96 2'7 Avs', (locatit)9 ovfh to'n4 an'er ta4 rsir (4.) rata 0-1 camt Sva-iiie 6 1 - 81e* rinVin KING C' DEPAR1 NATURI 1108 SMITH 506 2ND A' ATTLE W Ms. Connie Reckord MacLeod - Reckord Landscape Architects 231 Summit Avenue East . Seattle, WA 98102 Penhallegon Associates Consulting Engineers, Inc. SUBJECT: North Wind Weir Park Response to Review Comments Engineering • Planning • Surveying • August 7, 1996 . Penhallegon Associates Consulting Engineers, Inc.: Dear Connie: We have received a copy of the City of Tukwila's review comments on the subject project dated 7/24/96 from Joanna Spencer via fax transmittal to Dawn Neely of URS Consultants. We have the following response to the review comments. Comment: Please identify 100yr flood elevation 8.8'(FEMA) on the pump sta section on Sht C2. Response: The pump station section on Sheet C2 has been revised to identify the 100 -year flood elevation at 8.8 feet. Comment: Because the pump STA is below 8.8' flood elevation UG pump sta shall be floodproof and balast is needed with tie rods. Response: Attached . is a copy of page 1 of section 3400, precast concrete, of the contract specifications for the subject project. Lines 4 and 5 of subsection 1.01B. states that completed manholes and vaults shall be, among other things, "watertight ", therefore no contamination with the groundwater will occur. - Also attached is a copy of our calculations showing that uplift due to floatation has been considered in the pumpstation design and that a factor of safety of nearly 2 exists. Ballast is not.required. If you have any questions or require additional information please don't hesitate to call. Sincerely, 750, Sixth Street South, Kirkland, Washington 98033 .: :Phone.. Fax: (206) 827 -5.043 ' (206) 827 - 2014' • , ; i?:i'.' ..,•Y., :d ... •a' w it ,�.: .✓a: y�.r Pi. :; ,1 'o.,C ° /tir �: ,.. t - � i4ti�M. 4 , % ?' North Wind Weir Park Section 03400 Precast Concrete PART 1 GENERAL 1.01 SECTION INCLUDES 1.02 RELATED SECTIONS 1.03 SUBMITTALS 1.04 REFERENCES A. Referenced Standards. SECTION 03400 PRECAST CONCRETE A. Provide and install precast meter box, vaults, and manholes. B. Manholes, vaults & meter boxes shall be constructed at the locations shown on the drawings and shall conform to the requirements of the specifications. Construction of the manholes and vaults shall be accomplished as pipe laying operations pass through their locations. The completed manholes and vaults shall be rigid, true to dimensions and watertight. Earthwork for manhole construction including excavation, foundation preparation and backfilling, shall be as specified in Division 2. A. Section 02222 - Excavation B. Section 02223 - Backfilling C. Section 02733 - Sanitary Sewer Lift Station A. Shop drawings: Submit detailed drawings of ladders and covers. B. Certificates: Manufacturer's certificates that precast concrete sections and covers are in accordance with the requirements put forth herein. 1. WSDOT /APWA Standard Plan Details No. B -23C and B -24, Manhole Details 2. King County Road Standards 3. City of Tukwila Standard Specifications 4. Val Vue Sewer District Standards Page 1 of 7 R ECEIVED AUG 2 1996 PUBLIC W O � RKS e l.Jn«waww. ......_.,..._v. ... _. _.. ... ._ .._ ..wan North Wind Wier Park (Green River Trail) Check Lift Station for Floatation Water Displaced: Weight = (n R (h)(62.4 lb. /cf) = (it 2 - 5)(62.4) = 7450 lbs. Weight of Lift Station MH: Barrell = (14.5 - 5)(n)(2.67 - 2 lb. /cf) = 14,000 lbs. > 7450 lbs. • • QK Check Pumping Cycle Assume +/- 100 visits/day @ 5 gallons /visit Daily Usage = (5)(100) = 500 gallons /day Pumping Per Cycle = (6.9 - 5.4)(n 2 gallons /cf) = 141 gal. / 25 gpm +/- = 6 Min. +/- Pump 500 gal / 141 gal = 4 cycles / day +/- If usage is +/- 200 visits/day or per visit = 10 gal. then will require 8 cycles/day. RECEIVED AUG 20 1996 TUKWILA PUBLIC WORD North Wind Wier Park (Green River Trail) Lift Station Pumping Requirements Discharge @ PS = Elev. 6.0 +/- Discharge @ MH = Elev. 11.0+/ - 5.0'Head 840 Feet of 2" Sch. 40 w /fittings, bends, etc. - add +/- 60 LF 900' H 0.2083 100) 1.852 C d 4.8655 Use q = 22.5 gpm d =2" (g 1.852) x Foot per 100 ft. of pipe •• H f = 0.2083 ( 100 )1.852 ( 22.5 1.852 )( 900 ) 150 2 4.8655 100 = 9.7' Total Head = 5 + 9.7 = 14.7 @ 22.5 gpm. Use SPGL200 Aurora Grinder 18 TDH @ 22.5 gpm RECEIVED AUG 2.01996 TUKWILA PUBLIC WORKS JUN 17 '96 11 :11AM TUKWILA DCD /PW CIl ► "I VAIIILA Department of Community Development Building Division - Permit Center 6300 Southcenter Boulevard, Tukwila, WA 98188 Telephone: (206) 431 -3670 REVISION SUBMITTAL DATE: // / i ' PLAN CHECK/PERMIT NUMBER: P 6-006 1 PROJECT NAME: •D(2.TE{ WIND WIE12 'PAR4z 9-ES/gook PROJECT ADDRESS: ( 1 013 W55T MPR(9.1NRif PL S CONTACT PERSON: NO loess y PHONE. e ') ,629-1 CXoa REVISION SUMMARY: R )t31c L SETS •P. Pg1)1W &MIUebT / F4?( fir= eF \( % ) etMeLT 3 1 z.Er OP Pe5P449( Mc. 6 1. £ E )/2W (f M/ l- ' l 5 rep/4 1117L1)1.1 R SHEET NUMBER(S) C I C Z AI AZ s 1 "Cloud" or highlight all areas of revisions and date revisions. P.2/29 RECEIVED CITY OF TUKWILA JUL 0 1 1996 PERMIT CENTER RECEIVtL JUL 011996 •'' V. PUBLIC WORKS �2 Pl 8 f SUBMITTED TO. 3119196 To: D1iJ AVEELY Date: 4 f96 ^, Tine: From: 09. SPENCE/2: ..... Company: uQ 5 vtlrl u.ie. Title: DeVELOPHEN 1 r ��b /Rl�'<ziQ, Dept: Division: R Fax .Number: 2 - 33 957U ��r.w�r�ww - Total # of pages transmitted, includi ng this cover sheet: J I Sent by (initials): JUN -11 -S8 11 :53 FROM :URS( nsultants Subject: ID:20E, 31800.. PACE • 2/2 City of Tukwila Public Works Department/Engineet ing Division Elv CITY OF TUKWILA FAX 011996 JUL 0 1 1996 TUKWILA . PERMIT CENTER PUBLIC WORKS TRANSMITTAL Fox Number: (206) 431 -3665 11111 W/�e NK,_$9: 0 .5 1 /7S:Chgttio Ca Message/ Comments Ter our one.° zokwersddi okt. o t 6/44196 'lease ,use, e plu ces l/MA) of. 5fell s2,noudit ciat 1 , 7 e€ 44 ,clt reicai o rZ s/ t Ci, —LAN6 ,4L7FeIN6 Peg /S BAsgt ON THIS ) , 9wit:Aes& A. ¥'fP„aoe 51how X- 5aukok- p(- re-662d I si e Wee 0,poot.44a -/Asie s e sE L e &vi// he lore / e4 re/eittlee 44e sv: tr '# ,06- 3• 'Reeve 4.4. ,r, c4121.:N less a•+ „ •s- 4.1..s ¢. Sht C- 2 t )$ ae 7�i� SPr•�� wre n�ea:, � ,o e 10 3 "Or- tat //e Ingo FL-406 =tie caur mjQ,Lrr r i S ,Ea iwees , sh47Q W6 4 11,771 PL441V 'WO , FtQEA.<4' N4$ ,autrQ 4E'.it tI AO/aka PieE T,►g 6. MO mite : 14 M P 57/3 $NALt.BE At y,AeD+�, EL.+t IN N6 cgs J 2Q 44. • , , , r - t; • 7 0 .3 -1 / "'J JUN -24 -9S 11 =30 FROM=URS Consultants } o.E..-mit June 20,1996 SEWER DISTRICT Dawn Neelcy URS Cow 1100 Olive way Suitt #200 Seattle, WA 98101 -1832 e RE: Sewer Pe>mit for Rest room at North VThid weir Park Dear Dawn: The following charges apply to connection of the Park property to sewers. 1.) Developers Extension Pay Baack- $10,876.69 ID = 2096231800 PACE 2/3 RECEIVED JUN 2 4 1996 URS CONSULTANTS RECEIVED CITY OF TUKWILA JUL 0 1 1996 PERMIT CENTER A.O. 80X BETTY LUNZ T.J. MATEL!CH SEAT TLE. : ; : : : : :: MICHAEL J. WEST MANAGER • ' ' ' • •:`'': •• '�' DAVID L. RUITER 14816 MILITAFf'l�} 4; COMMISSIONERS 206/2424236 RECEIVED JUL 011996 PUBLIC WORKS The following can nments should be considered for final design of the pump station and psrssure hnc for the North Wind Weir Pads Restroom. 1.) Force Main - The District concurs with PACE, a 2" force main will be rcgaircd. Anything lam will not have the necessary cleaning velocity and would dump potenfiatly septic sewage into the District's manhole. Note that a PVC schedule 40 force main wilt satisfy District requirements. The District will also require locate tape in the force main trench. Finally, an additional 90° elbow should be installed at the discbatgc to the channel to direct the flow dowt>steam and reduce splashing in the manhole. 2.) Pump Station - This comment is intended for your consideration only and refiecis requirements for pump stations owned, main aped and operated by the District. From a maintenance stand point, all pipes, fittings and valves should be either PVC, PVC coated, stainless steel, or ductile iron to prevent corrosion. JUN -24 -96 11 :30 FROM:URS Consultants Dawn Neeky Juno 20,1996 Page 2 2.) Metro Capadty Charge - Based on a fixture count, in this case about 51500.00 3.) Side Sewer Permit Fee - 580.00 4.) City of Tukwih Right of Way Permit Fee - S285.00 In order to issue this permit, charges 1, 3, St 4 must be paid. The Metro Capacity Cie is collected dingy by Metro after canaeciian to sewcrs. Allow 2 weeks after payment for receipt of Right of Way Punk Ifyou have any questions about the above ittformadou please contact me at 242-3236. Dana Dick Assistant Manager DDIlch ID :2066231900 PAGE 3/3 RECEIVED JUL 011996 TUKWILA PUBLIC WORKS Ms. Connie Reckord . 'MacLeod . Reckord .Landscape Architects 231 Summit Avenue East Seattle, WA: 98102 Response:. Comment No. 6: • Response: /pdc• 94498rec.kor • Penhallegon Associates Consulting Engineers, Inc. SUBJECT: North Wind Weir Park Response to Review Comments Engineering • Planning • Surveying • Philip :D. Associate June 17, 1996 750 Sixth Street. South, Kirkland, 'Washington 98033 Phone: (206) 827 -2014 • Fax: (206) 827 -5043 ' ' • JUL D .., fi :1996 • RECEIVED CITY•, OF: TUKWILA.'• OWED j4 L 0. 11996 TUKWItA r • . - PUBLIC WORKS .iii; 7 1vE • 'JUN 1 8 1996 ' �l i f 1 icLeod•Re C k orh rc Dear Connie: . We have received a copy of the City of Tukwila's review comments on the subject project dated 6/10/96 from Joanna Spencer via fax transmittal to Dawn Neely of URS Consultants. We have the following response to review comments number 4 and number 6 as these are relevant to our portion of the work. CoMment.No. 4: ' : Sht C -2 upsize the sewer forcemain pipe to 3" Ductile Iron; separate sewer. . permit for Val -Vue Sewer Distr. required. The discharge flows from the pump station to the discharge manhole are 22.5 gallons per minute. The velocity in the 2 -inch forcemain as designed would be 2.1 feet per second, the velocity in a 3 -inch forcemain at 22.5 gallons per minute • . would be less than 1 foot per second. For proper flushing of the forcemain the Washington State Department of Ecology: standards require that minimum velocities be not less than 2 feet per second. Add•note: UG Pump Sta shall be floodproof. . The pump station is not within the 100 - year floodplain, therefore'floodproof requirements should not apply. . Ownership, maintenance and permit will be provided by the Val- Vue.Sewer District, final design approval 'should be based on .Val -Vue Sewer District review comments. If you have any questions or require additional information please don't hesitate to call. Sincerely, Penhallegon Associates Consulting Engineers, Inc: JUL 25 '96 12 :07PM TUKW • DCD /PW REVISION SUBMITTAL DATE: PROJECT NAME: PROJECT ADDRESS: N UJ W t UkW t CAP P6 T OOM CONTACT PERSON: £k . 1 PHONE: 22 - ' '60 REVISION SUMMARY: CITY OF TUKWILA Department of Community Development Building Division - Permit Center 6300 Southcentsr Boulevard, Tukwila, WA 98188 Telephone: (206) 431 -3670 PLAN CHECK/PERMIT NUMBER: 1 b rE12(X.L..... b P SHEET NUMBERS) "Cloud" or highlight all areas of revisions and date revisions. s r. - ,, u n'" w C ' , M AUG 2 0 1996 SUBMITTED TO: O fl OJ Pe _ s P61Qc: TUKWILA PI IRI In WC) t!r P.2 /2 IMPS Oi< . /f4f 3/18/68 TO MACLEOD RECKOL._ 231 Summit Avenue East SEATTLE, WASHINGTON 98102 (206) 323 -7919 FAX (206) 323-9242 WE ARE SENDING YOU ❑ Attached ❑ Under separate cover via ❑ Shop drawings ❑ Copy of letter ❑ Prints THESE ARE TRANSMITTED as checked below: ❑ For approval • For your use > ❑ As requested REMARKS ❑ Plans x/tAfl COPY TO IN fl' r ©E 1J R A aMPAD fU = SIGNED. ❑ Samples ❑ Approved as submitted ❑ Resubmit ❑ Approved as noted ❑ Submit ❑ Returned for corrections ❑ Return If enclosures are not as noted, kindly notify us at once. Alelp ATTENTION DATE JOB NO. the following items: ❑ Specifications ❑ Change order ❑ COPIES DATE NO. DESCRIPTION eltS, awl copies for approval copies for distribution corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US AUG 20 7996 PUBLIC WORKS / pdc 9449R77r o4fi Penhallegon Associates Consulting Engineers, Inc. Engineering • Planning • Surveying Ms. Connie Reckord MacLeod - Reckord Landscape Architects 231 Summit Avenue East • Seattle; WA 98102 SUBJECT: North Wind Weir Park • Response to Review Comments Dear Connie: We have received a copy of the City of Tukwila's review comments on the subject project dated 7/24/96 from Joanna Spencer via fax transmittal to Dawn Neely of URS Consultants. We have the following response to the review comments. Comment: Please identify 100yr flood elevation 8.8'(FEMA) on the pump sta section on Sht C2. Response: . The pump station section on Sheet C2 has been revised to identify the 100 -year flood elevation at 8.8 feet. • Comment: Because the pump STA is below 8.8' flood elevation UG pump sta shall be'floodproof and balast is needed with tie rods. Response: • Attached: is a copy of page 1 of section 3400, precast concrete, of the contr ontract specifications for the subject project. Lines 4 and 5 of subsection 1.01B. states that completed manholes and vaults shall be, among other things, "watertight therefore no • contamination with the groundwater will occur. Also attached is a copy of our calculations showing that uplift due to floatation has been considered in . the pumpstation design and that a factor of safety of nearly 2 exists. Ballast is not.required. If you have any questions or require additional information please don't hesitate to call. Sincerely, Penhallegon Associates Consulting Engineers, Inc., North Wind Weir Park Section 03400 Precast Concrete PART 1 GENERAL 1.01 SECTION INCLUDES A. Provide and install precast meter box, vaults, and manholes. B. Manholes, vaults & meter boxes shall be constructed at the locations shown on the drawings and shall conform to the requirements of the specifications. Construction of the manholes and vaults shall be accomplished as pipe laying operations pass through their locations. The completed manholes and vaults shall be rigid, true to dimensions and watertight. Earthwork for manhole construction including excavation, foundation preparation and backfilling, shall be as specified in Division 2. 1.02 RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling C. Section 02733 - Sanitary Sewer Lift Station 1.03 SUBMITTALS 1.04 REFERENCES A. Shop drawings: Submit detailed drawings of ladders and covers. B. Certificates: Manufacturer's certificates that precast concrete sections and covers are in accordance with the requirements put forth herein. A. Referenced Standards. SECTION 03400 PRECAST CONCRETE Pasre 1 nr7 1. WSDOT/APWA Standard Plan Details No. B -23C and B -24, Manhole Details 2. King County Road Standards 3. City of Tukwila Standard Specifications 4. Val Vue Sewer District Standards RECEIVED AUG 2A 1996 North Wind Wier Park (Green River Trail) Check Lift Station for Floatation Water Displaced: Weight = (it R (h)(62.4 lb. /cf) = (n 2 - 5)(62.4) = 7450 lbs. Weight of Lift Station MK Barrell = (14.5 - 5)0)(2.67 - 2 lb. /cf) = 14,000 lbs. > 7450 lbs. .K Check Pumping Cycle Assume +/- 100 visits/day @ 5 gallons /visit Daily Usage = (5)(100) = 500 gallons/day Pumping Per Cycle = (6.9 - 5.4)(n 2 gallons /cf) = 141 gal. / 25 gpm +/- = 6 Min. +/- Pump 500 gal / 141 gal = 4 cycles / day +/- If usage is +/- 200 visits/day 42 per visit = 10 gal. then will require 8 cycles/day. RECEIVED AUG 2 01996 PUBLIC WORKS North Wind Wier Park (Green River Trail) Discharge @ PS = Elev. 6.0 +/- Discharge @ MH = Elev. _U.0 5.0' Head 840 Feet of 2" Sch. 40 w /fittings, bends, etc. - add +/_ 60 LF 900' H� = 0.2083 1152 C Use q = 22.5 gpm d =2" ( i•ss2 d 4.8655 • x Foot per 100 ft. of pipe H� = 0.2083 (_190 ) 1 . 852 1.852 )(_ 90(L) 150 2 ".8636 100 = 9.7' Total Head = 5 + 9.7 = 14.7 @ 22.5 gpm. Use SPGL200 Aurora Grinder 18 TDH @ 22.5 gpm RECEIVED AUG 2 01996 Fire Department Review Control #596 -0140 (511) Dear Sir: City of Tukwila Fire Department Re: North Wind Wier Park (restroom) June 25, 1996 The attached set of building plans have been reviewed by The Fire Prevention Bureau and are acceptable with the following, concerns: 1. The total number of fire extinguishers required for your establishment is calculated at one extinguisher for each 3000 sq. ft. of area. The extinguisher(s) should be of the "All Purpose" (2A, 10B:C) dry chemical type. Travel distance to any fire extinguisher must be 75' or less. (NFPA 10, 3 -1.1) Extinguishers shall be installed on the hangers or in the brackets supplied, mounted in cabinets, or set on shelves (NFPA 10, 1 -6.9), and shall be installed so that the top of the extinguisher is not more than 5 feet above the floor. (NFPA 10, 1 -6.9) Extinguishers shall be located so as to be in plain view (if at all possible), or if not in plain view, they shall be identified with a sign stating, "Fire Extinguisher ", with an arrow pointing to the unit. (NFPA 10, 1 -6.3) (UFC Standard 10 -1) Clear access to fire extinguishers is required at all times. They may not be hidden or obstructed. (NFPA 10, 1 -6.5) Maintain fire extinguisher coverage throughout. 2. A fire alarm system is required for this project. The fire alarm system shall meet the requirements of N.F.P.A. 72 and City Ordinance #1742. John W. Rants, Mayor Thomas P. Keefe, Fire Chief Headquarters Station: 444 Andover Park East • Tukwila, Washington 98188 • Phone: (206) 5754404 • Fax (206) 5754439 City of Tukwila Page number 2 Fire Department Thomas P. Keefe, Fire Chief Local U.L. central station supervision is required. (City Ordinance #1742) The installation of wiring and equipment shall be in accordance with N.F.P.A. 70, Article 760, Fire Protective Signaling Systems. (NFPA 72 -1- 5.5.4) 3. All new fire alarm systems or modifications to existing systems shall have the written approval of The Tukwila Fire Prevention Bureau. No work shall commence until a fire department permit has been obtained. (City Ordinance #1742) (UFC 1001.3) 4. All electrical work and equipment shall conform strictly to the standards of The National Electrical Code. (NFPA 70) 5. Exit doors shall be openable from the inside without the use of a key or any special knowledge or effort. Exit doors shall not be locked, chained, bolted, barred, latched or otherwise rendered unusable. All locking devices shall be of an approved type. (UFC 1207.3) Dead bolts are not allowed on auxiliary exit doors unless the dead bolt is automatically retracted when the door handle is engaged from inside the tenant space. 6. Aisles leading to required exits shall be provided from all portions of buildings. Aisles located within an accessible route of travel shall also comply with the Building Code requirements for accessibility. (UFC 1204.1) Obstructions, including storage, shall not be placed in the required width of an exit, except projections as permitted by the Building Code. Exits shall not be obstructed in any manner and shall remain free of any material or matter where its presence would obstruct or render the exit hazardous. (UFC 1203) 7. When walls and ceilings are required to be of fire John W. Rants, Mayor Headquarters Station: 444 Andover Park East • Tukwila, Washington 98188 • Phone: (206) 5754404 • Fax (206) 5754439 Page number 3 City of Tukwila Fire Department Thomas P. Keefe, Fire Chief resistive or noncombustible construction, interior finish materials shall meet the requirements of Uniform Building Code 803. The maximum flame spread class of finish materials used on interior walls and ceilings shall not exceed that set forth in Table No. 8 -B of The Uniform Building Code. (UBC 804.1) 8. Your street address must be conspicuously posted on the building and shall be plainly visible and legible from the street. Numbers shall contrast with their background. (UFC 901.4.4) 9. For all commercial, multifamily and single fancily subdivisions, hydrants shall be placed so that a hydrant is within 150 feet of a building and so that no point of a building (around it's perimeter) is greater than 300 feet from a hydrant. Distance from a hydrant to a building is measured along the path of vehicular travel. All required hydrants and surface access roads shall be installed and made serviceable prior to and during the time of construction. (UFC 901.3) 10. Every building shall be accessible to Fire Department apparatus by way of access roadways with all- weather driving surface of not less than 20' wide and 13'6" vertical clearance. Access roads in excess of 150' shall be provided with an approved turn- around area. Access shall be within 150' of all portions of the buildings. (UFC 902.2.2.1, UFC 902.2.1) Contact The Tukwila Fire Prevention Bureau to witness all required inspections and tests. (UFC 10.503) (City Ordinance #1742) Any overlooked hazardous condition and /or violation of the adopted Fire or Building Codes does not imply approval of such condition or violation. John W. Rants, Mayor Headquarters Station: 444 Andover Park East • Tukwila, Washington 98188 • Phone: (206) 575•4404 • Fax (206) 57544439 Page number 4 Yours truly, The Tukwila Fire Prevention Bureau cc: City of Tukwila John W. Rants, Mayor Fire Department Thomas P. Keefe, Fire chief TFD f i l e ncd Headquarters Station: 444 Andover Park East • Tukwila, Washington 98188 • Phone: (206) 5754404 • Fax (206) 575-4439 05/.08/1997 15:02 2063239242 / VacLeoc Rec Landscape Architects CC: n Et. rro Ae. Ez5 Seacev „, 198C2 X6.323.9 SAX 323 2 MEMORANDUM T0: FROM: RE: DATE: KorG Paul Mayer, Mayer Construction Connie Reckord, MacLeod Reckord North Wind Weir Park Restroom May 5, 1997 Original Notice To Proceed: Time of Completion per contract: Contract Completion Date: Placement of preload complete: Notice of preload duration complete: Mike. Lozano, King County Facilities Management Greg Ransom, Arai Jackson, Architects Phil Cheesman, PACE Engineers Paul Brallier, KPFF MACLEOD RECKORD (or E3q ci March 5, 1997 135 days 3uly 17, 1997 March 22, 1997 May 5, 1997 (43 days) RECEIVED MAY 0 81997 TUKWILA PUBLIC WORKS Attached please find correspondence from Hong West, Geotechnical Engineers, notifying that the preload settlement is essentially complete and that the Contractor may proceed with canstructip.. ,I have spoken with Mike Lozano and he has indicated the County will approve commencement of.construction at this time. Please note the recommendations set forth hegarding limiting traffic on the area of preload (last paragraph page 2). Also attached is documentation that will support the following assumptions about the continued project schedule. Please advise if you have any questions or concerns about the schedule as presented. The original geotech report identified a preload duration of 30 -45 days. In determining the 135 days for completion of contract, we assumed 45 d duration plus 90 days (split 14 days /76 days on either side of preload) for construction. We will expect to resume our weekly construction meetings within the next week or so. I will be in touch to establish a meeting time that is convenient for all. PAGE 02 05/08/1997 15:82 2063239249_ May 5, 1997 HWA Project No. 90102 -400 MacLeod Reckord 231 Summit Avenue East Seattle, Washington 98102 Attention; Ms. Connie Reckord Subject: Results of Preload Monitoring Program Green River Trail - Phase 2 North Wind Weir Park Restroom King County, Washington MACLEOD RECKORD RECEIVED 1 :4nY - 7 1997 MacLeod Reckord Dear Connie: In accordance with your request, Hong West & Associates'-inc. (HWA) provided geotechnical observation and testing services during preloading of a portion of the North Wind Weir Park site. We pirform,ed these services in accordance with our revised proposal dated February 16, 1996, which was authorized by Connie Reckord of MacLeod Reckord on March 27, 1996. Our scope of work for the preload phase of the project included reviewing contractor submittals, monitoring settlement plate installations, analyzing settlement data, observing and testing structural fill materials and placement, and preparing a letter report summarizing our observations and the results of our testing. Results of the field and laboratory testing associated with the preload placement will be presented in HWA's forthcoming geotechnical construction observation and testing summary report. SUMMARY OF CONSTRUCTION ACTIVITIES Prior to site preloading, the contractor removed the vegetation and organic material from the area within the footprint of the proposed improvements. The subgrade for the proposed structural fill was proof-rolled with a smooth drum vibratory roller under the full observation of an HWA geotechnical engineer. No areas of soft or yielding subgrade were observed. The contractor for the preload phase, Shear Transport, Inc., placed the preload between March 17, 1997 and March 22, 1997. The lowermost portion of the preload fill was placed as structural fill. The structural fill was compacted to structural fill specifications, to approximately Elevation 14 feet. Based on our observations and the results of our testing, it appears that the structural fill was compacted to at least 95 percent of the maximum dry density, as determined using Test Method ASTM D 1557. Following PAGE 03 111211 - HONGWEST St ASSOC1ATES. INC. Geotechnical Engineering Hyd rcgeology Geoenvironmenta► Services Testing & Inspection 19730 -64th Avenue West Lynnwood, WA 98036-5904 Tel. 206-774-0106 Fax 206-775-7506 *05/08/1997 15:02 2063239242 May 5, 1997 HWA Project No. 90102 -400 CONCLUSIONS AND RECOMMENDATIONS MACLEOD RECKORD placement of the structural fill, preload soils were placed to at least Elevation 20 feet in the designated preload area. RESULTS OF THE PRELOAD SETTLEMENT MONITORING PROGRAM As part of the preload monitoring program, Shear Transport constructed 2 settlement plates (designated SP -1 and SP -2) in general accordance with the project plans and specifications. The settlement plates consisted of 16 -inch square steel plates with steel pipe risers extending above the preload surface. PVC pipes were placed over the risers to isolate them from the surrounding fill soils. The two settlement plates were placed at the approximate locations shown on the attached Site Plan, Figure 1. At specified time intervals during preloading, Barghausen Consulting Engineers, Inc. of Kent, Washington measured elevations of the settlement plate risers, and the adjacent preload surface. These surveying services were performed under subcontract to HWA. HWA plotted the measured elevations versus time for each of the settlement plates (see attached Settlement Plate Data Plots). The attached daia rieets "show total settlement at each settlement plate as of April 28, 1997. Total settlement measured as of that date ranged from 0.09 to 0.32 feet. Irt• general;" th rate of settlement appears to have stabilized at each of the settlement plates. Based on the results of our field observations and testing, and the settlement monitoring program discussed above, it is our opinion that settlement induced by the North Wind Weir preload is essentially complete. Total settlement measured during preloading was within the range considered typical for similar preloads performed in the vicinity of the project site. Following approval by King County, the preload may be removed and construction of the proposed restroom may begin. The conclusions presented herein should not be construed as a guarantee that subgrade soils in the preload area will remain stable during construction. As discussed in the project geotechnical report, the native soils are extremely moisture sensitive and will become unstable when wet and/or disturbed. The contractor should limit traffic on the preloaded area as much as possible; heavy traffic should be allowed only on established haul roads. Other recommendations presented in the project geotechnical report relative to wet weather construction and dealing with unstable subgrade soils should also be implemented as appropriate. 901021.1.DOC PAGE 04 2 HONG WEST & ASSOCIATES, INC, E!5/08/1997 15:02 2063239242.- May 5, 1997 HWA Project No. 90102 -400 0 .0 We appreciate the opportunity to provide continuing geotechnical engineering services on this project. Should you have any questions related to this report, or require additional information, please call at your convenience. Sincerely, HONG WEST & ASSOCIATES, INC. QQ12/ 90102L1.DOC Scott L. Hardman, P.E. Senior Geotechnical Engineer Saw :SLB:srw Enclosures: Figure 1: Site Plan Settlement Plate Data Plots MACLEOD RECKORD EMPIRES 4/24/,11 1 Steven R. Wright, P.E. Geotechnical Engineer PAGE 05 3 HONG WEST t ASSOCIATES, INC. 05/08/1997 15:02 2063239242 MACLEOD RECKORD PAGE 06 r +IONC WEST b AS$0GIATE5 INC. C: \AMAIN\STD \00102.DMR 0 ' 10' 20' SALE: 1'•20' APPROXIMATE TOE LOCATION OF PRELOAD FILL WITH 1.5H:1V SIDE SLOPES. ACTUAL TOE LOCATION .TO BE DETERMINED BY CONTRAC. TOR. NORTH WIND WEIR PARK PRELOAD EARTHWORK QUANTITIES Temporary F 11 (Preioad) 460 CY Permanent FAI 160 CY SETTLEEM€ NT PLATE LOCATION UPPER LIMITS OF PRELOAD FILL MINIMUM ELEVATION OF 20.0 FT. CROWN PRELOAD SURFACE TO PROMOTE WATER DRAINAGE AND TO PREVENT PONOING OF WATER. a0' SITE PLAN PROJECT NO.: 90102-400 FIGURE: 1 Date Time (clays) Fill Pad Elevation (feat) Top of Rod Elevation (feet) Length of Sections Added (ft.) Projected Top of Rod Elev. (ft) Cumulative Settlement (feet) 3/17/97 0 12.5 22.55 22.55 0.00 3/20/97 3 13.9 22.51 22.51 0.04 3/24/97 7 19.5 22.34 22.34 0.21 3/27/97 10 19.5 22.28 22.28 0.27 3/31/97 14 19.5 22.26 22.26 0.29 4/3/97 16 19.5 22.28 22.28 0,29 4/7/97 20 19.5 22.27 22.27 0.28 4/14/97 27 19,5 22.23 22.23 0.32 4/21/97 34 19,5 „22.23 22.23 0.32 4/28/97 41 19.4 '12.23 - 22.23 0.32 . Z .„.. ....- . . • , - . SP-1 25.0 23.00 22 = A , 22.80'! 22.70 g i 22 St 22.50 tu is 22.40 g4 22.30 "a o 22.10 . . . . . 1 ! ! 1 1 73.5 22.0 e..-... . • 20.5 1. _ 19.0 g . 17.5. • 18.0 ILI re 14.5 ca. 10.0 .., ! , • . . , . : • ; '! ; i . : . . ... •••■ • -4. 3 -. . .4 . . ' ' ' , . . . . . , • : . ' : . . . ; : ' r.... ir . : e . ' I • :11.5 ! i ; ' " , i''I i I 22.00 i 0 10 20 30 40 50 60 70 80 90 runs (dap) . ' ---0-- Top of Rod • • ■ • • Fill Pad .&/8/1997 15:02 2063239242_ North Wind Weir Park Restroom Settlement Plate Data -- Settlement Plata: Northing: Easting: SP-1 MACLEOD RECKORD HWA Project No: Date: Plotted By: 90102-400 4/28/97 SRW PAGE 07 Date Time (days) Fill Pad Elevation (feet) Top of Rod Elevation (feet) Length of Sections Added (ft.) Projected Top of Rod Elev. (ft.) Cumulative Settlement (feet) 3/17/97 0 13.9 23.94 .. 23.94 0.00 3/20/97 3 15.7 23.93 23.93 0.01 3/24/97 7 19.9 23.89 23.89 0.05 3/27/97 10 19.9 23.86 23.86 0.08 3/31/97 14 19.9 23.85 23.85 0.09 4/3/97 16 19.9 23.85 23.85 0.09 4/7/97 20 20.0 23.86 23.86 0.08 4/14/97 27 19.9 23.83 23.83 0.11 4/21/97 34 19.9 .23.85 23.85 0.09 4/28/97 41 19.9 • 23.85 _ 23.85 0.09 4 _ SP -2 24.50 24.40 2430 24.20 i 24.10 y ..2 24.00 v 23.90 cg 23.80 �° 23.70 r 23.80 i 25.0 215 220 - 20.5 0 19.0 0 7 17.5 v 16.0 145 a_ 13.0 11.5 10.0 t •••M ♦•e•i -•••11 ■ ! ' : , . - ! i i s ' ` i i : i + i : � ; ; i ; i = • t_... • .. : ... 23.50 0 10 20 30 40 50 60 70 60 90 Time (days) ----top of Rod - •4 - •Filf '85/08/1997 15:02 2063239242 North Wind Weir Park Restroom Settlement Plate Data Settlement Plate: Northing: Easting: SP -2 MACLEOD RECKORD HWA Project No: Date: Plotted By: 90102 -400 4/28/97 SRW PAGE 08 vq MAY 1 0 1996 King County U RS CONSULTANTS Facilities Management Division Department of Construction and Facilities Management King County Administrative Building Room 320 Seattle, WA 98104 (206) 296.0648 (206) 296.0100 TDD (206) 296 -0186 FAX May 8, 1996 City of Tukwila Permitting Agency 300 Southcenter Boulevard Tukwila, Washington 98188 RE: Green River Trail -Phase II To Whom It May Concern: I authorize URS Consultants (Sue Comis, Project Manager) as agent to submit permit applications and obtain permits on behalf of King County for the Green River Trail -Phase II project. This authorization includes the building permit required for the North Wind Weir Park restroom facility in Tukila and any other permits required for the project. Mi cerely, I _, 1 1 Lozano, Project Manager cc: Connie Reckord, MacLeod Reckord Sue Comis, URS Consultants ) RECEIVED 1 1 1 1 L t L L L 1 SPECIFICATIONS FOR NORTH WIND WEIR PARK RESTROOM King County, Washington KING COUNTY DIVISION OF CAPITAL PLANNING AND DEVELOPMENT Mike Lozano, Project Manager (206) 296 -4240 MacLeod Reckord Landscape Architects 231 Summit Avenue E Seattle, WA 98102 (206) 323 -7919 COPY NUMBER: 9 BID NUMBER: C10829C IOW Si p 3 1996 BUILDIN DIVISION RECEIVED CITY OF TUKWILA MAY 2 1 1996 PERMIT CENTER MAY 16 1996 Place: King County Professional and Construction Services Procurement Division 821 2nd Avenue, 12th Floor, Seattle, WA 98104 Date: BID OF (hereinafter called "Bidder"), a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as To: King County Bid Board King County Washington A. BASE BID LUMP SUM BID Having carefully examined the specifications and Contract Documents for the Project entitled: North Wind Weir Park Restroom NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 1 OF 4 as prepared by the King County Division of Capital Planning and Development, as well as the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed Project including the availability of materials and labor, the Bidder hereby proposes to furnish all labor, materials and supplies, and to construct the Project in accordance with the Contract Documents, within the time set forth therein, and at the price stated below. This price is to cover all expenses incurred in performing the Work required under the Contract Documents of which this proposal is a part. Complete all work required for the North Wind Weir Park Restroom project, as described in the Documents for the sum, but not including Washington State Sales Tax: RECEIVED CITY OF TUKWILA MAY 211996 PERMIT CENTER Legal name of person, firm or corporation submitting bid B. ALTERNATES Not Applicable C. UNIT PRICING Not Applicable D. SUBCONTRACTING/MWB REGISTRATION E. AFFIRMATIVE ACTION FOR EMPLOYMENT NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 2 OF 4 The Bidder shall complete and include with their bid the attached Contractors Declaration of Minority/Women's Business Participation. The Bidder agrees that, based on the total dollar amount of the base bid submittal, the following minimum set aside percentages for minority and women's business participation will be met: 1. Minority Business Participation 18% 2. Women's Business Participation 10% In the absence of a waiver, any bid which fails to meet the above set aside requirements for the Base Bid shall be deemed non - responsive. As an administrative convenience in applying affirmative action provisions in King County Code Chapter 12.16, King County requests that bidders submit along with the bid package the following executed (and notarized where required) documents: 1. Affidavit and Certificate of Compliance with King County Code Chapter 12.16 2. Personnel Inventory Report Form Bidder understands that the attached documents are required to be submitted prior to award of a King County contract. F. FAIR EMPLOYMENT PRACTICES During the performance of this contract, neither the contractor nor any party subcontracting under the authority of this contract shall engage in unfair employment practices as defined by King County Code Chapter 12.18. Failure to comply with this.chapter shall result in the contractor being subject to the procedures and penalties set forth herein. G. REINSTATEMENT OF ALTERNATES The Bidder agrees that the Owner has the right to reinstate, at the bid price any Alternate Legal name of person, firm or corporation submitting bid H. SALES TAX NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 3 OF 4 Bid not incorporated into the Contract if the Owner notifies Bidder within sixty (60) days after initial official Notice to Proceed with the Work. The Bidder agrees the foregoing Base Bid does not include King County's obligation for Washington State or Local Sales Taxes. King County will pay the Washington State Sales Tax only on the total Contract price. L TIME OF COMPLETION AND LIQUIDATED DAMAGES The Bidder agrees, if awarded the Contract, to substantially complete the Work as specified after receiving official Notice to Proceed. Bidder further agrees that for each calendar day that the Work remains uncompleted after the above fixed period, Bidder shall pay Owner a sum as specified as fixed, agreed, liquidated damages, but not as a penalty. J. CONTRACTS AND BONDS If written notice of acceptance of this bid is mailed or delivered to the Bidder within sixty (60) calendar days after the date of opening the bids, or at any time thereafter prior to the Bid being withdrawn by the offeror, the Bidder agrees that he will execute and deliver a contract in the form required by the Contract Documents, in accordance with the Bid as accepted, and that he will give a Performance Bond as specified, with good and sufficient surety or sureties acceptable to the Owner, within ten (10) calendar days after the Notice of Award, exclusive of the date of notice. This sixty (60) day period for complete execution of the contract documents may be extended by mutual written agreement of the Bidder and the Owner. Bidder further agrees that a bid deposit in the amount of five percent (5 %) of the Base Bid accompanying this bid shall be retained by the Owner, and that if the Bidder fails to deliver said documents within ten (10) days after written notice of award of contract to him/her, the deposit shall be forfeited. The bid deposit shall be returned after the Contract Documents have been accepted by the Owner. On contracts of twenty-five thousand dollars or less, including Washington State Sales Tax, at the option of the contractor, King County will, in lieu of the bond, retain fifty percent of the contract amount for a period of thirty days after the date of final acceptance, or until receipt of all necessary releases from the Washington State Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW whichever is later. Legal name of person, firm or corporation submitting bid NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 4 OF 4 K. BID WITHDRAWAL This bid may be withdrawn at any time prior to the schedule time for the opening of bids, or any authorized postponement thereof. L. OWNER'S RIGHT TO REJECT BIDS Bidder understands that the Owner reserves the right to reject any or all bids and to waive informalities in the bidding. M. ADDENDA Receipt of addenda numbered through is hereby acknowledged. Legal Name of person, firm or corporation submitting bid Street Address City, State, Zip Phone By: Signature Title: State of Washington Contractor's Registration Number FEDERAL TAX ID # State of Washington Worker's Compensation Account Number End of Section Legal name of person, firm or corporation submitting bid LIST OF SUBCONTRACTORS CONTRACTOR'S DECLARATION OF MINORITY/WOMEN'S BUSINESS (M/WB) PARTICIPATION (Required for all solicitations) Pursuant to King County Code Chapter 4.18, M/WB contractors /subcontractors /suppliers (or substitute M/WBs) listed on this form shall be used on this contract. This form must be submitted with the bid. The sworn satement on the back of this form shall be completed by M/WBE prime contractors. Prime Contractor /Joint Venture Partners: Contract Amount: $ Bid No. A minority/women's business is a business certified as a minority/women's business by the State of Washington Office of Minority and Women's Business Enterprises, recognized by King County as a M/WBE prior to the time the bid/proposal is submitted, previously sought to do business within the geographic boundaries of King County, and performs a commercially useful function (CUF). Minority and/or women owned firms participating as joint venture partners must include a written agreement signed by both the prime bidder and the M/WB joint venture partner(s). The joint venture agreement shall be executed, and subsequently evaluated in accordance with King County Code Chapter 4.18, Minority and Women's Business Enterprises. When subcontracting a portion of a bid item, an attachment must be submitted with this document, giving the bid item and a detailed description of exactly what work or service is to be performed by the subcontractor. ** Work to be Performed $ Amount of Participation 1 of Base Bid M /MWB Subcontractor /Sdbconsultant /Supplier Contact Name, Title, Address, Phone Number OMWBE Certifications Number Ownership Type (H*) (W*) Bid Item Number(s) •• LIST OF SUBCONTRACTORS CONTRACTOR'S DECLARATION OF MINORITY/WOMEN'S BUSINESS (M/WB) PARTICIPATION (Required for all solicitations) Pursuant to King County Code Chapter 4.18, M/WB contractors /subcontractors /suppliers (or substitute M/WBs) listed on this form shall be used on this contract. This form must be submitted with the bid. The sworn satement on the back of this form shall be completed by M/WBE prime contractors. Prime Contractor /Joint Venture Partners: Contract Amount: $ Bid No. A minority/women's business is a business certified as a minority/women's business by the State of Washington Office of Minority and Women's Business Enterprises, recognized by King County as a M/WBE prior to the time the bid/proposal is submitted, previously sought to do business within the geographic boundaries of King County, and performs a commercially useful function (CUF). Minority and/or women owned firms participating as joint venture partners must include a written agreement signed by both the prime bidder and the M/WB joint venture partner(s). The joint venture agreement shall be executed, and subsequently evaluated in accordance with King County Code Chapter 4.18, Minority and Women's Business Enterprises. When subcontracting a portion of a bid item, an attachment must be submitted with this document, giving the bid item and a detailed description of exactly what work or service is to be performed by the subcontractor. ** , M/WB Prime Contractor/Proposer /Joint Venture Partner certify that the company with the company's own equipment, personnel, and resources, will accomplish a minimum of 25% of the work on this project. Printed Name of Signer: Authorized Signer: Signature SUBSCRIBED AND SWORN TO before me Prime Contractor this day of 19 Company Name Title Notary Public in and for the State of DECLARATION OF M/WBE STATUS In accordance with King County Code 4.18, in order to participate in King County's minority/women's business program, minority and women's businesses must be certified by the Washington State Office of Minority and Women's Business • Enterprises, must be recognized by King County M/WBE and Contract Compliance Division, and must have previously sought to do business within the geographic boundaries of King County prior to the time the bid or proposal is submitted. 1, of the State of Washington the following are true and correct: • declare under the penalty of perjury under the laws I am a resident of the State of and am more than 18 years of age; • I am certified by the Washington State of Minority and Women's Business Enterprises and my # is • I am recognized by the King County M/WBE and Contract Compliance Division; and • I have previously sought to do business within the geographic boundaries of King County, Washington. I have read the foregoing and make this statement from my personal knowledge and am competent to testify thereto. Dated this day of , 199 , at Washington. OWNER/AUTHORIZED AGENT NAME (PRINT) TITLE (PRINT) OWNER/AUTHORIZED AGENT SIGNATURE FIRM NAME (PRINT) b:1declmwbe PRIME CONTRACTOR/ JOINT VENTURE PARTNERS Name BID ITEM NUMBER(S) $ AMOUNT OF PARTICIPATION % OF BASE BID SUBCONTRACTOR Name BID ITEM NUMBER(S) $ AMOUNT OF PARTICIPATION % OF BASE BID Contract Amount: $ SUBCONTRACTOR LIST Pursuant to Chapter 378 Laws of 1993, the following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to the subcontractors as indicated. This form must be submitted with the bid. Project Name: Bid No.: It is understood that failure to provide this listing with the bid shall render the bid nonresponsive. Per the Title 39 RCW Revisions of the 1993 Legislative Session, all contractors bidding on public work estimated to cost $100,000.00 or more must submit at the time of bid opening a listing of all subcontractors participating on the project, when each subcontractor /s participation amount is equal to or greater than 10% of the total value of the bid (subcontractors whose participation totals do not amount to 10% of the base bid do not have to be listed. In addition, the prime contractor shall submit the total dollar value and the percentage of the base bid price that the prime contractor will participate on. As such, each general contractor bidding on this project with a base bid price in excess of $100,000.00 shall submit with their bid a complete SUBCONTRACTOR LIST. Any bid in excess of $100,000.00 that does not include this completed form shall be considered non - responsive. With King County Code Chapter 12.16, Discrimination and Affirmative Action in Employment by Contractors, Subcontractors and Vendors. Conway Nems: STATE OF WASHINGTON S5 AFFIRMATIVE ACTION REPRESENTATIVE Affidavit and Certificate of Compliance COUNTY OF KING The undersigned. being first duly sworn, on oath states on behalf of the Contractor as follows: Definitions: "Contractor" shall mean any contractor, vendor or con- sultant who supplies goods and/or services. "Contract" shall mean any contract, purchase order or agreement with King County Govern- ment, hereinafter called the County. A. Contractor recognizes that discrimination in employment is pro- hibited by federal, state and local laws. Contractor recognizes that in addition to refraining from discrimination, affirmative action is required to provide equal employment opportunity. Contractor further recognizes that this affidavit establishes minimum requirements for affirmative action and far employment practices and implements the basic nondiscrimination provisions of the general contract specifica- tions as applied to service, consultant, vendor or construction con- tracts exceeding $10,000. Contractor herein agrees that this affidavit is incorporated as an addendum to its general contract, and recognizes that failure to comply with these requirements may con- stitute grounds for application of sanctions as set forth in the general specifications, King County Code Chapter 12.16 and this affidavit, PROVIDED FURTHER, that in lieu of the affidavit, the Executive may accept a statement pledging adherence to an existing contractor af- lirmative action plan where the provisions of the plan are found by the Executive to substantially fulfill the requirements of this chapter. B. Contractor shall give notice to their supervisors and employees of the requirements for affirmative action to be undertaken prior to the commencement of work. C. This person has been designated to represent the Contractor and to be responsible for securing compliance with and for reporting on the affirmative actions taken: NAME: D. Contractor will cooperate fully with the Compliance Unit and ap- propriate County agents while making every reasonable "good faith" effort to comply with the affirmative action and nondiscrimination re- quirements set forth in this sworn statement and in King County Code Chapter 12.16. E. Reports. The Contractor agrees to complete and submit with this affidavit such additional reports and records that may be necessary to determine compliance with the affidavit and to confer with the Coun- ty Compliance Officer at such times as the County shall deem necessary. The information required by this chapter includes but is. not limited to the following reports and records: 1. Personnel Inventory Report: This report shall include a breakdown of the employer workforce showing race, sex and han- dicapped and other minority data. 2. Monthly Utilization Report: This report shall apply to construc- tion contractors and subcontractors and shall provide the number of hours of employment for minority, women and handicapped employees by craft and category. 3. Statement from Union or Worker Referral Agency: This statement affirms that the signees organization has no practices and policies which discriminate on the basis of race, color, creed, religion, sex, age, marital status, sexual orientation, nationality or the presence of any conc••" •noMal hanrj!C?n The information required in this section shall be submitted on forms provided by the County unless otherwise specified. F. Subeontn etogs: For protects and contracts over one hundred thousand dollars (S100.000) the pnrne contractor shall be required to submit to the County. along with its qualifying documents under this chapter, employment profiles, Affidavits of Compliance. Reports and Union Statements from its subcontractors in the same manner as these are required of the pnme contractor. Reporting requirements of the pnme contractor dunng the contract period will apply equally to all subcontractors. G. Employment Goals for Minorities and Women: Employment goals shall be established for two industry categories, i.e.. construc- tion contractors and vendor/service contractors, using a multi - factor availability analysis. 1. Construction contractor and subcontractor performance: Goal attainment is based on the total hours of employment as determined by the monthly utilization reports. 2. Consultant and vendor/service contractor performance: Goal attainment is based on the total number of employees as determin- ed by Personnel Inventory Reports. H. Employment Goals for Handicapped Persons: Employment goals for handicapped persons shall be established using the methodology deemed most relevant and the statistical data deemed the most current and representative of the availability of handicapped persons by the Office of Civil Rights and Compliance and shall, to the extent possible, be consistent with the methodology used to establish employment goals for the handicapped tor the County's in- ternal workforce. I. Alternative Goal Option: Contractors may establish goals in- dependently if they believe the King County goals are not applicable to their specific situation. Contractors who secure King County's as- sent in pursuing this option must use a mufti- factor analysis with methodology and data sources approved by the County. .J. Undenepresentation of Minorities, Women and Handicap- ped Persons: Underrepresentation of minorities, women and han- dicapped persons will not be deemed a per se violation of King County Code Chapter 12.16 where a contractor's employment statistics demonstrate that minorities, women and handicapped per- sons are underrepresented in its workforce in relationship to the county employment goals. The burden will be on the contractor to show that the minimum affirmative action requirements set forth below have been met and that a reasonable "good faith" affirmative action plan in compliance with this chapter has been pursued. K. Minimum Affirmative Action Measures: Contractor agrees that failure to implement and/or maintain reasonable "good faith" efforts to achieve the county employment goals will constitute a breach of this agreement. The evaluation of a contractor's compliance with this chapter shall be based upon the contractor's effort to achieve max- imum results from its affirmative action program. The contractor shall document these efforts and shall implement affirmative action steps at least as extensive as the following: 1. Policy Dissemination: Internal and external dissemination of the contractor's equal employment opportunity policy, posting of nondiscrimination policies and of the requirements of this chapter on bulletin boards dearly visible to all employees: notifica- tion to each subcontractor labor union or representative d workers with which there is a collective bargaining agreement or other contract. subcontract. or understanding of the contractor's commitments under this chapter, inclusion of the equal oppor- tunity policy in advertising in the news media and elsewhere. 2. Raewlt$ng: Adoption of recruitment procedures designed to increase the representation of women, minorities and handi- capped persons in the pool of applicants for employment: in- cluding, but not limed to establishing and maintaireng a cement list of minority, women and handicapped recruitment sources, providing these sources written notification of employment opportunities and advertising vacant positions in newspapers and periodicals which have minority, female and/or handicap- ped readership. 3. Setf•Aaaeeament and Test Validation: Review of all employment policies and procedures, including review of tests, hiring and training practices and policies, performing evalua- tions, seniority policies and practices, job classifications and job assignments, to assure that they do not discriminate against, or have a discriminatory impact on, minorities, women and handicapped persons: validation of all tests and other selec- tion requirements where there is an obligation to do so under state or federal law. 4. Record Referrals: Maintain a current file of application of each minority, woman and handicapped applicant or referral for employment indicating what action was taken with respect to each such individual and the reasons therefore. Contact these people when an opening exists for which they may be qualified. Names may be removed from the file after twelve months have elapsed from their last application or referral. 5 Notice to Unions: Provide notice to labor unions of the con- tractor's nondiscrimination and affirmative action obligations pursuant to King County Code Chapter 12.16. Contractors shall also notify the King County Executive if labor unions fail to com- ply with the nondiscrimination or affirmative provisions. 6. Supervisor. Ensure that all supervisory personnel under- stand and are directed to adhere to and implement the non- discrimination and affirmative action obligations of the contrac- tor under this chapter. Such direction shall include, but not be limited to, adherence to, and achievement tit, affirmative action policies in performance appraisals of supervisory personnel. 7. Training: Develop on- the -job training opportunities which expressly include minorities, women and handicapped persons. DESIGNATED CONTRACTOR: ADDRESS: AUTHORIZED SIGNER: NAME: Sant SUBSCRIBED AND SWORN TO before me ~:s day of 19 Notary Pubic in and Ice the Siam d Type or Pmt , estding at Where a contractor's employment statistics demonstrate that minorities, women ano handicapped persons are unaer- represented, failure to follow any of the requirements of Paragraph K (1 -7) shall be prima facie evidence of non• compliance with this agreement. L. Contractor agrees in all its employment policies and practices to refrain from discrimination against any person on the basis of race, color, creed. religion, nationality. sex. age, marital status. sexual onen- tation, or the presence of any mental, physical or sensory handicap, including but not limited to hiring. firing, lay -off, promotion or demo- tion. job assignment, wages, and other terms and conditions of state and local rules, laws or ordinances and regulations regarding any such discrimination. M. Contractor agrees to provide reasonable access upon request to the premises of all places of business and employment. relative to work undertaken in this contract, and to records, files, information and employees in connection therewith, to the Compliance Unit or agent for purposes of reviewing compliance with the provisions of this affidavit and agrees to cooperate in any compliance review. N. Should the Compliance Unit find, upon complaint, investigation or review. the Contractor not to be in good faith compliance with the provisions contained in this affidavit, it shall notify the County and con- tractor in writing of the finding fully describing the basis of non- compliance Contractor may request withdrawal of such notice of noncompliance at such time as the compliance office has notified in writing the contractor and the County that the noncompliance has been resolved. 0. The contractor agrees that any violation of the specific provisions of this chapter and of ary term ot the affidavit of compliance required herein, including reporting requirements, shall be deemed a viola- tion of King County Code Chapter 12.16. Any such violation shalt be further deemed a breach of a material provision of the contract bet- ween the County and the contractor. Such breach shall be grounds for implementation of any sanctions provided for in this chapter, in- cluding but not limited to, cancellation, termination or suspension, in whole or in part, of the contractor by the County: liquidated damages: or disqualification of the contractor PROVIDED, that the implemen- tation of any sanctions is subject to the notice and hearing provisions of .King County Code Chapter 12.16.110. P. Co ntractor recognizes that it is bound by all provisions d King County Code Chapter 12.16 and acknowledges receipt of a copy thereof. Cn• CanPory Nine REVIEWED BY: Tae PHONE King County see zip -j inn Employment Data Whites African Americans Asians Native Americans Hispanics Disabled Minority Sub Total Disabled Sub -Total Job Categories M F M F M F M F M F M F M F- M F . Managerial Professional . Technical • • • Clerical Sales Service Labor • • On -Job Trainees Apprentice • *Skilled Craft . SubTotal King County Department of Executive Administration Purchasing Agency 620 King County Administration Building 500 Fourth Avenue Seattle, Washington 98104 Personnel Inventory Report Revised 7/94 • Legal Name of Business Telephone No. Also Doing Business as (DBA) Address City State Zip DO ANY OF YOUR EMPLOYEES BELONG TO A UNION AND /OR DO YOU USE AN EMPLOYEE REFERRAL AGENCY? YES NO If yes, list the unions and /or employee referral agencies with whom you have agreements: If you expect to do more than $10,000 worth of business with King County, the unions or employee referral agencies must submit a statement of compliance with King County Code Chapter 12.16. DO YOU HAVE ANY EMPLOYEES? YES NO If yes, list on the Employment Data Chart below the total number of employees for all businesses located in (1) King County. If none, list the total number of employees for all businesses located in (2) Washington State. If none, list the total number of employees for all businesses located in the (3) United States. Indicate which locale (1, 2, 3) report covers . *Journey worker: List by classification on reverse, e.g., carpenter, plumber, etc. Total number of Employees Reported Above: (If no employees, write ( "0 ").) This report covers Business Location(s) in (circle one): [King County, Washington State, Other States] for the Payroll Period ending (MONTH /DAY/YEAR): IRS Employer Identification Number: Submitted By: Title Date name (print or type) AA I AFF DATE Do not write below this line CT I CC VENDOR CERTIFIED STAMP CS SM SF SH PST TCC FPST Employment Data Whites African Americans Asians Native Americans Hispanics an Disabled Minority Sub-Total Disabled Sub -Total ' Job Categories M F M F M F. M F M F M F M F M F • King County Department of Executive Administration Purchasing Agency 620 King County Administration Building 500 Fourth Avenue Seattle, Washington 98104 Supplemental Form aNw.t4�uw 15 ..MRiN!4ir.'�t L' ut '4.C+cfi'.�u1iY!• Personnel Inventory Report Revised 7/94 Legal Name of Business Telephone No. ATTACH SUPPLEMENTAL FORMS AS NECESSARY TO REPORT THE TOTAL WORK FORCE. Submitted By Name Title Contact the King County Purchasing Agency at (206) 296 -4210 or the King County Office of Civil Rights & Compliance (206) 296 -7592 if you have any questions concerning completion of this form. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *The following letter explains the requirements of King County Code, Chapter 12.16. Complete the address* *blocks below and forward to your unions) or employee referral agency. A sworn statement of compliance with *Chapter 12.16 suitable for submission to King County, appears on the reverse of this explanatory letter. Note:* The sworn statement must be signed by an authorized union/referral agency representative and sworn before* *a notary to be valid. * • * * * * * • * * * * * * * * * • * * * * * * * * * • *•* * * * * * * * * * * * * * • * * * TO: FM: RE: Compliance with King County Code, Chapter 12.16, "Discrimination and Affirmative Action in Employment by Contractors, Subcontractors and Vendors ". King County Code, Chapter 12.16 and the supporting Affidavit and Certificate of Compliance require that all suppliers /contractors doing business with King County in an aggregate amount of $ 10,000 or more per year submit a statement of compliance from their union/employee referral agency to the King County M/WBE and Contract Compliance Division. The statement of compliance is to assure that the union/employee referral agency is in compliance with Chapter 12.16 and does not "discriminate against any person on the basis of race, color, creed, religion, sex, age, nationality, marital status, sexual orientation or the presence of any sensory, mental or physical handicap" in employment or referral for employment. In an effort to comply with King County Code Chapter 12.16, on the reverse of this letter is a form for signature by any authorized officer of your union/employee referral agency. In the event that you refuse to sign this statement of compliance, our compliance report shall so certify, and shall set forth what efforts have been made to secure the signing of this agreement. Once this agreement has been signed and returned to us for submission to the King County M/WBE and Contract Compliance Division, it will be valid for a period of one year and applicable to all County contracts for a period of one year. Your written response is required in this office on or before . Your cooperation in this matter is greatly appreciated. Authorized Signer Date * *Note: See reverse of this form for a compliance statement suitable to meet the requirements of King County Code Chapter 12.16. REV: 12/90 SWORN STATEMENT OF COMPLIANCE WITH KING COUNTY CODE CHAPTER 12.16, DISCRIMINATION AND AFFIRMATIVE ACTION IN EMPLOYMENT BY CONTRACTORS, SUBCONTRACTORS AND VENDORS (Union or Employee Referral Agency Statement) The undersigned, being first duly sworn, on oath states as follows: A. That I am the authorized officer of and am signing this statement on behalf of the union. B. That the organization recognizes that King County Code Chapter 12.16 prohibits discrimination in both employment and referrals for employment on the basis of race, color, creed, religion, sex, age, nationality, marital status, sexual orientation or the presence of any sensory, mental or physical handicap except where such sensory, mental or physical handicap hinders job performance. C. That the organization agrees to adhere to a policy of nondiscrimination and agrees to affirmatively cooperate in the implementation of the policies and provision of King County Code Chapter 12.16. The organization further agrees that recruitment, employment, and the terms and conditions of employment under all contracts with King County shall be in accordance with the purposes and provisions of King County Code Chapter 12.16. This statement shall be valid for a period of one (1) year. Authorized Union Representative Union/Employee Referral Agency Phone Number Address By: Signature City, State, Zip Code Title Subscribed and Sworn to Before me day of 19 • REV: 12/90 NOTARY PUBLIC in and for the State of residing at ADA/504 DISABILITY ASSURANCE OF COMPLIANCE a CORRECTIVE ACTION PLAN Complying with Section 504 of the Rehabilitation Act of 1973, as amended, and the Americans With Disabilities Act of 1990, two federal laws which prohibit discrimination against qualified persons with disabilities. DEFINITIONS "CONTRACTOR" shall mean any contractor with King County Government, except those contractors supplying tangible goods and supplies. "CONTRACT' shall mean any contract, purchase order, or agreement, except those for tangible goods and supplies, with King County Government, hereinafter called the County. "REASONABLE ACCOMMODATION' shall mean all efforts made too modify, change, or eliminate existing barriers denying persons with disabilities equal opportunity to benefit from the Contractor's programs, services or activities, except where to do so would cause an undue hardship or burden. "UNDUE HARDSHIP OR BURDEN" is determined on a case by case basis using the following criteria: (1) size of the Contractor's program(s) with respect to the number of employees, number and type(s) of facilities and the size of the budget, (2) the type of operation, including the composition and structure of the work force, and (3) the nature and cost of the accommodation(s) needed. 'DISABILITY' is defined in Section 504 of the Rehab Act of 1973, as amended, (Section 504) and the Americans with Disabilities Act of 1990 (ADA) as anyone who has, has a history of, or is perceived as having a physical or mental impairment that substantially limits one or more major life activities. This can include, but is not limited to: mobility, visual, hearing, or speech impairments; mental illness, epilepsy, learning disability, brain injury, HIV /AIDS; arthritis, cerebral palsy, developmental disability, multiple sclerosis and alcohol and drug addiction. A. The undersigned Contractor understands that discrimination in public accommodation and employment based solely on disability is prohibited by federal, state and local laws. In addition, the Contractor recognizes that Section 504 requires recipients of federal funds, be it direct or through subcontracting with a governmental entity receiving federal funds, to make their programs, services and activities, when viewed in their entirety, accessible to qualified and/or eligible persons with disabilities. The Contractor also recognizes that the ADA prohibits discrimination in public accommodation and employment based solely on disability regardless of the funding source. The undersigned Contractor agrees that it and all subcontractors will comply with Section 504 and the ADA requirements. B. The undersigned Contractor has completed the ADA/504 SELF - EVALUATION QUESTIONNAIRE to determine if it is discriminating against persons with disabilities in the areas of program services, facility access, employment policies and procedures, outreach efforts, or the provision of reasonable accommodation(s) t qualified/eligible persons with disabilities. Reasonable accommodation is required in both program services and employment, except where to do so would cause an undue hardship or -rden. ADA:504 Disability Assurance of Compliance Corrective Action flan Page 2 C. The undersigned Contractor has developed a CORRECTIVE ACTION PLAN for all areas that are not in compliance with Section 504 and the AUA. D. The undersigned Contractor agrees to cooperate in any compliance review and to provide reasonable access to the premises of all places of business and employment, and to records, files, information and employees therein to King County's OCRC for reviewing compliance with Section 504 and ADA requirements. E. The undersigned Contractor agrees that any violation of the specific provisions and terms of the ADA/504 DISABILITY ASSURANCE OF COMPLIANCE and/or CORRECTIVE ACTION PLAN required herein and Section 504 and the ADA, shall be deemed a breach of a material provision of the contract between the County and the Contractor. Such a breach shall be grounds for cancellation, termination or suspension, in whole or in part, of the contract by the County or disqualification of the Contractor in future contracts. F. According to my responses to the questions in the ADA/504 SELF - EVALUATION QUESTIONNAIRE (company name) is in compliance with Section 504 and the ADA. YES NO G. If no, the following corrective actions will be taken: Corrective Action Plan General Requirements: Actions to be taken: Completion Date Proiram Access: Actions to be taken: Completion Date Ar.surance of Compliance Corrective Action Plan Page 3 Employment and Reasonable Accommodation: Actions to be taken: Completion Date Physical Accessibility: • Actions to be taken: City . Completion Date Prepared by: Title: Date: Contractor Name: Contract Address: State Zip Corrective Action ?laa ?age 4 I Declare Under Penalty of Perjury Under the Laws of the State of Washington that the Foregoing is True and Correct. Contractor: Company /Organization Name Address: Street City State Zip Contact. Person: Phone: AUTHORIZED SIGNATURE: Name: Phone: Type or Print Title: SUBSCRIBED AND SWORN TO before me this residing at RECEIVED by: King County Date Phone ti Revised 2/93 day of i 9 Notary Public in and for the State of Mike Lozano, Project Manager (206) 296 -4240 Bid No. C10829C For the Construction of North Wind Weir Park Restroom For King County, Washington Gary Locke, County Executive Metropolitan King County Council Maggi Fimia Louise Miller Ron Sims Pete von Reichbauer Kent Pullen Jane Hague Christopher Vance 1996 00010 -1 NORTH WIND WEIR PARK RESTROOM SECTION 00010 NOTICE TO CONTRACTORS Cynthia Sullivan Larry Phillips Rob McKenna Greg Nickels Larry Gossett Brian Derdowski King County Division of Capital Planning and Development -Parks CIP 500 4th Avenue, Room 320 Seattle, WA 98104 PART 1 - THE PROJECT 1.01 PROJECT ADDRESS North Wind Weir Park Restroom 27th Avenue South, between Duwamish River & W Marginal Place South Tukwila, WA 1.02 OWNER A. King County Division of Capital Planning and Development King County, Washington 1.03 CONTRACTING AGENCY King County Professional and Construction Services Procurement Division 821 2nd Avenue, 12th Floor Seattle, WA 98104 PART 2 - DESIGN TEAM 2.01 LANDSCAPE ARCHITECT MacLeod Reckord Phone: (206) 323 -7919 231 Summit Avenue East FAX : (206) 323 -9242 Seattle, WA 98102 2.02 CONSULTANTS A. ARCHITECTS: Arai/Jackson 1601 East John Seattle, WA 98112 C. CIVIL: D. ELECTRICAL: E. MECHANICAL: F. GEOTECHNICAL: PACE, Inc. 750 Sixth Street S, Suite 200 Atkinson Reichard 706 East Denny Way Seattle, WA 98122 Hong West & Associates, Inc. 19730 64th Avenue West Lynnwood, WA 98036 End of Section 00020 -1 NORTH WIND WEIR PARK RESTROOM SECTION 00020 PROJECT CONSULTANTS Phone: (206) 323 -8800 FAX: (206) 323 -8518 B. STRUCTURAL: KPFF Phone: (206) 622 -5822 1201 Third Avenue, Suite 900 FAX: (206) 622 -8130 Seattle, WA 98101 Phone: (206) 827 -2014 FAX: (206) 827 -5043 Phone: (206) 323 -2530 FAX: (206) 323 -2544 Sider & Byers Associates, Inc. Phone: (206) 285 -2966 180 Nickerson Street, Suite 304 FAX: (206) 285 -1045 Seattle, WA 98109 Phone: (206) 774 -0106 FAX: (206) 775 -7506 PART 1 - DEFINITION OF CONTENTS 1.01 DEFINITION NORTH WIND WEIR PARK RESTROOM SECTION 00030 TABLE OF CONTENTS BID NO. C10829C A. The Project Manual contains the Bidding Documents, all Contract Documents, Technical Specifications and the Drawings, and all Addenda issued prior to bidding as defined in the General Conditions of the Contract. PART 2 - TABLE OF CONTENTS PAGES A. UNBOUND PACKAGE: 0. Identification Sticker 1. Form of Bid 2. Contractor's Declaration of Minority/Women's Business (M/WB) Participation 3. Declaration of M/WB Status 4. Subcontractor List 5. Affidavit and Certificate of Compliance - King County Code Chapter 12.16 6. Personnel Inventory Report 7. Sworn Statement of Compliance (Union) and Explanatory Letter to Unions & Referral Agencies 8. ADA 504 Disability Assurance of Compliance and Corrective Plan B. BOUND PACKAGE NUMBER TITLE PAGES DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS 00010 Notice to Contractors 1 00020 Project Consultants 1 00030 Table of Contents 3 00040 Foreword 1 00050 Invitation to Bid 1 00100 Instruction to Bidders 9 Attachment to Section 00100 1) Environmental Law 4 00150 M/WB Participation 5 00030 -1 00300 00350 00500 00510 00600 00700 00710 00750 00800 00900 DIVISION 1 01010 01015 01027 Attachments to Section 00150: 1) Contact Agencies 2) Contractors Declaration of M/WB Participation 3) Declaration of M/WB Status 4) Subcontractor List 5) Affidavit and Certificate of Compliance 6) Personnel Inventory Report 7) Sworn Statement of Compliance (Union) 8) Explanatory Letter to Unions & Referral Agencies 9) ADA 504 Self Evaluation and Corrective Action Plan for King County Contractors 10) ADA 504 Assurance of Compliance Form of Bid Guarantee Warranty Notice of Selection Construction Contract, Bonds and Certificates Attachments to Section 00510: King County Owner /Contractor Agreement King County Performance Bond King County Release of Retainage Release of Liens, Certificate of Compliance Attachments to Section 00600: Certificate of Compliance Release of Liens Certificates General Conditions of the Contract Supplementary General Conditions Attachments to Section 00710: Washington State Prevailing Wage Rates Contractor Insurance Requirements Attachments to Section 00750: King County Certificate of Insurance Contract Time and Sequence Addenda and Modifications - GENERAL REQUIREMENTS Summary of Work Special Requirements Application for Payment Attachment to Section 01027: 00030 -2 NORTH WIND WEIR PARK RESTROOM SECTION 00030 TABLE OF CONTENTS BID NO. C10829C 1 2 1 2 2 2 1 1 8 4 1 2 1 1 1 2 16 4 14 4 2 3 2 4 3 01036 01045 01060 01090 01200 01300 01400 01500 01630 01700 DIVISION 2 - SITEWORK 02210 02222 02223 02224 02732 02733 DIVISION 3 - CONCRETE 03001 03400 04100 Standard Certificate for Payment Change Order and Field Order Procedures Attachments to Section 01036: Standard Change Order Form Standard Change Proposal Form Standard Field Directive Form Cutting and Patching Regulatory Requirements Reference Standards Project Meetings Submittals Attachment to Section 01300: Certificate of Labor Standards/Prevailing Wage Quality Control Construction Facilities and Temporary Controls Products and Substitutions Attachment to section 01630: Substitution Request Form Contract Closeout Pre loading Excavation Backfilling Trenching Site Sanitary Sewerage System Sanitary Sewer Lift Station Concrete Precast Concrete DIVISION 4 - MASONRY Mortar 00030 -3 NORTH WIND WEIR PARK RESTROOM SECTION 00030 TABLE OF CONTENTS BID NO. C10829C 1 4 1 1 1 3 2 11 2 6 2 5 4 5 3 5 5 2 3 3 4 5 4 7 3 04210 Reinforced Concrete Masonry Unit System 5 DIVISION 5 - 05500 DIVISION 6 - 06601 DIVISION 7 07210 07611 07620 07900 DIVISION 9 - FINISHES 00990 METALS Metal Fabrication WOOD & PLASTICS Carpentry Work - THERMAL & MOISTURE PROTECTION Building Insulation Sheet Metal Roofing Sheet Metal Flashings & Trim Joint Sealers DIVISION 8 - DOORS & WINDOWS 08111 Standard Steel Doors & Frames 08305 Access Doors 08712 Door Hardware Painting DIVISION 10 - SPECIALTIES 10160 10441 10800 DIVISION 15 - MECHANICAL 15000 15055 15400 Toilet Compartments Signs Toilet & Bath Accessories General Provisions Basic Materials & Methods Plumbing Systems NORTH WIND WEIR PARK RESTROOM SECTION 00030 TABLE OF CONTENTS BID NO. C10829C 2 4 2 5 4 5 3 3 4 7 3 2 4 7 5 4 DIVISION 16 - ELECTRICAL APPENDIX 1 Geotechnical Report APPENDIX 2 Pump Station Calculations APPENDIX 3 Structural Calculations 16010 General Provisions 16110 Raceways & Fittings 16120 Conductors 16130 Outlet & Junction Boxes 16134 Panelboard 16140 Wiring Devices & Cover Plates 16170 Photoelectric Cell & Time Switch 16410 Construction Power Facilities 16430 Service 16450 Grounding System 16510 Interior Lighting Fixtures 16530 Exterior Lighting Fixtures 16850 Electric Heating Equipment & Controls End of Section NORTH WIND WEIR PARK RESTROOM SECTION 00030 TABLE OF CONTENTS BID NO. C10829C 4 2 1 2 1 1 1 1 1 1 1 1 1 17 2 14 FOREWORD NORTH WIND WEIR PARK RESTROOM SECTION 00040 FOREWORD The documents and forms which appear herein or for which provision has been made, must be used in submitting proposals for KING COUNTY DIVISION of CAPITAL PLANNING and DEVELOPMENT NORTH WIND WEIR PARK RESTROOM 27th Avenue South, between Duwamish River and W. Marginal Place South, Tukwila, WA The documents and forms are enumerated in the Table of Contents and include the Drawings and Specifications. Copies of said Bid Documents, Drawings and Specifications may be obtained upon application at the King County Professional and Construction Services Procurement Division, 821 2nd Avenue, 12th Floor, Seattle, Washington 98104, upon payment of a non - refundable $20.00 for each set. End of Section 00040 -1 DATE ISSUED: BID OPENING DATE: TIME: 2:00 PM ALL BIDS MUST BE SUBMITTED NO LATER THAN: 2:00 PM EXACTLY PROJECT MANAGER: Mike Lozano 1 Base Bid Estimate: $165,000 NORTH WIND WEIR PARK RESTROOM SECTION 00050 INVITATION TO BID Sealed bid proposals are hereby solicited and will be received only at and opened in public at the office of the King County Professional and Construction Services Procurement Division, 821 2nd Avenue, 12th Floor, Seattle, Washington 98104 at any time between 8:30 A.M. and 4:30 P.M., Monday through Friday, but no later than 2:00 P.M. on for the furnishing of all necessary labor, materials and equipment and performing all work required for the project entitled: North Wind Weir Park Restroom All bids received will be opened in public at the time and place stated above and all bidders and other interested persons are hereby invited to be present. All bids must be accompanied by a bid deposit in the form of a Surety Bond, Postal Money Order, Cashier's Check or Certified Check made payable to King County Finance Director, or Cash (U.S. Currency) in an amount equal to 5% of the amount of the base bid proposed. Failure of the successful bidder to enter into the Contract and to furnish a Contractor's Bond within 10 days after notice of the award, exclusive of the day of notice, will result in the bid deposit being forfeited to King County. A Contractor's Performance Bond equal to 100% of the bid amount will be required of the successful bidder, unless the sum of the bid is under $1,000.00. No bids will be accepted after the time and date stated above. Bid Documents, including Specifications and/or Drawings, may be obtained at the King County Professional and Construction Procurement Division, 821 2nd Avenue, 12th Floor, Seattle, Washington, 98104 for a $20.00 non - refundable deposit. If you wish to have them mailed to you, enclose an additional $5.00 non - refundable mailing fee with your request. End of Section PART 1 - GENERAL 1.01 RELATED SECTIONS A. Section 00300 Form of Bid B. Section 00150 MWB Participation C. Section 00700 General Conditions of Contract D. Section 00710 Supplementary General Conditions E. Section 00750 Contractor Insurance Requirements 1.02 EXAMINATION OF SITE AND CONDITIONS 1.03 LAWS AND REGULATIONS 1.04 PROPOSAL SUMS 00100 -1 NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. The Bidder is required to examine carefully the site of the proposed work, the Proposal, Drawings and Specifications and Contract Forms before submitting a proposal. It is mutually agreed that submission of a bid shall be considered prima facie evidence that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the Work as scheduled or at any time altered without resulting increases or decreases of more than the percentage limits stipulated in the General Conditions hereinafter, and as to the character, quality and quantities of work to be performed and material to be furnished, including said increases or decreases, and as to the requirements of the Drawings, Specifications, Supplementary Specifications, and Contract. B. No statement made by any officer, agent or employee of King County, in relation to the physical conditions pertaining to the site of the Work will be binding on King County. A. The Bidder is assumed to be familiar with all Federal, State and County laws and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used in the proposed construction, or which in any way affect the conduct of the Work, and no pleas of misunderstanding will be considered an account of ignorance thereof. If the Bidder, or Contractor, shall discover any provision in the Drawings, Specifications or Contract which is contrary to or inconsistent with any law or regulation, he /she shall forthwith report it to the Project Manager in writing. A. The sum of money shown on the proposal covering all work included in base bid Contract Documents, together with any addenda thereto and/or for unit prices called for, or for any alternates called for, shall include all items of labor, material, equipment, overhead and compensation to complete all of the work under each particular Division and Section. 1.05 BID AND PERFORMANCE GUARANTEE 1.06 MATERIALS AND EQUIPMENT 1.07 COMPLETENESS OF DOCUMENTS NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. All bids must be accompanied by a bid deposit in the form of a Surety Bond, Postal Money Order, Cash, Cashier's Check or Certified Check in the amount equal to 5% of the base bid proposed as evidence of good faith. In the event of failure of the successful Bidder to enter into the Contract and to furnish a Contractor's Bond within 10 days after notice of award of contract, exclusive of the day of notice, the amount of the bid deposit will be forfeited to King County. B. A 100% Performance Bond furnished by a surety acceptable to the County will be required of the Successful Bidder, unless the sum of the bid is under $1,000.00 A. All materials and equipment provided shall be new unless noted otherwise in the Specifications. A. The Bidder shall verify that all documents supplied by the Owner, and upon which the Bidder is basing his/her bid, are full and complete with no missing pages, sheets, or unintentional blank spaces. Submittal of a bid indicates the Bidder has verified he /she has obtained all Owner - supplied Contract Documents. No claim for additional work due to missing bid information will be allowed. 1.08 SUBSTITUTIONS AND APPROVAL FOR PRIOR RECEIPT OF BIDS A. Bids must be based on the specific articles and materials named in the Contract Documents, or their approved equals. (See Article 46 of General Conditions of the Contract). B. During the bidding period, written requests for approval of substitutions by prime bidders will be considered if received in the Architect's office not later than 10 days prior to the date of bid opening. Such requests shall be accompanied by complete descriptions, technical data and documentary evidence that the proposed substitution is equal to, or better than, those articles or materials specified. The Architect reserves the right to request that samples be submitted and satisfactory demonstrations be made for the proposed substitutions prior to approval. C. Approval of proposed substitutions will be made by addenda, mailed to all plan holders on record. Proposed substitutions not so listed shall be considered having been rejected. 00100 -2 1.09 RECYCLED PRODUCT PROCUREMENT POLICY NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. The Contractor shall use recycled paper for the production of all printed and photocopied documents related to the fulfillment of this Contract. If the cost of recycled is more than fifteen percent higher than the cost of non - recycled paper, the Contractor shall notify the Owner's Representative, who may waive the recycled paper requirement B. The Contractor agrees to use both sides of paper sheets for copying and printing, and to use recycled/recyclable products wherever practical. 1.10 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED A. Federal, State, and Local laws prohibit discrimination based on disability. Section 504 of the Rehabilitation Act of 1973, as amended, requires that all recipients receiving federal monies be accessible to qualified /eligible persons with disabilities. All organizations and firms contracting with King County must comply with Section 504 of the Rehabilitation Act of 1973, as amended, and the Americans with Disabilities Act of 1990. 1.11 FAIR EMPLOYMENT PRACTICE A. During the performance of this contract, neither the Contractor nor any party subcontracting under the authority of this contract shall engage in unfair employment practices as defined by King County Code, Chapter 12.18. If is an unfair employment practice for any: 1. Employer or labor organization to discriminate against any person with respect to referral, hiring, tenure, promotion, terms, conditions, wages or other privileges of employment; 2. Employment agency or labor organization to discriminate against any person with respect to membership rights and privileges, admission to or participation in any guidance program, apprenticeship training program, or other occupational training program; 3. Employer, employment agency, or labor organization to print circulate, or cause to be printed, published or circulated, any statement, advertisement, or publication relating to employment or membership, or to use any form of application therefor, which indicates any discrimination unless based upon a bona fide occupational qualification; 4. Employment agency to discriminate against any person with respect to any reference for employment or assignment to a particular job classification; 5. Employer, employment agency or a labor organization to retaliate against any person because this person has opposed any practice forbidden by this chapter or because that person has made a charge, testified or assisted in any manner in any 00100 -3 2.02 SUBMISSION OF PROPOSAL NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS investigation, proceeding or hearing initiated under the provisions of King County Code, Chapter 12.18; 6. Publisher, firm, corporation, organization or association printing, publishing or circulating any newspaper, magazine or other written publication to print or cause to be printed or circulated any advertisement with knowledge that the same is in violation of K.C.C. 12.18.030 C., or to segregate and separately designate advertisements as applying only to men or women unless such discrimination is reasonably necessary to the normal operation of the particular business, enterprise or employment, unless based upon a bona fide occupational qualification; 7. Employer to prohibit any person from speaking in a language other than English in the workplace unless: a. the employer can show that requiring that employees speak only English at certain times is justified by business necessity, and b. the employer informs employees of the requirement and the consequences of violating the rule B. If the Contractor fails to comply with King County Code, Chapter 12.18, the Contractor shall be subject to the procedures and penalties set forth therein. PART 2 - BIDDING PROCEDURES 2.01 FILLING IN PROPOSAL FORMS A. The Bidder shall submit his/her proposal on the forms furnished by King County. All blank spaces in the Form of Bid shall be properly filled in. If the proposal is made by a partnership, it shall contain the names of each partner and shall be signed in the firm name, followed by the signature of the person signing, indicating that person's position in the firm. If the proposal is made by a corporation, it shall be signed by the name of the corporation, followed by the written signature of the officer signing, and the printed or typewritten designation of the office he /she holds in the corporation. The address of the Bidder shall be typed or printed on the proposal. A. Each proposal, provided loose leaf in the Project Manual, shall be completely sealed intact in a separate package, properly addressed to the King County Professional and Construction Services Procurement Division, 821 2nd Avenue, 12th Floor, Seattle, WA 98104, with the name of the Bidder, the Bid Number and the Project written on the outside of the package. 00100 -4 1 B. Bids will be received at the time and place stated in the advertisement for bids. The advertisement for bids provides that a fee or deposit for Drawings and Specifications will be required from each bidder. C. King County reserves the right to reject any or all bids and to waive informalities. 2.03 PROHIBITION OF ALTERATIONS NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. Except as otherwise provided herein, proposals which are incomplete, or which are conditioned in any way, or which contain erasures, alterations or items not called for in the Form of Bid, or which are not in conformity with the law, may be rejected as informal or non - responsive. B. The Form of Bid invites bids on definite Drawings and Specifications. Only the amounts and information asked for on the Form of Bid will be considered as the Bid. Each Bidder shall bid upon the work exactly as specified and as provided in the Form of Bid. C. No oral or telephonic proposals or modifications will be considered. D. Modifications of proposals already received will be considered only if the request and modification is made prior to the scheduled closing time for the receipt of the proposals. All modifications must be made in writing, over the signature of the Bidder. 2.04 WITHDRAWAL OF PROPOSAL A. At any time prior to the scheduled closing time for receipt of proposals, any bidder may withdraw his/her proposal, either personally or by telegraphic or written request. After the scheduled closing time for the receipt of proposals or before the award of the Contract, no bidder will be permitted to withdraw his/her proposal unless said award is delayed for a period exceeding sixty (60) days. 2.05 MINORITY AND WOMEN'S BUSINESS (MWB) PARTICIPATION AND AFFIRMATIVE ACTION FOR EMPLOYMENT j A. It is the policy of King County to provide equal employment opportunities and an equal i opportunity for minority -owned businesses and women -owned businesses to participate in providing goods and services to King County. B. King County has both an affirmative action policy relating to employment (King County Code Chapter 12.16) and a minority /women's business participation policy relating to subcontractors and suppliers (King County Code Chapter 4.18). A summary of the 00100 -5 NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS requirements, instructions and submittals for both ordinances is bound in this Project Manual. It is each bidder's obligation to review this information before submitting a bid for this Project. C. Although several forms must be submitted before a prospective bidder may be considered for contract award for this Project, where minority and/or women subcontractors or suppliers are to be used on a project or MWB is bidding as a prime contractor, the following forms must be included with the bid: Contractor's Declaration of Minority Women's Business (M/WB) Participation Subcontractor List for projects $100,000 and over. D. As an administrative convenience for implementing King County Code Chapter 12.16 bidders are requested to submit the following executed (and notarized where appropriate) contract prequalification documents along with the bid: Personnel Inventory Report Form Affidavit and Certificate of Compliance with King County Code Chapter 12.16 Sworn Statement of Compliance with King County Code Chapter 12.16 (Union Statement) ADA 504 Disability Assurance of Compliance and Corrective Plan E. One copy of each form is bound in this Project Manual and another copy has been included loose leaf at the front of the Project Manual as a part of or attached to the Form of Bid. F. The Contractor's Declaration of Minority Women's Business Participation Form must be submitted with the bid or the bid will be deemed non - responsive. Affirmative action and non - discrimination documents must be submitted before the contract is signed. 2.06 CONTRACTOR IDENTIFICATION A. If the Bidder is a co- partnership, so state, giving name under which business is transacted. B. If the Bidder is a corporation, this proposal must be executed by its duly authorized officials. 2.07 OPENING OF PROPOSAL A. At the time and place set for the opening and reading of proposals, each and every proposal (except those which may have been withdrawn in accordance with the foregoing WITHDRAWAL OF PROPOSAL) received prior to the scheduled closing time for receipt of proposals will be publicly opened and read aloud, irrespective of any irregularities or informalities in such proposals by the King County Purchasing Manager or his designee. 00100 -6 PART 3 - POST BID OPENING INFORMATION 3.01 EXECUTION OF CONTRACT A. The apparent successful Bidder will be required within ten days after receiving from King County properly prepared Contract Documents, to execute said Contract and to furnish performance and other required bonds, satisfactory to King County. Before commencing work, the Contractor will be required to furnish a certificate showing satisfactory proof of carriage of the required insurance. B. All Public Works Contracts are subject to the provisions of Titles 36, 39, 40, 48, 49, 50, 51 and 60, RCW, as they pertain to Public Works Employment and Wages in the political subdivisions of the State of Washington. The Contractor or subcontractor will be required to submit any and all fees required for the statement of intent to pay Prevailing Wages and the Affidavits of Wages Paid. Said fees shall accompany each statement or affidavit and shall be made payable to the Department of Labor and Industries. 3.02 SELLER'S INVOICE A. Invoices shall be prepared and submitted in duplicate (one copy shall be marked "Original ") unless otherwise specified. Invoices shall contain the following information: Contract or Order Number (whichever applies), requisition number, charge to department, deliver to address, item numbers, description of supplies or services, sizes, quantities, unit prices and extended totals. 3.03 CONTRACTS AND PERFORMANCE BONDS A. Signatures: 1. Proprietorship: a. Execution by the Contractor should be in the correct name. b. If a sole proprietorship (even though the words "and Company" appear) the person should name him or herself as owner; Example: John Doe/dba John Doe Company. 2. Partnership: a. If the Contractor is a partnership, the managing partner should sign, describing him or herself as such. 3. Corporation: a. If the Contractor is a corporation, a signature for the corporation by the president or his/her equivalent and by the secretary or his/her equivalent, describing themselves as such, plus imprint of the seal', will be presumed 00100 -7 NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS sufficient. If the corporation has a resolution or by -laws authorizing some other signature, a copy of the resolution or bylaws should be submitted with the offer. 4. Where the Contract requires a Performance Bond, the persons signing for the corporation must sign both the Contract agreement and the Bond. 5. The seal of the bonding company is required on the Performance Bond. B. Attorney -In- Fact/Seal 1. The surety should be bound by an attorney -in -fact, preferably a resident of this County, but certainly of the State of Washington. The Prosecuting Attorney has a record of the attorneys -in -fact and the limit of their authority. 2. The seal of the bonding company is required on the Performance Bond. 3.04 SPECIFIC PROVISIONS CONTROL 3.05 RCW 82 NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. To the extent any Supplementary Conditions, Specifications, or other Special County Requirements may vary from the General Conditions of the contract, those special conditions will control. A. Before payment by the Contractor of any taxes to the Department of Revenue for or on account of any materials or work involved in this Contract, the parties shall determine the amount which may be claimed due under the provisions of RCW 82 and such sum shall be withheld by the County from the Contract Price to be paid by the County directly to said Department if found to be due by final determination of the courts of the State of Washington. 3.06 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES A. In accordance with provisions of Chapter 62, Laws of Washington 1973 H.B. 621, the Contractor shall secure any permits or licenses required and comply fully with all provisions of the laws, ordinances, and resolutions where they are applicable to this Project: 1. See the attached list of environmental and pollution laws, ordinances, and resolutions. B. It shall be the responsibility of the Contractor to familiarize him or herself with all requirements therein. C. All costs resulting therefrom shall be included in the bid prices and no additional compensation shall be made. 00100 -8 3.07 TERMINATION PRIOR TO CONTRACT SIGNING 3.08 CONTRACT AWARD NORTH WIND WEIR PARK RESTROOM SECTION 00100 INSTRUCTION TO BIDDERS A. Bidders are advised that the County reserves the right to reject any and all bids at any time and to choose not to award the Contract up to the time the County signs the Contract Documents, even after the Notice of Selection has been issued. In submitting a bid, Bidders acknowledge that the Notice of Selection confers no right of contract on any bidder. In submitting a bid, Bidders acknowledge that, even after a Notice of Selection, a decision by the County to not enter into the Contract will not result in any claims or causes of action for costs or damages by the Bidders against the County. A. If awarded, the Contract shall be awarded to the lowest responsible Bidder submitting a responsive bid for the Work described. B. The low bid is defined as the base bid and any alternates the Owner chooses to accept. End of Section 00100 -9 In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, except those secured by Owner as stated in the special provisions, and comply fully with all provisions of the following laws, ordinances, and resolutions, where they are applicable to this project: UNITED STATES REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES U.S. Army Corps of Engineers Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL 92- 500.86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of' dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shellfish beds and fishery areas, and wildlife or recreational areas. Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges see U.S. Coast Guard administered permits) on navigable waters. U.S. Coast Guard Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridges on navigable waters. Owner will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(0 of Dept. of Transportation Act, National Environmental Policy Act of 1960, Water Quality Improvement Act of 1970. Miscellaneous Federal Legislation Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U.S. Attorney and share a portion of the fine. WASHINGTON STATE Washington State Department of Natural Resources R.C.W. 76.04.370: Provides for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property where an extreme fire hazard exists. R.C.W 76.04.010: Defines terms relating to the suppression of abatement of forest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvi - cultural operations. R.C.W. 76.04.310: Stipulates that everyone clearing land or clearing right of way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R.C.W. 78.44: Laws governing surface mining (including sand, gravel, stone and earth from borrow pits) which provide for fees and permits, plans of operation, reclamation plan, bonding, and inspection of operations. R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Dept. of Natural Resources reserves the right to restrict burning under the provisions of R.C. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. W.A.C. 332 -18: Delineates all requirements for surface -mined land reclamation. W.A.C. 332 -24: Codifies requirements of R.C.W. 76.04 pertaining to land clearing and burning. Washington State Department of Ecology W.A.C. 18 -02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the state information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish and other aquatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawfiil to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000 /day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. Shoreline Management Act of 1971: Requires a permit for construction on state shorelines. W.A.C. 508 -60: Requires permit to construct in state flood control zone. W.A.C. 372 -24: Permit to discharge commercial or industrial waste waters into state surface or groundwater (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508 -12 -260: Requires permit to construct reservoir for water storage. W.A.C. 508 -12 -100: Requires permit to use surface water. W.A.C. 508 -12 -220: Requires permit to use ground water. W.A.C. 508 -12 -280: Requires permit to construct storage dam. Washington State Department of Fisheries and Game Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. R.C.W. 27.53: Archaeological resources. Fire Protection District R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. REGIONAL AGENCIES Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act. R.C.W. 70.94. KING COUNTY King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers), and refuse disposal sites and provides for land reclamation subsequent to these activities. King Couttty Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations, except on County right -of -way. Review by Building Division. King County Ordinance No. 1527 requires Land Use Division and Flood Control Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design by Engineering Services. Review by Flood Control Division. King Coun y Ordinance No. 800, No. 900. No. 1006 and Resolution No. 8778, No. 24553. No. 24834. No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. The above requirements will be applicable only where called for on the various projects. PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. King County has both an affirmative action program relating to employment and a minority /women's business participation policy relating to subcontractors and suppliers. By submitting this bid, the Contractor agrees to comply with the requirements of King County Code, Chapter 12.16 (relating to discrimination and affirmative action in employment) and Chapter 4.18 (relating to the procurement of goods and services from minority and women's businesses). These Chapters are incorporated into this contract by reference. Summarization of the requirements of the above chapters in these specifications does not relieve the Contractor of the obligation to meet all of the requirements of these King County Code Chapters. Failure to comply with any of the provisions or requirements of these chapters may be considered a breach of contract. 1.02 FAIR EMPLOYMENT PRACTICE NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION A. During the performance of this contract, neither the Contractor nor any party subcontracting under the authority of this contract shall engage in unfair employment practices as defined by King County Code, Chapter 12.18. If is an unfair employment practice for any: 1. Employer or labor organization to discriminate against any person with respect of referral, hiring, tenure, promotion, terms, conditions, wages or other privileges of employment; 2. Employment agency or labor organization to discriminate against any person with respect to membership rights and privileges, admission to or participation in any guidance program, apprenticeship training program, or other occupational training program; 3. Employer, employment agency, or labor organization to print circulate, or cause to be printed, published or circulated, any statement, advertisement, or publication relating to employment or membership, or to use any form of application therefor, which indicates any discrimination unless based upon a bona fide occupational qualification; 4. Employment agency to discriminate against any person with respect to any reference for employment or assignment to a particular job classification; 5. Employer, employment agency or a labor organization to retaliate against any person because this person has opposed any practice forbidden by this chapter or because that person has made a charge, testified or assisted in any manner in any investigation, proceeding or hearing initiated under the provisions of King County Code, Chapter 12.18; 00150 -1 NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION 6. Publisher, firm, corporation, organization or association printing, publishing or circulating any newspaper, magazine or other written publication to print or cause to be printed or circulated any advertisement with knowledge that the same is in violation of K.C.C. 12.18.030 C., or to segregate and separately designate advertisements as applying only to men or women unless such discrimination is reasonably necessary to the normal operation of the particular business, enterprise or employment, unless based upon a bona fide occupational qualification; 7. Employer to prohibit any person from speaking in a language other than English in the workplace unless: a. the employer can show that requiring that employees speak only English at certain times is justified by business necessity, and b. the employer informs employees of the requirement and the consequences of violating the rule B. If the Contractor fails to comply with King County Code, Chapter 12.18, the Contractor shall be subject to the procedures and penalties set forth therein. 1.03 MINORITY AND WOMAN OWNED BUSINESSES (SUBCONTRACTORS AND SUPPLIERS) -- Requirements, instructions and submittals for King County Code Chapter 4.18. A. Set Aside Requirements: 1 King County Code Chapter 4.18.060 and the King County Affirmative Action Plan require the contractor on this project to meet the following subcontracting percentage set aside requirements: a. Minority Business participation 18% b. Women's Business participation 10% 2. A bid submittal which fails to meet the above set aside requirements for the Base Bid will be deemed nonresponsive. 3. Where the prime contractor submitting bids for this project is a minority or women's business, the percentage set aside requirements do not apply, provided that the minority or women's business performs at least 25% of the Contract itself. B. Contractor's Declaration of Minority/Women's Business Participation and M/WB Bid Registration: 1. All bidders on this set aside contract must submit the attached Contractor's Declaration of Minority/Women's Business Participation Form which identifies 00150 -2 NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION minority and /or women's businesses which are to be used in this contract and the amounts of the subcontracts involved. The completed form must be submitted with the bid or the bid will be deemed nonresponsive. C. Minority and Women's Business Liquidated Damages: 1. The County in general, and the M/WB Program in particular, are damaged when a contract or portion of a contract to be performed by a minority or women s business is not actually performed by a minority /women's business in compliance with King County Code, Chapter 4.18. Because the actual amount of damage is not reasonably calculable, the parties agree and stipulate that liquidated damages equal to the dollar value of the M/WB utilization lost to the County due to the violation, not to exceed 10% of the dollar value of the contract, shall be the amount required to compensate the County for resulting delays in carrying out the purpose of the program, the costs of meeting utilization goals through additional contracts, the administrative costs of investigation and enforcement and other damages and costs caused by the violation. The Contractor shall be liable to the County for such liquidated damages in the event the contractor or a subcontractor fails to perform a commercially useful function and /or operates as a broker, front, conduit or pass - through, as defined in King County Code, Chapter 4.18. 2. During the term of the Contract, the Contractor must comply with, as to the tasks and proportionate dollar amounts, with the minority /women's business utilization requirements specified in paragraph 1.03(A). In the absence of a waiver, minority/women's businesses which for any reason no longer remain associated with the Contract or the Contractor, shall be replaced with other certified minority /women's businesses. Both the King County Division of Capital Planning and Development and the King County M/WBE and Contract Compliance Division shall be notified prior to such a substitution. If the dollar amount of the Contract is changed the contractor agrees to maintain the percentages of minority /womens business participation identified in paragraph 1.03. 3. This Contract prohibits any agreements between a Contractor and a minority/women's business in which the minority /women's business promises not to provide subcontracting quotations to other Contractors or potential Contractors. 4. Copies of King County Code, Chapter 4.18 are available from the King County M/WBE and Contract Compliance Division, 821 2nd Avenue, 13th Floor, Seattle, WA 98104, telephone (206) 689 -3168. D. Other Requirements of King County Code Chapter 4.18: 1. All Minority Business Enterprises (MBEs) certified by the State Office of Minority and Women's Business Enterprises (OMWBE) are eligible to perform as MBEs on King County contracts if they fit the County's definition of a minority as outlined below. They must also be recognized by the King County M/WB program as able 00150 -3 NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION to perform a commercially useful function (CUF) on the contract for which they are being considered. If the firm cannot demonstrate its ability to perform a CUF, then, in the case of a subcontractor, the prime contractor will be required to substitute another certified M/WB. 2. Businesses certified by OMWBE as Combination Business Enterprises (CBEs) will be recognized as such by King County if they are 50% legitimately owned and controlled by minority males or minority businesses, as defined by King County Code, Chapter 4.18, and 50% owned and controlled by non - minority women or women businesses. 3. All Contractors shall maintain relevant records and information necessary to document compliance with King County Code, Chapter 4.18 and the Contractor's utilization of minority and women's businesses in its overall public and private business activities. These records shall be available at reasonable times and places for inspection by King County. 4. King County defines minority person differently than does the State (OMWBE). The County does not include, in its definition of Hispanic, persons of European, Portuguese, or Spanish origin. The County recognized as Hispanic only those persons "of Mexican, Puerto Rican, Cuban, or Central or South American culture or origin." Therefore, for purposes of King County contracts, Minority Business Enterprises and Combination Business Enterprises must be owned and controlled by a minority person or by minority persons as defined by King County Code, Chapter 4.18. However, in the case of any King County contract with Federal or State monies attached, the State definition of minority will be utilized. 5. If change orders are executed during the term of a contract, the dollar value of the contract used to calculate the achievement of the contract set -aside goal will be increased or decreased to reflect the change orders unless a waiver is obtained or the department obtains a reduction in the amount of the set - aside. The procedure for obtaining a waiver during the term of the contract may be obtained by contacting King County M/WBE and Contract Compliance Division at (206) 689 -3168. In order to be responsive, M/WBs bidding as prime must perform at least 25% of the work with their own employees and equipment or meet the designated set -aside goals. 1.04 AFFIRMATIVE ACTION FOR EMPLOYMENT Requirements, instructions and submittals for King County Code Chapter 12.16. 00150 -4 A. The King County Council has instituted employment goals for construction contractors and subcontractors working on projects for King County. These goals indicate minimum percentages of the firm's work force that are to be composed of minority, women and handicapped individuals. The King County approved goals for these groups are: Minority 13.48% Women 15.41% Handicapped 7.08% NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION B. Work Force Data: 1. All Contractors entering into contracts with King County valued at Five Thousand Dollars or more shall submit the attached Personnel Inventory Report which profiles the firm's personnel employment data. C. Compliance Affidavits and Union Statements: 1. All Contractors entering into contracts with King County of more than Ten Thousand Dollars, shall submit the attached Affidavit and Certificate of Compliance, stating a commitment to the requirements of King County Code Chapter 12.16. 2. All Contractors entering into contracts with King County of more than Ten Thousand Dollars, shall submit the attached Sworn Statement of Compliance with King County Code Chapter 12.16, evidencing union compliance with that code. 3. Attached is a sample cover letter to be sent by the Contractor to the appropriate union or employee referral agency. 4. Direction for submission of these documents will be provided by the King County M/WBE and Contract Compliance Division during a pre - construction conference prior to contract award. Copies of Chapter 12.16 are available from the King County M/WBE and Contract Compliance Division, phone (206) 689 -3168. D. Federal Rehabilitation Act of 1973: 1. Beginning January 1, 1991, bidders bidding on construction projects with King County will be responsible for providing the County with assurance of their compliance with the provisions of Section 504 of the Federal Rehabilitation Act of 1973, as amended. Bidders will complete a self - evaluation form which will be provided by the King County M/WBE and Contract Compliance Division (206) 689- 3168) and keep this form on file. County representatives reserve the right to examine this form, which details the company plan for compliance with this law. Bidders must submit with bid a notarized Assurance of Compliance with their plan. 00150 -5 NORTH WIND WEIR PARK RESTROOM SECTION 00150 MWB PARTICIPATION 1.05 SUMMARY OF MANDATORY SUBMITTALS AND PROCEDURES FOR AFFIRMATIVE ACTION AND MINORITY AND WOMEN'S BUSINESS PARTICIPATION A. To be eligible to be considered for the award of this Contract, bidders must return the Contractor's Declaration of Minority/Women's Business Participation Form with all bids and the Subcontractor List with bids over $100,000. B. To be eligible to be considered for the award of this Contract, the successful bidder must also submit all of the following. Bidders may return the following four submittals with the bid, but must submit them prior to entering into a contract with King County for performance of the Work. 1. Personnel Inventory Report Form 2. Affidavit and Certificate of Compliance 3. Declaration of M/WBE Status 4. Sworn Statement of Compliance with King County Code Chapter 12.16 (Union Statement) 5. ADA/504 Disability Assurance of Compliance and Corrective Plan C. The apparent successful bidder will be contacted by the King County M/WBE and Contract Compliance Division as to actions that must be taken to receive approval of an affirmative action program and as to reports required for this construction project. D. The attached list of Contact Agencies, following this section, is offered by King County as a means of assisting bidders in locating minority /women subcontractors and suppliers. Rev. 3/93 End of Section 00150 -6 CONTACT AGENCIES The following agencies may be contacted for assistance in locating Minority and Women subcontractors and suppliers: Associated Women Contractors ATTN: Kay Brantl 217 9th Avenue North Seattle, WA 98109 (206) 623-8632 Central City Economic Development Association ATTN: George Lucas 2301 South Jacoson Street Seattle, WA 98144 (206) 329 -2779 State of Washington Office of Minority and Women's Business Enterprises 406 South Water Street, Mail Stop FK -11 Olympia, WA 98504 -4611 (206) 753-9693 Small Business Administration Region X ATTN: Connie Alvarado (WBE) or Gary Trujillo (MBE) 915 2nd Avenue Room 1792 Seattle, WA 98174 -1088 (206) 442 -4438 - Connie Alvarado (206) 442 -5573 - Gary Trujillo REV: 9/3/91 King County M/WBE and Contract Compliance Division ATTN: Terry Koyano, Compliance Unit Supervisor 821 2nd Avenue, 13th Floor Seattle, WA 98104 (206) 689 -3168 Hispanic Chamber of Commerce ATTN: Mark Preston 28912 19th Avenue South Federal Way, WA 98003 (206) 927 -1213 Puget Sound Minority Supplier Development Council ATTN: Thor Briggs Executive Director 234 SW 43rd, Suite B Renton, WA 98055 Impact Business Consultants ATTN: Sylvia Cavazo 155 NE 100th, Suite 401 Seattle, WA 98125 (206) 525 -5617 Snohomish County Plan Center ATTN: Cheri French 2607 Wetmore Avenue Everett, WA 98201 (206) 525 -5617 Prime Contractor /Joint Venture Partners: Contract Amount: S * * LIST OF SUBCONTRACTORS CONTRACTOR'S DECLARATION OF MINORITY/WOMEN'S BUSINESS (M/WB) PARTICIPATION (Required for all solicitations) Pursuant to King County Code Chapter 4.18, M/WB contractors /subcontractors /suppliers (or substitute M/WBs) listed on this form shall be used on this contract. This form must be submitted with the bid. The sworn satement on the back of this form shall be completed by M/WBE prime contractors. Bid No. 1•111=1211 111110111614 • A minority/women's business is a business certified as a minority/women's business by the State of Washington Office of Minority and Women's Business Enterprises, recognized by King County as a M/WBE prior to the time the bid/proposal is submitted, previously sought to do business within the geographic boundaries of King County, and performs a commercially useful function (CUF). Minority and/or women owned firms participating as joint venture partners must include a written agreement signed by both the prime bidder and the M/WB joint venture partner(s). The joint venture agreement shall be executed, and subsequently evaluated in accordance with King County Code Chapter 4.18, Minority and Women's Business Enterprises. When subcontracting a portion of a bid item, an attachment must be submitted with this document, giving the bid item and a detailed description of exactly what work or service is to be performed by the subcontractor. Ownership Type (H *) (W *) Bid Item Numbers) ** Work to be Performed $ Amount of Participation 1 of Base Bid H /HWB Subcontractor /Subconsultant /Supplier Contact Name, Title, Address, Phone Number OHWBE Certifications Number Prime Contractor /Joint Venture Partners: Contract Amount: S * * LIST OF SUBCONTRACTORS CONTRACTOR'S DECLARATION OF MINORITY/WOMEN'S BUSINESS (M/WB) PARTICIPATION (Required for all solicitations) Pursuant to King County Code Chapter 4.18, M/WB contractors /subcontractors /suppliers (or substitute M/WBs) listed on this form shall be used on this contract. This form must be submitted with the bid. The sworn satement on the back of this form shall be completed by M/WBE prime contractors. Bid No. 1•111=1211 111110111614 • A minority/women's business is a business certified as a minority/women's business by the State of Washington Office of Minority and Women's Business Enterprises, recognized by King County as a M/WBE prior to the time the bid/proposal is submitted, previously sought to do business within the geographic boundaries of King County, and performs a commercially useful function (CUF). Minority and/or women owned firms participating as joint venture partners must include a written agreement signed by both the prime bidder and the M/WB joint venture partner(s). The joint venture agreement shall be executed, and subsequently evaluated in accordance with King County Code Chapter 4.18, Minority and Women's Business Enterprises. When subcontracting a portion of a bid item, an attachment must be submitted with this document, giving the bid item and a detailed description of exactly what work or service is to be performed by the subcontractor. DECLARATION OF M/WBE STATUS In accordance with King County Code 4.18, in order to participate in King County's minority/women's business program, minority and women's businesses must be certified by the Washington State Office of Minority and Women's Business Enterprises, must be recognized by King County M/WBE and Contract Compliance Division, and must have previously sought to do business within the geographic boundaries of King County prior to the time the bid or proposal is submitted. I, , declare under the penalty of perjury under the laws of the State of Washington the following arc true and correct: • I am a resident of the State of and am more than 18 years of age; I am certified by the Washington State of Minority and Women's Business Enterprises and my # is • I am recognized by the King County M/WBE and Contract Compliance Division; and • I have previously sought to do business within the geographic boundaries of King County, Washington. I have read the foregoing and make this statement from my personal knowledge and am competent to testify thereto. Dated this day of , 199 , at Washington. OWNER/AUTHORIZED AGENT NAME (PRINT) TITLE (PRINT) OWNER/AUTHORIZED AGENT SIGNATURE FIRM NAME (PRINT) b:ldeclmwbe PRIME CONTRACTOR/ JOINT VENTURE PARTNERS Name BID ITEM NUMBER(S) $ AMOUNT OF PARTICIPATION % OF BASE BID SUBCONTRACTOR Name BID ITEM NUMBER(S) $ AMOUNT OF PARTICIPATION % OF BASE BID SUBCONTRACTOR LIST Pursuant to Chapter 378 Laws of 1993, the following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to the subcontractors as indicated. This form must be submitted with the bid. Project Name: Contract Amount: $ Bid No.: It is understood that failure to provide this listing with the bid shall render the bid nonresponsive. Per the Title 39 RCW Revisions of the 1993 Legislative Session, all contractors bidding on public work estimated to cost $100,000.00 or more must submit at the time of bid opening a listing of all subcontractors participating on the project, when each subcontractor /s participation amount is equal to or greater than 10% of the total value of the bid (subcontractors whose participation totals do not amount to 10% of the base bid do not have to be listed. In addition, the prime contractor shall submit the total dollar value and the percentage of the base bid price that the prime contractor will participate on. As such, each general contractor bidding on this project with a base bid price in excess of $100,000.00 shall submit with their bid a complete SUBCONTRACTOR LIST. Any bid in excess of $100,000.00 that does not include this completed form shall be considered non - responsive. Affidavit and Certificate of Compliance With King County Code Chapter 12.16, Discrimination and Affirmative Action in Employment by Contractors, Subcontractors and Vendors. Company Name: / SS The undersigned. being first duly sworn. on oath states on behalf of the Contractor as fcttows: Definitions: "Contrac:ar" shall mean ary contractor vendor or con- sultant who supplies ;cods and/or services. "Contract" shall mean any contract. purchase order or agreement with King County Gowem- ment. hereinafter tailed the County. A. Contractor recognizes that discrimination in employment is pro- hibited by *deal. we and locatives. Contractor recognizes that in addition to refraining from dadirnination. affimethe action is required to provide equal employment opportunity. Contractor tuner recognizes fiat this &davit establishes minimum requirements for affirmative action and lair employment practices and implements the basic nondiscrimin:a on provisions of the general contract specifica- tions as moiled to sew consultant. vendor or construction con- tracts exceeding S10.000. Contractor herein agrees that this affidavit is incorporated as an addendum to its general contract. and recognizes that failure to comply with these requirements may con- stitute grounds for taolication of sanctions as set forth in the general speafications. IGng County Code Chapter 12.16 and this affidavit. PROVIDED FURTHER. that in heir of the affidavit. the Executive may. acept a statement pledging adherence to an existing contractor at- firrhafive action plan where the provisions of the plan are found by the Executive to substantially fulfill the requirements of this chaplet B. Contractor shall give notice to their supervisors and employees of the requirements for affirmative action to be undertaken prior to the commencement of work. C. This person has been designated to represent the Contractor and to be responsible for securing compliance with and for reporting on the affirmative actor* taken: AFFIRMATIVE ACTION REPRESENTATIVE STATE OF W INGTON COUNTY OF !ONG NAME D. Contractor will cooperate Cully with the Compliance Unit and ap- propriate County agents while making every reasonable "good faith" effort to comply with the affirmative action and nondiscrimination re- quirements set forth in this sworn statement and in 'Ong County Code Chapter 12.16. E. Reports. The Contractor agrees to complete and submit with this affidavit such additional reports and records that may be necessary to determine compiance with the affidavit and to confer with the Coun- ty Compliance Officer at such times as the County shall deem necessary. The information required by this chapter includes but is not limited to the tNlovring reports'end records: 1. Personnel inventory Report: This report shall include a breakdown of the employer worklorce showing race. sex and han- dicapped and other minority data. 2. Monthly Utilization Report This report shall apply to construc- tion contractors and subcontractors and shall provide the number of hours of employment for minority. women and handicapped employees by craft and category. 3. Statement tram Union or Worker Referral Agency: This statement affirms that the signees organization has no practices and policies which discriminate on the basis of race. color creed, religion, sex. age marital status. sexual orientation, nationality or the presenceof any sensory, mental or physical handicap. Bid No. 4. Candied Weeidy Payroll: This repon is required from every con. struceon oontraCtot suOcCeltractoi. and any lower trey COntraCtor for each work week from the time work starts on the project and oomp et on. The information required in this section shift be submitted on forms prodded by the County unless otherwise specified. F. Subcontractor For projects and contracts over one hundred thousand ddIws estmorO) the prime contractor shah be required to submit to the County. along with its qualifying documents under this chapter employment profiles. Affidavits et Compliance. Reports and Union Statements from its subcontractors in the same manner as these are required d the prene contractac Reporting requirements of the prime convector during the contract period will apply equally to all subcontractors. G. Employment Goals for Minorities and Women: Employment goats shall be estabkshed for two industry categories. is. construc- tion contractors and vendor/service contractors. using a multi - tactor avadattaity analysis 1. Construction contratzor and subcontractor performance: Goal attainment is based on the total hours of employment as determined by the monthly utilization reports 2. Consultant and vendor/service contractor performance: Goal attainment is based on the total number of employees as determin- ed by Personnel Inventory Reports H. Employment Goals for Handicapped Persons: Employment goals for handicapped persons shall be established using the methodology deemed most relevant and the statistical data deemed the most current and represerestive of the aveiabity et handicapped persons by the Office el Civil Rights and Compliance and shall. to the scent possible. be consistent with the methodology used to estabfshh employment goals for the handeapped for the County's in- ternal woridorca 1. Alternative Goal Option: Contractors may establish goats in- dependently if they believe the King County gads are not appicable to their specific situation. Contractors who seam King County's as- sent in pursuing this option must use a multi- factor analysis with methodology and data sources approved by the County. J. Underrepresentation of Minorities. Women and Handicap- ped Persons: Underrepresentation of minorities, women and han- dicapped persons will not be deemed a per se violation of King County Code Chapter, 12.16 where a contractor's employment statics demonstrate that minorities, worsen and handicapped per- sons are underepresented in its wartdorc a in relationship to the county employment goals. The burden wit be on the contractor to show that the minimum affirmative aeon requirements set loth below have been met and that a reasonable 'good faith" affirmative action plan in compliance with this chapter has been pursued. K. Minimum Affirmative Action Measures: Contactor agrees that failure to implement and/or maintain reasonable "good taint" efforts to achieve the county employment goals will constitute a breach d this agreement. The evaluation of a contractor's compliance with this chapter shall be based upon the contractor's effort to achieve max- imum results from its affirmative action program. The contractor shall document these efforts and shall implement affirmative action steps at least as extensive as the following: 1. Policy Dissemination: Internal and external dissemination d the contractor's equal employment opporWnityy policy: posting of nondiscrimination policies and of the requirements of this chapter on btrletin boards dearly visible to all entptoyeez notifica- tion to each stal:cortraao[ tabor union or represef e d workers with which there is a collective bargaining agreement or other contract, subcontract, or understanding of the contractor's commitments under the chapter. inclusion of the must ripper- !unity policy in advsnang in the nits media and elsewhere, 2. Recruiting: Paragon d rem anent procedures desagne. to increase the rspresentsson or wormin, rrtrnorises and hands• capped persons in the pool d applicants tor employment; r•} eluding. but not Mtrlsd to eWbNShnC ea maintaining a wirers Itst of ntinonty, women and handiest:0:r d recruitment source providing these sources written na`ircation of emplolmtem opportunities and advertising vacant °°anions in newspsps s and periodicals whidi have minority, ;smale and/or handicap- ped readers* 3. Sell - Assessment and. Test Validation: Review of all employment poieiesand procedures. Inducting review of tests, hinng and training practices and policies, performing evalua- tions. seniority policies and practices, orb classifications and job aasprrnrtts, to awning they de.: hot discriminate againt or have a discriminatory impact on, minorities. women and handicapped persons: validation of all tats and other seise Lion requirements where there is an obligation b d0 s0 under state or federal law. 4. Record Referrals: Maintain a current file or appicati:" or each minority, woman and handicapped appicant or rural for employment indicating what action was taken with respect to each sucn individual and the reasons therefore Coed= these people when an opening exists for which they mei be qualified Names may be removed from the file alter twelve months have elapsed from their Iasi appi*ation or refetrie. S Node's to Unions: Provide notice to tabor unions dthe con. tractor's nondiscrimination and affirmative action obligations pursuant to King County Code Chapter 12.16 Contractors shall also notifyttte King County Erratxrtive it labor unions fall tc aorn- ply with the nondiacrimination or affirmative provisions 6 Supervisor: Ensure that all supervisory personnel under- stand and are directed to adhere to and implement the non- discrimination and Minna:in action obligations of the comic- tor under this chapter, Such direction shat include. but not be limited to. adherence to, and achievement d, affirmative action policies in performance appraisals of supervisory personnel. 7. Training: Develop on the -job training opportunities which wpessly include minorities. women and handicapped DESIGNATED CONTRftC DR: ADDRESS: AUTHORIZED SIGNER NAME SUBSCRIBED AND SWORN 1D win me Vim hit this . raps .19 Weary Mare manlier rr Om d residng at Where a cOnaactOr's ernoloyment stali:.Ucs oemonstratc treat mi. :rrrties, women amp nandicapped persons are unocr• rep.esented. failure to ?Dhow any of the requirements 0e. Paragraph K (1.7) snot: De prima facie evidence 01 non• cc moiiance with this agreement L. Contr¢rtor agrees in all its employment policies anC practices to retrain from discrimination against any person on the basis of race. color. creed. religion. nationality. sex. ape. manta! status. sexual orien- tation. or the presence of any mental, physical or sensory handicap. including out not limited to hiring, bring. tayof, promotion or demo- tion. orb aslsi wages, and °trier terms and conditions 01 state and local noes. laws or ordinances and regulations regarding any such disown nation. M. Contractor agrees to provide reasonable access upon request to the premises of all places of business and employment. relative to work unCenalten in this contract. and to records. Gies, information and employees in connection therewith, to the Compliance Unit or agent for purposes of reviewing compliance wish the provisions of this affidavit ano agrees to cooperate in any compliance review. N. Should the Compliance UM find. upon complaint. invastigason or re ie>rv, Me Contractor not to be in good faith compliance with ate pm :sons =Mined in this affidavit. karma nobly ire County and con- tras (r in wnting of the finding fully describing the basis of non- compliance. Contractor may request withdrawal of Wen notice of noncomoiaxe at such time as the compliance office has notified in wring the contractor and the County that the noncompliance has been resolved. Q The Contractor agrees that any violation of the specific provisions ef this chapter and d am term of the affidavit of canpiance required herein. inducing reporting requirements. shall be deemed a viola- bon or King County Code Chapter 12.11 Any such violation shall be further deemed a breach of a material provision of the contract bet- ween the County and the contractor: Such breach shalt be grounds for implementation of any sanctions parided for in this chapter ducting but not limited to, cancellation. termination or suspension, in whoie or in oast, d the contractor by the Countr iguidated damages: or dtsquei.iecation or the contractor PROVIDED, that the implemen- tation d any sanctions is subject to the notice and hearing provisions of King County Code Chapter 12.16110. P. Cor31 r recogrtiaes that it is bound by al provisions d IG+g County Cope Crapter 12.16 and acknowledges receipt of a copy thereof. Cevevit RECEIVED BY: t.. PHONE Nee Carey Colima w Omer Wow* Wow Employment Data Whites African Americans Asians Native Americans Hispanics Disabled Minority Sub-Total Disabled Sub -Total Job Categories M F M F M F M F M F M F M F- M F . Managerial • Professional Technical • ' • Clerical . Sales Service Labor On -Job Trainees ' Apprentice *Skilled Craft • . SubTotal s 1 i a 1. i e 1 t 1 1 King County Department of Executive Administration Purchasing Agency 620 King County Administration Building 500 Fourth Avenue Seattle, Washington 98104 Legal Name of Business Telephone No. Also Doing Business as (DBA) Address City State Zip DO ANY OF YOUR EMPLOYEES BELONG TO A UNION AND /OR DO YOU USE AN EMPLOYEE REFERRAL AGENCY? YES NO If yes, list the unions and /or employee referral agencies with whom you have agreements: If you expect to do more than $10,000 worth of business with King County, the unions or employee referral agencies must submit a statement of compliance with King County Code Chapter 12.16. DO YOU HAVE ANY EMPLOYEES? YES NO • If yes, list on the Employment Data Chart below the total number of employees for all businesses located in (1) King County. If none, list the total number of employees for all businesses located in (2) Washington State. If none, list the total number of employees for all businesses located in the (3) United States. Indicate which locale (1, 2, 3) report covers: *Journey worker: List by classification on reverse, e.g., carpenter, plumber, etc. Total number of Employees Reported Above (If no employees, write ( "0 ").) This report covers Business Location(s) in (circle one): [King County, Washington State, Other States] for the Payroll Period ending (MONTH /DAY/YEAR): • IRS Employer Identification Number: Submitted By: Title: Date name (print or type) Do not write below this line Personnel Inventory Report Revised 7/94 AA I AFF DATE CT CC VENDOR ( CERTIFIED STAMP CS ( SM SF SH PST TCC FPST • Employment Data Whites African Americans Asians sans Native Americans ics Hispanics Disabled Minority Sub-Total Disabled Sub -Total .' Job Categories M FM F M F. M F M F M F M F M F • • • King County Department of Executive Administration Purchashg Agency 620 King County Administration Building 500 Fourth Avenue Seattle, Washington 98104 Supplemental Form Personnel Inventory Report Revised 7/94 Legal Name of Business Telephone No. ATTACH SUPPLEMENTAL FORMS AS NECESSARY TO REPORT THE TOTAL WORK FORCE. Submitted By Name Title Contact the King County Purchasing Agency at (206) 296 -4210 or the King County Office of Civil Rights & Compliance (206) 296 -7592 if you have any questions concerning completion of this form. SWORN STATEMENT OF COMPLIANCE WITH KING COUNTY CODE CHAPTER 12.16, DISCRIMINATION AND AFFIRMATIVE ACTION IN EMPLOYMENT BY CONTRACTORS, SUBCONTRACTORS AND VENDORS (Union or Employee Referral Agency Statement) The undersigned, being first duly sworn, on oath states as follows: A. That I am the authorized officer of and am signing this statement on behalf of the union. B. That the organization recognizes that King County Code Chapter 12.16 prohibits discrimination m both employment and referrals for employment on the basis of race, color, creed, religion, sex, age, nationality, marital status, sexual orientation or the presence of any sensory, mental or physical handicap except where such sensory, mental or physical handicap hinders job performance. C. That the organization agrees to adhere to a policy of nondiscrimination and agrees to affirmatively cooperate in the implementation of the policies and provision of King County Code Chapter 12.16. The organization further agrees that recruitment, employment, and the terms and conditions of employment under all contracts with King County shall be in accordance with the purposes and provisions of King County Code Chapter 12.16. This statement shall be valid for a period of one (1) year. Authorized Union Representative Union/Employee Referral Agency Phone Number Address By: Signature City, State, Zip Code Title Subscribed and Sworn to Before me day of 19 REV: 12/90 NOTARY PUBLIC in and for the State of residing at * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *The following letter explains the requirements of King County Code, Chapter 12.16. Complete the address* *blocks below and forward to your union(s) or employee referral agency. A sworn statement of compliance with* *Chapter 12.16 suitable for submission to King County, appears on the reverse of this explanatory letter. Note:* *The sworn statement must be signed by an authorized union/referral agency representative and sworn before* *a notary to be valid. * • * * * * * * * * * * * * • * * * * * * * * * * * * * * * * * * * * * * * * * * * * • * * * TO: FM: RE: Compliance with King County Code, Chapter 12.16, "Discrimination and Affirmative Action in Employment by Contractors, Subcontractors and Vendors ". King County Code, Chapter 12.16 and the supporting Affidavit and Certificate of Compliance require that all suppliers /contractors doing business with King County in an aggregate amount of $10,000 or more per year submit a statement of compliance from their union/employee referral agency to the King County M/WBE and Contract Compliance Division. The statement of compliance is to assure that the union/employee referral agency is in compliance with Chapter 12.16 and does not "discriminate against any person on the basis of race, color, creed, religion, sex, age, nationality, marital status, sexual orientation or the presence of any sensory, mental or physical handicap" in employment or referral for employment. In an effort to comply with King County Code Chapter 12.16, on the reverse of this letter is a form for signature by any authorized officer of your union/employee referral agency. In the event that you refuse to sign this statement of compliance, our compliance report shall so certify, and shall set forth what efforts have been made to secure the signing of this agreement. Once this agreement has been signed and returned to us for submission to the King County M/WBE and Contract Compliance Division, it will be valid for a period of one year and applicable to all County contracts for a period of one year. Your written response is required in this office on or before . Your cooperation in this matter is greatly appreciated. Authorized Signer Date * *Note: See reverse of this form for a compliance statement suitable to meet the requirements of King County Code Chapter 12.16. REV: 12/90 ADA/504 DISABILITY ASSURANCE OF COMPLIANCE and CORRECTIVE ACTION PLAN Complying with Section 504 of the Rehabilitation Act of 1973, as amended, and the Americans With Disabilities Act of 1990, two federal laws which prohibit discrimination against qualified persons with disabilities. DEFINITIONS "CONTRACTOR" shall mean any contractor with King County Government, except those contractors supplying tangible goods and supplies. "CONTRACT' shall mean any contract, purchase order, or agreement, except those for tangible goods and supplies, with King County Government, hereinafter called the County. 'REASONABLE ACCOMMODATION' shall mean all efforts made too modify, change, or eliminate existing barriers denying persons with disabilities equal opportunity to benefit from the Contractor's programs, services or activities, except where to do so would cause an undue hardship or burden. "UNDUE HARDSHIP OR BURDEN" is determined on a case by case basis using the following criteria: (1) size of the Contractor's program(s) with respect to the number of employees, number and type(s) of facilities and the size of the budget, (2) the type of operation, including the composition and structure of the work force, and (3) the nature and cost of the accommodation(s) needed. 'DISABILITY" is defined in Section 504 of the Rehabilitation At of 1973, as amended, (Section 504) and the Americans with Disabilities Act of 1990 (ADA) as anyone who has, has a history of, or is perceived as having a physical or mental impairment that substantially limits one or more major life activities. This can include, but is not limited to: mobility, visual, hearing, or speech impairments; mental illness, epilepsy, learning disability, brain injury, HIV /AIDS; arthritis, cerebral palsy, developmental disability, multiple sclerosis and alcohol and drug addiction. A. The undersigned Contractor understands that discrimination in public accommodation and employment based solely on disability is prohibited by federal, state and local laws. In addition, the Contractor recognizes that Section 504 requires recipients of federal funds, be it direct or through subcontracting with a governmental entity receiving federal funds, to make their programs, services and activities, when viewed in their entirety, accessible to qualified and/or eligible persons with disabilities. The Contractor also recognizes that the ADA prohibits discrimination in public accommodation and employment based solely on disability regardless of the funding source. The undersigned Contractor agrees that it and all subcontractors will comply with Section 504 and the ADA requirements. B. The undersigned Contractor has completed the ADA/504 SELF- EVALUATION QUESTIONNAIRE to determine if it is discriminating against persons with disabilities in the areas of program services, facility access, employment policies and procedures, outreach efforts, or the provision of reasonable accommodation(s) t qualified/eligible persons with disabilities. Reasonable accommodation is required in boo program services and employment, except where to do so would cause an undue hardship or _rden. ADA/•504 Disability Assurance of Compliance Corrective Action Plan Page 2 C. The undersigned Contractor has developed a CORRECTIVE ACTION PLAN for all areas that are not in compliance with Section 504 and the ADA. D. The undersigned Contractor agrees to cooperate in any compliance review and to provide reasonable access to the premises of all places of business and employment, and to records, files, information and employees therein to King County's OCRC for reviewing compliance with Section 504 and ADA requirements. E. The undersigned Contractor agrees that any violation of the specific provisions and terms of the ADA/504 DISABILITY ASSURANCE OF COMPLIANCE and/or CORRECTIVE ACTION PLAN required herein and Section 504 and the ADA, shall be deemed a breach of a material provision of the contract between the County and the Contractor. Such a breach shall be grounds for cancellation, termination or suspension, in whole or in part, of the contract by the County or disqualification of the Contractor in future contracts. F. According to my responses to the questions in the ADA/504 SELF- EVALUATION QUESTIONNAIRE (company name) is in compliance with Section 504 and the ADA. YES NO G. If no, the following corrective actions will be taken: Corrective Action Plan General Reauirementa: Actions to be taken: Completion Date Program Accent: Actions to be taken: Completion Date ADA/604 Self - Evaluation Questionnaire Page 3 5. Are printed posters, announcements, and printed materials, including graphics, clearly legible and placed in physically accessible locations where small print can be read from a wheelchair? YES NO 6. Do you have different disability groups on your mailing list for the purposes of information dissemination? YES NO 7. Is your TDD number and procedures for accessing your services printed on all material distributed to the public? YES NO 8. Do you have a policy and procedure for safely evacuating persons with disabilities from your facility(s) during an emergency? YES NO Emvlovment and Reasonable Accommodation 1. When gathering affirmative action data regarding disabilities do you make it clear 'that; 1) the information requested is intended for use solely in connection with reporting requirements; 2) the information is voluntary; 3) the information will be kept confidential; and 4) refusal to provide or providing the information will not subject the applicant or employee to any adverse treatment? YES NO 2. Does your organization or firm make pre - employment inquiries or conduct pre - employment medical examinations? YES. NO 3. If so, is the inquiry related to the applicant's ability to perform the job? YES NO 4. Does your organization or firm condition offers of employment on results of these examinations? YES NO 5. Does your organization or firm require this examination for all employees in this job classification? YES NO 6. Are all applicants in the same job classification asked the same medical and/or interview questions? YES NO ADA/504 Self-Evaluation Questionnaire Page 4 7. Information obtained concerning the medical condition or history of an applicant must be kept separate from personnel records and may be shared in only three ways: 1) supervisors and managers may be informed of restrictions on the work or duties of individuals with disabilities and informed of necessary accommodation(s); 2) first aid and safety personnel may be informed if the condition might require emergency treatment; and 3) government officials investigating compliance with Section 504 and the ADA shall be provided relevant information upon request. Does your organization or firm have a written policy stating the above? YES NO 8. Does your organization or firm make reasonable accommodation(s) to the known physical or mental limitations• of otherwise qualified applicants or employees with disabilities? YES NO Physical Accessibility After completing the 'Quick Look" Barriers Checklist answer the following questions: 1. Is the building(s) where your business located barrier free? YES NO 2. If you checked no to any of the items on the checklist would these areas prevent a person from accessing your program(s) or service(s)? YES NO 3. If yes, describe on the Corrective Action Plan what steps will be taken to eliminate these barrier(s). If there are extenuating circumstances which would make barrier removal a financial or administrative burden please explain in the Corrective Action Plan. Revised 4/92 �.s Revised 4/92 ADA/504 SELF EVALUATION QUESTIONNAIRE FOR KING COUNTY CONTRACTORS General Information Federal, State and local laws prohibit discrimination based on disability. Section 504 of the Rehabilitation Act of 1973, as amended, (504) and the Americans with Disabilities Act of 1990 (ADA) requires that King County and all organizations and firms contracting with King County, except those providing tangible goods, must comply with the ADA and 504 accessibility requirements. ADA and 504 define disability as anyone who has, has a history of, or is perceived as having a physical or mental impairment which substantially limits one or more major life activities. Disabilities include, but are not limited to: mobility, visual, hearing, or speech impairments; mental illness, epilepsy, learning disability, brain injury, HIV /AIDS; arthritis, cerebral palsy, developmental disability, multiple sclerosis, and alcohol and/or drug addiction. The ADA/504 Self - Evaluation Questionnaire for King County Contractors will assist you in evaluating your organization or firm's services and activities to ensure they are accessible to persons with disabilities. If your organization or firm is out of compliance with any of the ADA/504 requirements, you must develop a Corrective Action Plan indicating the corrective actions which will be taken to bring you into compliance and the date by which these actions will be completed. Corrective action plans must be detailed on the ADA/504 Corrective Action Plan form. Once you have completed your organization or firm's ADA/504 Self- Evaluation Questionnaire and Corrective Action Plan, return the signed and notarized ADA/504 Assurance of Compliance and Corrective Action Plan to the contracting County department. Please keep your completed ADA/504 Self- Evaluation Questionnaire and a copy or the ADA/504 Assurance of Compliance and Corrective Action Plan for King County Contractors on file in your office for use during on -site reviews. You will be notified by King County's Office of Civil Rights and Compliance at least one week in advance of any scheduled review. If you have any questions regarding this process or need the ADA/504 Self - Evaluation Questionnaire and Corrective Action Plan for Ring County Contractors in large print, audio cassette tape, or braille, please contact OCRC's ADA/504 Disability Compliance Specialist at (206)296 -7705 or (206)296 -7596 VJTDD. 1 Instruction for completing the ADA/504 Self - Evaluation Questionnaire and Corrective Action Plan for King County Contractors 1. First of all, Don't Panic!. This is not as difficult as you may think. Remember, Section 504 and the ADA require your Pro¢rams and services to be accessible, not necessarily your facilities. 2. All organizations contracting with King County must fill out the ADA/504 Self-Evaluation Questionnaire and complete a Corrective Action Plan if appropriate except for: a. Schools, universities or other public entities b. Contractors supplying tangible goods only 3. Complete the ADA/504 Self- Evaluation Questionnaire. This stays in your office. This does not vet returned with your contract. 4. If appropriate complete the Corrective Action Plan. Keep a copy of this plan in your office, the original is returned with your contract. 5. Sign the ADA/504 DISABILITY ASSURANCE OF COMPLIANCE in front of a notary, make a copy for your files and send the original back with your contract. Once this form is signed by the Office of Civil Rights and Compliance it can be used for one year from the date of the OCRC signature. 6. If you are a construction company the "Quick Look" Barriers Checklist only pertains to your main office. Not your construction sites. 7. If you are an independent consultant or a firm that provides services outside your office you do not need to write a Corrective Action Plan for physical accessibility as long as your services are provided in an accessible location for persons with disabilities who can not access your office. Physical access must be reviewed in light of hiring an individual with a disability or accommodating a present employee who becomes disabled. 8. If a question does not apply to your business answering not applicable is acceptable. If you are not sure if a question is applicable call the County project manager or the ADA/504 Disability Compliance Specialist. 9. Attached for you information is a list of disability resources 10. If you have any questions contact your contracting County department or the ADA/504 Disability Compliance Specialist at (206)296-7705 or (206)296 -7596 VPl'DD. Revised 4/92 "Quick Look" Barriers Checklist This checklist is designed to give businesses a quick appraisal of potential problem areas for accessibility. For detailed review standards contact the Architectural and Transportation Barriers Compliance Board at 1/800/872 -2253 and/or obtain a copy of the Uniform Federal Accessibility Standards for current specifications. ITEM TO BE PERFORMED YES NO Building Access 1. Are 96' wide parking spaces designated with a 60' access aisle? 2. Are parking spaces near main building entrance? 3. Is there a 'drop ofr zone at building entrance? 4. Is the gradient from parking to building entrance 1:12 or less? 5. Is the entrance doorway at least 32 inches? 6. Is door handle easy to grasp? 7. Is door easy to open (less than 8 lbs. pressure)? 8. Are other than revolving doors available? Building Corridors 1. Is path of travel free of obstruction and wide enough for a wheelchair? 2. Is floor surface hard and not slippery? 3. Do obstacles (phones,,fountains) protrude no more than four inches? 4. Are elevator controls low enough (48 ") to be reached from a wheelchair? 5. Are elevator markings in Braille for the blind? 6. Does elevator provide audible signals for the blind? 7. Does elevator interior provide a tuming area of 51' for wheelchairs? Restrooms 1. Are restrooms near building entrance /personnel office? 2. Do doors have lever handles? 3. Are doors at least 32' wide? 4. Is restroom large enough for wheelchair turnaround (51' minimum)? 5. Are stall doors at least 32" wide? 6. Are grab bars provided in toilet stalls? 7. Are sinks at least 30" high with room for a wheelchair to roll under? 8. Are sink handles easily reached and used? 9. Are soap dispensers, towels, no more than 48' from floor? Personnel Office 1. Are doors at least 32 wide? 2 Is the door easy to open? 3. Is the threshold no more than 1/2" high? M 4. Is the path of travel between desks, tables wide enough for wheelchairs? KING COUNTY OFFICE OF CIVIL RIGHTS AND COMPLIANCE DISABILITY RESOURCE LIST Oreanizations Washington State TDD Relay Service (This service is free) Interpreter Referral Service (lead time 2-3 weeks) Community Service Center for the Deaf and Hard of Hearing Library for the Blind and Physically Handicapped (talking books and braille services) Easter Seals (facility and housing information) Governor's Committee on Disability Issues and Employment (ADA information for employers) Washington Coalition of Citizens with disAbilities (on -site reviews/information and referral) Department of Services for the Blind (training and job placement program) Sian Companies Foley Sign Company (parking signs, international symbol of access) Messenger Sign Company (parking signs, international symbol of access) Tactile Signs (tactile and braille signage) Seattle Area 587 -5500 Outside Seattle 1-800-833-6386 322 -5551 322 -4996 464 -6930 281 -5700 438 -3168 1- 800 -435 -7232 V/TDD 438 -3167 461 -4550 721 -4422 324 -3040 623 -4525 621 -7446 { 1. 1 Contractor's Name: Contact Person: Type of Service Provided: ADA/504 SELF•EVALUATION QUESTIONNAIRE Phone #: Human Services Construction Architectural/ Engineering Number of Employees: Location of Business: Brief Description of Business: Contracting County Department: There are four major areas to consider when evaluating program and service accessibility: 1) General Requirements; 2) Program Access; 3) Equal Employment Opportunity; and 4) Physical Accessibility. In the following questions, "you ", "your organization or firm ", and "the Contractor" refer to the Contractor unless otherwise noted. GENERAL REQUIREMENTS Please circle the appropriate answers. If you need more room for explanations, please attach additional pages. If you have less than 15 employees please eo to question 5. 1. If your organization or firm employs 15 or more employees do you have a designated ADA/504 coordinator? YES NO If so, who? Name: Title: Phone #: _ Consultant __. Purchased Services _ Concessions _ Other (explain) 1 2. Do you have an internal grievance procedure which incorporates due process standards and allows for quick and prompt solutions for any complaints based on noncompliance with ADA Id 504? YES NO ADA/504 Self- Evaluation Questionnaire Page 2 Does your organization or firm have a policy that provides for taking initial continuing steps to notify participants, beneficiaries, applicants, and employees, including those with vision and hearing impairments and unions and professional organizations holding collective bargaining or professional agreements that your organization or firm does not discriminate on the basis of handicap (disability)? YES NO 4. Has your organization or firm notified these individuals of your n nondiscrimination policy? YES NO 5. Does your organization or firm provide ongoing staff training to ensure that staff fully understand your policy of nondiscrimination on the basis of handicap and can take all appropriate steps to facilitate the participation of individuals with disabilities in agency programs and activities, i.e. provide disability awareness training on an ongoing basis? YES NO Program Access I 1. Does your organization or firm notify the public and other interested parties that agency meetings, board of director meetings, hearings, conferences, public appearances by elected officials, interviews, will be held in accessible locations and that auxiliary aids (sign language interpreters, readers) will be provided, upon request, to participants with disabilities? YES NO 2. Does your organization or firm have a Telecommunication Device for the Deaf (TDD) or do you use the Washington State TDD Relay Service to facilitate communication with individuals who are hearing impaired? YES NO 3. Does your firm organization or firm provide ongoing training to familiarize appropriate staff with the operation of TDD's and other effective means of communicating over the telephone with persons with disabilities. YES NO 4. Does your organization or firm make available, upon request, written material in alternate formats for persons who are print-handicapped? Examples include, but are not limited to: braille, audio cassette tapes, and large print. YES NO ADA/504 Disability Assurance of Compliance Corrective Action Plan Page 3 Actions to be taken: Employment and Reasonable Accommodation: Actions to be taken: Completion Date Physical Accessibility: Comvletion Date Prepared by: Title: Date: Contractor Name: Contract 1: Address: City State Zip ADA/504 Disability Assurance of Compliance Corrective Action Plan Page 4 Contractor: Company /Organization Name Address: Street City State Zip Contact Person: Phone: AUTHORIZED SIGNATURE: Name: Phone: Type or Print Title: SUBSCRIBED AND SWORN TO before me this day of 1.9 Notary Public in and for the State of residing at RECEIVED by King County: Date Phone # Revised 4/92 I Declare Under Penalty of Perjury Under the Laws of the State of Washington that the Foregoing 1s True and Correct. PART 1 - GENERAL NORTH WIND PARK WEIR RESTROOM SECTION 00300 FORM OF BID 1.01 RELATED DOCUMENTS A. Section 00100 Instruction to Bidders B. Section 00150 MWB Participation C. Section 00700 General Conditions of the Contract D. Section 00750 Contractor Insurance Requirements E. Section 00800 Contract Time and Sequence 1.02 INCORPORATION A. The King County Form of Bid, bound herein, is incorporated as a part of the Contract Documents. 00300 -1 1 1 1 i i 1. Place: King County Professional and Construction Services Procurement Division 821 2nd Avenue, 12th Floor, Seattle, WA 98104 Date: BID OF (hereinafter called "Bidder "), a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as To: King County Bid Board King County Washington Having carefully examined the specifications and Contract Documents for the Project entitled: as prepared by the King County Division of Capital Planning and Development, as well as the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed Project including the availability of materials and labor, the Bidder hereby proposes to furnish all labor, materials and supplies, and to construct the Project in accordance with the Contract Documents, within the time set forth therein, and at the price stated below. This price is to cover all expenses incurred in performing the Work required under the Contract Documents of which this proposal is a part. A. BASE BID LUMP SUM BID North Wind Weir Park Restroom NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 1 OF 4 Complete all work required for the North Wind Weir Park Restroom project, as described in the Documents for the sum, but not including Washington State Sales Tax: Legal name of person, firm or corporation submitting bid B. ALTERNATES Not Applicable C. UNIT PRICING Not Applicable D. SUBCONTRACTING/MWB REGISTRATION The Bidder shall complete and include with their bid the attached Contractors Declaration of Minority/Women's Business Participation. The Bidder agrees that, based on the total dollar amount of the base bid submittal, the following minimum set aside percentages for minority and women's business participation will be met: 1. Minority Business Participation 18% 2. Women's Business Participation 10% In the absence of a waiver, any bid which fails to meet the above set aside requirements for the Base Bid shall be deemed non - responsive. E. AFFIRMATIVE ACTION FOR EMPLOYMENT As an administrative convenience in applying affirmative action provisions in King County Code Chapter 12.16, King County requests that bidders submit along with the bid package the following executed (and notarized where required) documents: 1. Affidavit and Certificate of Compliance with King County Code Chapter 12.16 2. Personnel Inventory Report Form Bidder understands that the attached documents are required to be submitted prior to award of a King County contract. F. FAIR EMPLOYMENT PRACTICES G. REINSTATEMENT OF ALTERNATES NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE2OF4 During the performance of this contract, neither the contractor nor any party subcontracting under the authority of this contract shall engage in unfair employment practices as defined by King County Code Chapter 12.18. Failure to comply with this chapter shall result in the contractor being subject to the procedures and penalties set forth herein. The Bidder agrees that the Owner has the right to reinstate, at the bid price any Alternate Legal name of person, firm or corporation submitting bid 1 k 1 Bid not incorporated into the Contract if the Owner notifies Bidder within sixty (60) days after initial official Notice to Proceed with the Work. H. SALES TAX NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 3 OF 4 The Bidder agrees the foregoing Base Bid does not include King County's obligation for Washington State or Local Sales Taxes. King County will pay the Washington State Sales Tax only on the total Contract price. I. TIME OF COMPLETION AND LIQUIDATED DAMAGES The Bidder agrees, if awarded the Contract, to substantially complete the Work as specified after receiving official Notice to Proceed. Bidder further agrees that for each calendar day that the Work remains uncompleted after the above fixed period, Bidder shall pay Owner a sum as specified as fixed, agreed, liquidated damages, but not as a penalty. J. CONTRACTS AND BONDS If written notice of acceptance of this bid is mailed or delivered to the Bidder within sixty (60) calendar days after the date of opening the bids, or at any time thereafter prior to the Bid being withdrawn by the offeror, the Bidder agrees that he will execute and deliver a contract in the form required by the Contract Documents, in accordance with the Bid as accepted, and that he will give a Performance Bond as specified, with good and sufficient surety or sureties acceptable to the Owner, within ten (10) calendar days after the Notice of Award, exclusive of the date of notice. This sixty (60) day period for complete execution of the contract documents may be extended by mutual written agreement of the Bidder and the Owner. Bidder further agrees that a bid deposit in the amount of five percent (5 %) of the Base Bid accompanying this bid shall be retained by the Owner, and that if the Bidder fails to deliver said documents within ten (10) days after written notice of award of contract to him/her, the deposit shall be forfeited. The bid deposit shall be returned after the Contract Documents have been accepted by the Owner. On contracts of twenty -five thousand dollars or less, including Washington State Sales Tax, at the option of the contractor, King County will, in lieu of the bond, retain fifty percent of the contract amount for a period of thirty days after the date of final acceptance, or until receipt of all necessary releases from the Washington State Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW whichever is later. Legal name of person, firm or corporation submitting bid K. BID WITHDRAWAL This bid may be withdrawn at any time prior to the schedule time for the opening of bids, or any authorized postponement thereof. L. OWNER'S RIGHT TO REJECT BIDS Bidder understands that the Owner reserves the right to reject any or all bids and to waive informalities in the bidding. M. ADDENDA Receipt of addenda numbered Legal Name of person, firm or corporation submitting bid Street Address City, State, Zip Phone NORTH WIND WEIR PARK RESTROOM BID NO. C10829C PAGE 4 OF 4 through is hereby acknowledged. By: Signature Title: State of Washington Contractor's Registration Number FEDERAL TAX ID # State of Washington Worker's Compensation Account Number End of Section Legal name of person, firm or corporation submitting bid 1 1 PART 1 - GENERAL 1.01 RELATED SECTIONS A. Section 00300 Form of Bid B. Section 00700 General Conditions of the Contract C. Section 01700 Project Closeout 1.02 CONTRACTOR REQUIREMENTS NORTH WIND WEIR PARK RESTROOM SECTION 00350 GUARANTEES & WARRANTIES A. Other warranty requirements contained in the King County documents not withstanding, the Contractor shall supply at least the following information and service on each item: 1. A warranty of at least one year from date of acceptance of the particular item. 2. Any special extended warranty offered by a supplier, or common to the trade. 3. Name and address of local or closest warranty service. 4. Name and address of local or closest parts supplier. 5. Availability of direct factory service and parts. 6. Any special hours emergency service offered. 7. A general statement of warranty policy. B. Deliver to the King County Division of Capital Planning & Development -Parks CIP, 500 4th Avenue, Room 320, Seattle, WA 98104, a bound set of all warranty documents upon completion of the Project. 1.03 APPROVALS A. Submit the bound set of warranties to the Architect for approval, prior to delivery to the Owner. 1.04 CORRECTION OF WORK DURING GUARANTEE PERIOD A. Corrections: Where items found to be deficient have not been corrected prior to expiration of the specified guarantee period, it shall nevertheless be the responsibility of the contractor to permanently correct said items after the specified guarantee period, and the contract shall not be fully performed until such permanent corrections are made. B. Guarantee Period: All corrective work performed by the Contractor in remedying defective work during the guarantee period of the project shall be subject to the same guarantee requirements as specified for the original work, from the date of completion of the corrective work. 00350 -1 1.05 REPAIR AND MAINTENANCE SERVICE On completion of construction, Contractor shall submit to the Owner names, addresses and telephone numbers of the equipment servicing organizations that will provide repair service during guarantee period in the event of failure. This service shall be provided and performed at no additional cost to the Owner. End of Section 00350 -2 NORTH WIND WEIR PARK RESTROOM SECTION 00350 GUARANTEES & WARRANTIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1.03 CONTRACT 1.04 PERFORMANCE BOND A. Section 00700 General Conditions B. Section 00750 Contractor Insurance Requirements C. Section 00800 Contract Time and Sequence 1.02 INCORPORATION OF DOCUMENTS A. The Contractor agrees to the provisions of the documents named under this Section, and agrees to consider such named documents a part of the Project Manual. A. King County Standard Agreement between Owner and Contractor, bound herein, is incorporated as part of Contract Documents. A. King County Performance Bond, bound herein, is incorporated as part of the Contract Documents. End of Section NORTH WIND PARK WEIR RESTROOM SECTION 00510 CONSTRUCTION CONTRACT, BONDS AND CERTIFICATES SAMPLE CONTRACT NO. TIIIS AGREEMENT, made and (intend into this day of 19 between KING COUNTY, State of Washington, hereinafter called the County, under the authority of Title 36, Revised Code of Washington s�'petmadarly RCW Ch. 36.80 and Title 39 Revised Code of Washington, and for itself its heirs, extionca, administrators, stoma= and taigas, hereinafter called the Contactor. WITNESSETH: Thst in oareideratian afpaymaots, covenants, and agreements, hereinafter mentioned, to be made and performed by tlx parties hereto, the parties hereto covenant and agree as follows: DESCRIPTION OF WORK: 1. The Contactor shall do all work and furnish all tools, materials and equipment necessary to complete work consisting of the base bid for Contract Amount S % Washington State Sales Tax S Ural Contract with Saks Tax S in amardsnce with and as daubed inthe attached plans and specifications of Bid No. and in full compliance with the terms, coalitions and stipulations herein set forth and attached now referred to aend yb such reference incorporated herein and made a part thereof as fully for all purposes as if here set forth at length, and shall perform any alterations in or additions to the work covered by this contract and every part thereof The Contractor shall provide and be respamible for the expense of all materials, labor, cartage, took, implanents and conveniences and things of every daaiption that may be requisite for the trader of materials and for construction and completing the work provided for in this comma and every part thereof 2. The County hereby ' agars ith the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above daaibed work � es nt complete and finish same according to the attached plans and specifications and the terms and conditions herein contained, and hereby cataracts to pay for the same according to the attached specifications and proposal hereto attached, at the time and in the manner and upon the conditions provided for in this contract and every pat thereof The Comity further agrees to employ the Contractor to perform any aheraticm or additions to the work covered by this contract and every pat thereof and any fora account work that may be ordered and to pay for the same under the tars of this contract and the attached plans and specifatioos. 3. The Contractor anus to protect and save King County, its elected and appointed officials and employees, including the King County Design Commiaian (hereinafter King Cry) hands at and against all claims, demands and canes of action, including all costs, consultant's fees and attorneys fen for defense thereof arising out of bodily injury to pesos or damage to property in favor of the Cadractoe's employess, wbooatracton,'pp', separate contractors or other third parties in connection with the Contractor's activities on this project, except when such fault is solely and entirely the fault of King , except when said injury or faults from the concurrent of King County and Contractor, in which am dull the Contractor all protect and save County hamlets to the extent of the Contractor's negligence; from and against any and all other skims, demands, causes attorneys' fees for defense thereof in favor of the Contractor's employees, subcontractors, suppliers, separate co tracton or other third parties arising in whole or in part out of any act or omission of the Contractor in connection wash Its activities on this project except when such fault is solely and astray the faun of King County and its above-named officials and employees. 4. The Contactor, for beme food for his heirs, nmators, administrators, successors and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 5. CANCELLATION OF CONTRACT FOR VIOLATION OF STATE POLICY: This contract, pursuant to RCW 49.28.050 and 49.28. 060, may be canceled by the officers or agents of the owner authorized to conntract for or supervise the execution of such work, in case such work is not pafo,med in accordance with the policy of the State of Washington, relating to such work. 6. It is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first he:einabove written CONTRACTOR: Registration No. king County Executive Approved on Approved as to Form: By: Date: Form 00277.100 Revised 5/10/89 President Secretary Foregoing contract approved and ratified: Surety 19 Attorney-in-Fact SAMPLE PERFORMANCE BOND (COMPANY NAME) KNOW ALL MEN BY THESE PRESENTS: That we, (Principal) and (Surety) a corporation legally doing business in the State of Washington, are held and firmly bound and obligated unto the State of Washington and King County in the sum of Dollars, for the payment of which sum we do bind ourselves, and each of our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. this bond is executed in pursuance of Chapter 39.08, Revised Code of Washington. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT Whereas the Principal entered into a certain contract with KING COUNTY, dated the day of , 19 , for which contract and specifications are incorporated herein by this reference, NOW, THEREFORE, if the Principal shall faithfully perform all the provisions of such contract and pay all laborers, mechanics and subcontractors and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, then this obligation is void; otherwise to remain in full force and effect. Provided, however, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work. Signed and Sealed this of , 19 Principal Surety By By Name Attorney -in -fact Title Approved as to Form: By Deputy Prosecuting Attorney SAMPLE KNOW ALL MEN BY THESE PRESENTS: RELEASE OF RETAINAGE BOND (COMPANY NAME) That we, as Principal and a corporation duly organized under the laws of the State of Washington (hereinafter called "surety ") as surety, are held and firmly bound unto King County (hereinafter called the "Obligee ") in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with out seals and dated this day of , 19_ THE CONDITIONS OF THIS OBLIGATION ARE SUCH that Whereas the Principal entered into a certain contract with the Obligee, dated the day of , 19 , for WHEREAS, said contract provides that the Obligee shall retain from payments due said Principal certain sums of money until acceptance and successful operation and fulfillment of all other terms of said contract and, WHEREAS, said Obligee is prepared to release said retained monies prior to acceptance and successful operation and fulfillment of all other terms of said contracts upon being indemnified by these presents. NOW, THEREFORE, the Condition of Obligation is Such, that if the said Principal shall indemnify and save harmless the said Obligee from any and all loss, costs, charges, or expense of whatsoever kind and nature which the said Obligee may sustain or incur by reason of having released said retainage to said Principal then this obligation shall be null and void; otherwise to remain in full force and virtue. Rev: 12/94 Principal By: Surety By: PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Section 00150 MWB Participation B. Section 00510 Contract, Bonds and Certificates C. Section 00700 General Conditions of Contract 1.02 CERTIFICATE OF COMPLIANCE NORTH WIND WEIR PARK RESTROOM SECTION 00600 RELEASE OF LIENS, CERT. OF COMPLIANCE A. Final payment to the Contractor shall be contingent upon the filing a Certificate of Compliance, bound herein, with the King County Division of Capital Planning and Development. 1.03 RELEASE OF LIENS CERTIFICATE (GENERAL CONTRACTOR) A. At the end of the Construction Phase, the Contractor shall issue a Release of Liens Certificate, example of format is bound herein, to the King County Division of Capital Planning and Development. 1.04 RELEASE OF LIENS CERTIFICATE (SUBCONTRACTOR/MATERIALMEN) A. At the end of the Construction Phase, each Subcontractor and Materialman shall issue a Release of Liens Certificate, example of format is bound herein, to the King County Division of Capital Planning and Development. End of Section SAMPLE No final payment shall be made until the Contractor shall file with King County, prior to acceptance of the work, A Certification of Compliance in a form substantially as follows: Contractor (GENERAL CONTRACTOR) (COMPANY LETTERHEAD) CERTIFICATE OF COMPLIANCE I (we) hereby certify that all work has been performed and materials supplied in accordance with the contract documents for the (insert project name and bid number), and that: (a) Not less than the prevailing rates of wages as ascertained by the governing body of the contracting agency has been paid to laborers, workmen, and mechanics employed on this work; (b) There have been no unauthorized substitutions of subcontractors; nor have any subcontracts been entered into without the names of the subcontractors having been submitted to the Architect prior to the start of such subcontracted work; nor has there been any substitution of minority and/or woman subcontractors identified for participation on this contract without the names of the substitute minority and/or woman subcontractors having been submitted to the King County Office of Civil Rights and Compliance. (c) No subcontract was assigned or transferred or performed by any subcontractor other that the original subcontractor, without prior notice having been submitted to the Architect together with the names of all subcontractors; (d) All claims for material and labor and other services performed in connection with the contract documents have been paid; (e) All monies due the State Industrial Accident Fund, the State Unemployment Compensation Trust Fund, the State Department of Revenue, and/or others have been paid; (f) The nature and source of all off -shore items in excess of Two Thousand Five Hundred dollars ($2,500.00) utilized in the performance of this project have been reported; (g) All provisions of nondiscrimination as called for in the contract documents have been complied with. SAMPLE King County Facilities Management -Parks CIP 500 4th Avenue, Room 320 Seattle, WA 98104 Gentlemen: SUBCONTRACTORS LIST: Attached By Title Rev: 12/94 (GENERAL CONTRACTOR) (COMPANY LETTERHEAD) KING COUNTY RELEASE OF LIENS CERTIFICATE BY GENERAL CONTRACTOR Project Title: Contract No: Date: I, the undersigned contractor, do hereby certify that 1 have completed all the work on the above mentioned project, Contract No. , dated and that those listed below are all the subcontractors concerned in the completion of the contract work. I further certify that all subcontractors and other parties involved will be paid in full and that there will be no bills outstanding against the above- mentioned project. I do hereby agree to indemnify the Owner against any liens remaining unsatisfied as a result of omission of payment. I further agree to refund to the Owner any monies the Owner may be compelled to pay in discharging any liens made against this project due to the Contractor's omission of payment. SAMPLE King County Facilities Management-Parks CIP 500 4th Avenue, Room 320 Seattle, WA 98104 (COMPANY LETTERHEAD) KING COUNTY RELEASE OF LIENS CERTIFICATE BY SUBCONTRACTOR/MATERIALMEN Re: Project Title Gentlemen: Address We, the undersigned hereby acknowledge payment in full for all bffis in conjunction with the above referenced project. Upon receipt of final payment and in consideration of such payment, we hereby waive all claims, rights, and liens of the property. Attached are "Affidavit of Wages", Form No. LI-700-7, which have been approved by Washington State Department of Labor and Industries. Subcontractor/Materialmen Name Title PART 1 - GENERAL 1,01 RELATED DOCUMENTS A. B. C. D. E. Section 00150 Section 00510 Section 00710 Section 00750 Section 00800 1.02 INCORPORATION NORTH WIND WEIR PARK RESTROOM SECTION 00700 GENERAL CONDITIONS OF THE CONTRACT MWB Participation Construction Contract, Bonds and Certificates Supplementary General Conditions Contractor Insurance Requirements Contract Time and Sequence A. King County General Conditions of the Contract, bound herein, are incorporated as a part of the Contract Documents. Article Page 1. Definitions 2. Execution, Correlation Intent and Interpretation 3. Detail Drawings and Instructions 4. Copies Furnished '5. Shop Drawings 6. Drawings 'And Specifications bn The Work 7. Ownership Of Drawings And Models 8. Samples 9. Royalties And Patents 10. Permits, Laws, And Regulations 11. Venue 12. Tests, Inspections And Access To Work .13. Superintendence: Supervision And Employees 14. Changes In The 'Work 15. Claims For Extra' Compensation Or Time 16. Deductions For Uncorrected Work 17. Delays And Extension Of Time 18. Correction Of Work Before Final Acceptance 7 19. Warranty And Guarantee Of Work ' • 8 20. The Owner's Right To Do Work , 8 • 21. Owner's Right To Terminate Contract • 8 22. The Contractor's Right To'Stop Work or . Terminate Contract • 9 23. Application For Payments 9 24. Payments 9 25. Payments Withheld 10 26. Hold Harmless Clause 10 KING cousin GENERAL CONDITIONS OF THE CONTRACT INDEX Article ' Page 27. Insurance During Guarantee Period 10 28. Public Works Bond 10. •1 2 29. Assignment • 10 .30. .Separate Contracts • 10 • 31. Subcontracts , 10, • 32. - .Relations Of Contractor And Subcontractor 11 3'3 Architect's Status 11 • 34. Architect's Decisions 11 • 35. Cash'Allowance • 11 .36. Use Of Premises 12 :37. Cutting, Patching 12 3 3.8. Cleaning Up 12 39. Eight Hour■Law. And Payment For Labor • 12 • 40.• Compliance With Public Works, Wage Rates, Fringe Benefits, Etc., Required - Contractor . To File Affidavit of Wage Rates and Contingent Fees 12 41. Prior Occupation • 13 42: List of Materials 13 , 43. Taxes • 13 44. Watchman 13 45. Storage And Handling Of Materials . 13 46. Equal Products . 13' • 47. Unit Prices 14 • 48. Offshore Items , • 14 49. Protection Of Persons And Property 14 50. 3bmporary Water Pollut ion And Control 14 5 Retention Of Payrolls And Records ' . 14 • 2 2 2 3 3 3 3 3 4 4 6 7 7 THE GENERAL CONDITIONS OF THE CONTRACT AI't1Cle 1. Definitions , A. The Contract Documents consist of Part I — Bidding Notices and Requirements, Form of Bid, Bonds and Insur- ances, the Contract, Contractual Notices and Requirements, General Conditions, Supplementary General Conditions, and Special Provisions; Part II — Technical.Specifications; and Part III — Drawings. In addition, Contract Documents include .all Addenda issued prior to bidding, and all modifi- cations and /or Change Orders thereof incorporated in the documents. • B. The Owner, the Contractor and the ,Architect are those mentioned as such in the agreement. They are treated throughout the Contract Documents as if each were of the singular number and masculine gender. C. The 'term "Subcontractor", as employed herein; includes those having a direct contract with the Contractor to'fumish or provide labor, services, materials or equipment for the • project. - D. Written notice shall be deemed to have been duly served if - delivered in person to the individual or to a memberof the trm or to an' officer of the corporation for whom it is intended, or if delivered at or sent by U.S. Mail postage prepaid to the last business address known to him who gives the notice. E. Unless the Context requires otherwise, the term "Work" means everything required to complete the project which is the subject of the Contract Documents. The term "Work" of a contractor or subcontractor includes labor or materials or hoth. F. Unless indicated' otherwise, where the words "approved" or "for approval" .are used, they shall mean "approved by the Owner, by and through the Architect." and "for the Owner's approval, by and through the .Architect." Where the phrases "approved by the Owner" or "Consent of the Owner" are used, they shall mean "approved by the Owner by and through its Project Manager" or "consent of the Owner, by and through its Project Manager." G. The Architect is the person or entity lawfully practicing architecture, engineering, or landscape architecture and serving as the Owner's designee on the project. Where the word context requires "Architect," it shall mean the Ar- chitect's representative designated by the Architect as . the person responsible for making approvals and rendering de- • cisions as required herein. • H. The _term "furnished" shall mean deliver to the job site. 1. The term "install" shall mean incorporate into the project. J. The term "provide" shall mean furnish and install. K. The term "final acceptance" shall mean the date of formal action by the Owner accepting the Work. L. The term "shall" is mandatory. M. Unless stated otherwise, the term "selected" shall mean "as ' selected by the Owner, by and through the Architect." N. Unless stated otherwise, the term "as directed" shall mean "as directed by the Architect." The term "as directed by the Owner" shall mean "as directed by the Owner by and through its Project Manager." r., O. The term "CPM" means the critical path method of scheduling, and the term "CPM schedule" means the schedule established by the critical path method. "CPM diagram" means the diagram of activities to be ac- complished in accordance with the CPM schedule. P. The tern' "Contract Change Order "• means a document prepared by. the Architect, as directed and approved by the Owner, incorporating approved Contractor's proposals and field directives for changes in the Work or contract time. Change Orders shall be numbered .consecutively in chronological order and shall refer to the change proposals' and field duectives'covered. The term "Request for Change Proposal". means a docu- ment prepared by the Architect, as directed and approved by the Owner, requesting the Contractor promptly to subrhit a proposal for a proposed change in•the Work. Change pro- posals shall be numbered consecutively in chronological order. • R. The term "Change Proposal" means a document prepared by the Contractor providing pricing, any request for time extension and such detailed backup as to allow thorough evaluation, and other information as required by the Owner in support of a Change Order, Request for a Field Directive or in response to a Request for Change Proposal. • S. The term "Field Directive"' means a document prepared by • the Architect, as directed and approved by the Owner, • directing the Contractor to proceed promptly with a change . in the Work which may involve a change in contract amount or time. The Contract Sum shall be-adjusted in accordance with •Article 14 herein. T. The term "Field Order" means a document prepared by the Architect or Engineer to implement a minor change or clarification in the Work to be performed by the Contractor which does not involve a change in contract sum or time. • - U. • The tern "Engineer" means the person, firm or corporation that prepared the applicable drawing and 'specification, • whether it be an architect or engineer. , • V. The term "Project Manager" means the person designated as the •Owner's representative on the project. W. The term substantial completion" means the completion of the entire project to. the extent that the Owner may have uninterrupted occupancy and use of the project for the purpose for which it was intended. • Q. Article 2`. Execution, Correlation Intent and Interpretation of Documents A. INTENT The Contract Documents are intended to cooperate, to be complementary, and to include everything needed for the complete Work. Any part of the material or labor called for on the drawings, but not described in the specifications, or vice versa, shall be deemed included in the Contract, as though the material or labor were both shown on the draw- ings and described in the specifications. Should instructions or references in one part of the Contract Documents differ from what is called for in another part, the Architect will determine the intent, and settle the difference. • . The Contractor shall carefully study and compare all' • .1 drawings, specifications and other instructions and shall• report d once to the Architect any errors, inconsistency or omission which he may discover. He shall not be liable to •the Owner for damage resulting from errors or deficiencies in the Contract Documents or other instructions by the ' - Architect. However, the Contractor's failure to timely dis- .cover and report such errors or deficiencies shall preclude • recovery of costs resulting from such failure. .8. CORRELATION • 'The Contractor shall- carefully examine the drawings and specifications and the worksite, and check the conditions, • and dimensions as stated:in the Contract Documents. at the start of this Work. Written dimensions shall be followed; drawings shall not be scaled. Large scale' and detail draw- ' ings shall be followed in preference to drawings at a smaller st=ale. Should any error or discrepancy be found in the ' Contract Documents, the questions shall be settled by the ... 'Architect. The Contractor shall not make changes to the drawings or specifications without approval or direction of the Architect. Where discrepancies occur, the Contractor shall not proceed until the discrepancy has been resolved by the, Architect. C. INTERNAL CONFLICTS • • . In an • instance of contradiction within or between provi- sions of the `Contract Documents, the more stringent or • expensive requirements shall be deemed to have been in- • tended and to have been included in the Contract Stun. D. COORDINATION OF FEDERAL- REQUIREMENTS AND STATE AND7OR COUNTY REQUIREMENTS • In •those instances where the Contract Documents differ with regard to federal requirements and State • and /or County requirements, the Owner, in conjunction with the • appropriate federal officers and the Architect, shall deter- mine the appropriate response and report the decision to the • Contractor within a reasonable time. E. TIME OF ESSENCE. All time limits stated in the ContraceDocuments are of the essence of the Contract. • • F. GOVERNING LAW . • This contract shall be construed for all purposes as a con- tract entered into pursuant to the laws of the State of Wash- ington. • General Conditions of the Contract • • Article 3. Detail Drawings and Instructions The Architect shall furnish with reasonable promptness addi- tional instructions, by means of drawings or otherwise, neces- sary for the proper execution of•the Work. All such drawings and instructions shall be consistent with -the Contract Documents, true developments thereof and reasonably inferable therefrom. The Work 'shall be executed in conformity therewith and the ' Contractor shall do no work without' proper drawings and in- structions. - ' - Within'thirty (30) days after•award of the Contract and before ' the first Application for Payment or at such other time specified elsewhere in the Contract Documents, the Contractor shall sub- mit a Progress Schedule in the form and as required by the specifications. • • Where the words "similar" or "typical" occur on the draw- - ings; they shall be used in their general senses and not as meaning identical, and details shall be worked out in relation to their location and their connection to other parts of the Work. Where on any drawing a portion of the Work is drawn out and the remainder istindicated in outline, the drawn out parts shall apply also to other like portions of the Work. Where ornament or .other detail is indicated by starting only. such detail shall be continued throughout the courses or parts in which it occurs and shall apply to all othersimilar parts of the Work. unless other- wise indicated. / . Article 6. Drawings and Specifications Article 4. Copies'Ftirnished • • - Unless otherwise provided in the Contract Documents. the ' Architect will furnish to the Contractor free of charge.. all copies •of drawings and specifications reasonably necessary for the execution of the Work. • - Article 5. Shop Drawings . . The Contractor shall check and verify all field measurements, . and shall submit with such promptness as to cause no delay in his own work or in that of any other Contractor,• three copies, . • - checked and approved by him, of all shop or setting drawings and schedules required for the work of the various trades. The Architect shall check and approve with reasonable promptness, . such schedules and drawings only - for conformance with the design concept of the Project and compliance with.the informa- tion given in the Contract Documents. The Contractor shall make any corrections required by the Architect,.file with him . two /corrected copies•and furnish such other copies as may be. needed. The Architect's approval of such drawings or schedules shall not relieve the Contractor from responsibility for devia- • tions from. drawings or specifications, unless he has in writing • `specifically stated at the time of submission that the drawing or ' schedule contains a deviation(s), has provided a brief narrative description of the deviation(s), and has noted. for the Architect's .. attention where on the drawing or schedule the deviation(s) occur, and secured his written approval. nor shall it relieve him from responsibility for errors in shop drawings or schedules. on the Work- . , A. RECORD DOCUMENTS The Contractor shall keep'at the site an accurately marked • _ ■ record set of drawings and specifications as the job progres- ses, with all changes or deviations from the original Con- tract Documents recorded thereon for work under the Con- tract. - Accurate measurements referenced to two "permanent" structures•shall be recorded to show the exact location and changes in direction of all underground. services and utilities, as well as their approximate depth•below finished • 'grade. In addition, the drawings and specifications.shall be marked to record all materials•used where options, alter- nates and /or change orders were indicated, specified and /or authorized. .The record set shall be. kept up- at all times and shall be reviewed by the Owner and the Architect at each pay request' meeting. Failure to have the record set up-to- date "shall, .at the discretion of the Owner, be reason to withhold payment in accordance with•Article25 until such information is recorded. Upon completion of the project and prior to final pay- ment, the Contractor shall forward the record set of draw ings and specifications showing the as -built notations to the Architect for his approval and use. Such record set shall be clean, easily readable and carry the Contractor's name, date' and notation that it is the record document for the Project. B: BUILDING PERMIT SET OF DOCUMENTS The Contractor shall maintain the stamped permit set of • • documents at the site during construction, in good condition and as required by local qrdinances. Just prior to final acceptance of the work, the Contractor shall deliver said documents to the Owner. Article 7: Ownership of Drawings and Models • All drawings, models, specifications, and copies thereof, furnished by the Architect, are the property of the Owner and are - not to' be used by the Contractor. on other work. All such drawings, models, specifications, or copies thereof not other- wise specifically identified by.the Architect or the Owner shall be returned to the Owner. immediately upon completion of the Work. Article 8. Samples . • The Contractor shall furnish for approval, with such prompt- ness as to cause no delay in his own work or in that of any other •Contractor, all sample's as directed by the Architect. The Ar- chitect shall check and approve such samples, with reasonable promptness, only for,conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The work shall be in accordance with approved samples. Article 9. Royalties and Patents • • The Contractor- shall pay all royalties and license fees. He shall defend' all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof, except that the Owner shall be responsible Tor such loss • when a particular process or the product of a particular manufac- turer or manufacturers is specified, but if the Contractor has information that the process or article specified is an infringe- ment of a patent, he shall be for such loss unless he promptly gives such information to the Architect or Owner. Article 10. Permits; Laws, Regulations • • All permits and licenses necessary for the execution of the . Work shall be secured and paid for by the Contractor, except General Conditions of Contract 3 those. permits indicated in these Contract Documents as having been previously obtained by the Owner. Application for such permits and licenses shall be made by the Contractor at the earliest possible time so as to minimize any delay to the Work arising from the approval process. Easements and variances for permanent structures or permanent changes in existing facilities •shall be secured and paid for by the Owner. unless otherwise specified. . . - The Contractor shall give all notices and comply with all laws. ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the drawings and specifications are at variance therewith. he shall • promptly notify the Architect in writing and any necessary changes shall be adjusted as provided in the Contract for changes in the Work. If the Contractor performs any work knowing it to be contrary,to such laws, ordinances, rules and regulations. and without such notice to the Architect he shall bear all costs arising therefrom. No actions taken by the Owner to aid the Contractor in securing of any permit or license shall relitve the Contractor of his sole obligation to secure any such permit or license. Article 11. Venue In the event that either party shall bring a suit or•action on or , arising out of this contract, it is mutually agreed that such suit or action shall be brought only in King County. Washington., Article 12. Tests, Inspections and Access to Work . ' The Architect and /or the Owner and /or their chosen repre- sentatives shall at all times have access to the Work wherever it is in preparation or progress and the Contractor shall provide facilities for such access so that the Architect and /or Owner may perform their functions under the Contract Documents. If the Contract Documents, laws, ordinances, rules, regula- tions or orders of any public regulatory authority havingjurisdic- • tion require any portion of the Work to be inspected, tested or approved, the Contractor shall, give the•Arehitect timely notice of its readiness so the Architect may observe or carry out such inspection, testing or .approval. The Contractor shall bear all costs of such inspections, tests or approvals conducted by public regulatory authorities. Unless otherwise provided,, the Owner shall bear all costs of other inspections, tests or approvals. ' Contractor shall give the Architect timely notice of readiness of the Work for all inspections, tests or approvals. If any such Work required so to be inspected, tested or approved is covered without written'approval of Architect. it must, if requested by the Architect, be.uncovered for observation, and such uncovering shall be at Contractor's expense unless Contractor has given the Architect timely notice of his intention to cover such Work and the Architect•has not acted with reasonable promptness in re- sponse io such notice. • Upon'request by the Owner or Architect, any work not other- wise required to be inspected or tested shall be uncovered by the Contractor. If the work is found to comply with the Contract Documents or if any non - compliance was caused by a separate contractor, the Owner will .pay the costs of uncovering under Article 14 and will bear the costs of testing and inspection. Otherwise.the.Contractor shall bear such costs as well as all costs of correction. • Neither observations by the Architect nor inspections, tests or approvals by persons otherthan the Contractor shill relieve. the Contractor.from his obligation to perform the Work in accor- dance with the requirements of the Contract Documents. . Article13. Superintendence: Supervision' and Employees - The Contractor shall give efficient supervision to the Work, • using' his best skill and attention. The Contractor shall keep on his work, during its progress, a competent superintendent and any, necessary assistants, with qualifications and experience 'satisfactory to the Owner and in conformity with any special- qualifications set fortti.in the Special Provisions. Failure of the . Owner to require removal .of any Contractor personnel shall not .be'deemed an admission that any such personnel are satisfactory, nor §hall such failure relieve the Contractor from any contractual responsibility. The Superintendent shall not be changed except witif the consent of the Owner, unless the Superintendent proves to be.unsatisfactory to the Contractor or ceases !o be in his employ. The Superintendent shall represent the Contractor in his absehce'and all directions given to him shall be-as binding as if given to the Contractor. All directions shall 'be confinned in writing to the Contractor. Neither the Owner nor. the Architect ` shall be responsible for the acts or omissions of the Superinten- dent or his assistants. The Contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the Work any unfit person or anyone not skilled in the work assigned to him. Article 14. Changes in the Work - The Owner, without invalidating the Contract, may order extra work ormake changes by altering, adding to or deducting - from the work, the Contract Sum being adjusted as provided in this Article. No compensation shall be owned to the Contractor by reason of such change except as provided herein, whether by reason of the direct cost of the change or delay, impact, ripple effect, inefficiency,' loss of productivity or acceleration of work resulting from the change. • All such work shall be executed under the conditions of tie original Contract except that any claim for extension or reduction of the time caused thereby shall be adjusted at the time of ordering sueh Upon receipt of 'a Request for akange Proposal for altering, adding to or deducting from the Work, the Contractor shall promptly furnish to the Owner his Contract Change Proposal.for all work required by the Request for Change Proposal. If no price is agreed upon in advance, the Owner may, by written order, instruct the Contractor to proceed promptly with the work • and payment shall be made as provided in this Article. • - Where' possible, the work -to be 'performed pursuant •to a Request for Change Proposal shall be measured and paid for at unit prices as provided in the Contract. Increases or decreases bf twenty -five percent (25 %f) or less of the bid-quantity for unit cost items shall increase or decrease the contract sum for those items General Conditions of the Contract accordingly. Increases or decreases in excess of twenty -five percent (255) for unit cost items, and all other increases or • decreases, shall increase or decrease the contract sum based on • the incremental' cost of the increase or decrease on a full cost basis as hereinafter described. including profit, as hereinafter described for increases A.. COMPUTATION OF CHANGE IN CONTRACTSUM ON FULL COST BASIS • Except as otherwise provided for unit cost items. the in- • crease or decrease in .the Contract Sum from changes or- dered in the Work •as provided in this -Article shall be determined as-follows: . 1. Labor • -For all labor, including such foreman supervision, but excluding general superintendents. as may be necessary upon any particular operation, the Contractor shall. be _ reimbursed for labor costs, overhead and profit as out- lined hereinafter. P made for labor shall be in the •sum of the . following: — a. Weighted Wage Rate The agreed weighted .rate for all labor used shall ' include and be restricted to the current prevailing . straight time wage plus fringe benefits made the ' obligation of the Contractor by labor agreement, and benefits paid on behallof labor by the Contractor as follows: ' 1)• Federal Insurance Compensation -Act (FICA) 2) Federal Unemployment Tax Act (FUTA) ' 3) State Unemployment Compensation Act . (SUCA) The above items shall be combined into a single wage .rate for each classification of labor used .which shall be designated as the "Weighted Wage Rate" for the identified class of labor. , b. Travel Allowance and /or Subsistence - The Coatractor shall be reimbursed the actual costs of travel and /or subsistence allowances paid:to labor • engaged upon the Work when said allowances are , required by labor agreement. - c. \Industrial Insurance and Medical Aid'Premiums The' Contractor shall receive reimbursement for Marine Industrial Insurance, State of Washington • Industrial Insurance and Medical Aid premiums - • which -become. an obligation of the Contractor and • are chargeable to the force account wotkon the basis of time worked. The agreed rate(s) of compensation, for the above premiums shall be a composite rate(s) based upon the full premium for lndustrial Insurance • • and one -half the premium for Medical Aid which premiums are prescribed - by the regulatory body for composite rate and may be adjusted upon request.to conform with adjustments prescribed'by the regula- tory. body. 2. Materials a. For all materials. furnished by the Contractor for the Work, paymen[ shall be made . fortis actual invoice cost of such materials including actual freight and express charges and applicable taxes less all offered or available discounts, rebates and backcharges, not'wjthstanding the fact that they may not have been taken by the Contractor. b.. The Contractor shall furnish, as support for all charges for materials, valid 'copies of vendor in- voices, including freight and express bills, and evi- • .deuce of cost accounting and payment satisfactory to the Owner. As to such materials as may be furnished from the Contractor's stocks for which an invoice is not available, the Contractor shall furnish an affidavit certifying to his actual cost of such materials. c. If the Contractor's costs of such materials furnished is•excessive, in the opinion of the Owner, or if the Contractor does not furnish evidence of his costs satisfactory to the Owner, the • Owner reserves the right to establish the cost of all .or. part of such materials at the lowest current wholesale prices less. all applicable discounts and exemptions at which said materials are available in the quantities required de- livered to the location a( the work. d. The Owner reserves the right.to furnish such mate- rials as it deems advisable, and the Contractor shall have no claim for any costs, overhead or profit on / such materials. 3. Equipment a. For any machine tools or equipment which the Owner deems necessary or desirable to use, payment shall be made in accordance with the Contractor rental rates approved by the Owner. These rental rates shall be determined based on the actual ownership and operating cost experience of the Contractor. Rental rates contained in published rate guides can be substi- tuted for actual cost experience if their cost formulas and rate factors are indentifiable, reflect the Contrac- tor's historical acquisition .costs, utilization, and useful lives, and do not • include replacement cost escalation, contingency reserves, general and admin- istrative expense, or profit. If agreement cannot be ' reached, the rates will be established• per the "Con- struction Equipment Ownership and Expense Schedule" published by the U.S. Army Corps of Engineers. adjusted by the ratio of the Contractor's acquisition cost in the schedule. b. The established rate shall be the monthly rate for the equipment plus the monthly rate for required attach- ments, divided by 176, plus the hourly operating cost, multiplied by the appropriate area adjustment factor if appropriate. The rates shall apply for actual equipment usage 'up to eight hours per day. For all hours in excess of eight 'hours per day or 176 per month the established monthly rate shall be divided by 352, plus the hourly operating cost, multiplied by the area adjustment factor, if appropriate. c. If the necessary equipment is not already at the site of the project and it is not anticipated that it would be .General Conditions of the Contract 5 • required for the performance of other work under the ..terms of the Contract, the Contractor will be paid an agreed amount for the costs of the necessary trans- ' portation of such equipment. d. Equipment ordered to standby will be compensated based on U.S. Army of Engineers standby rates ad- 'justed for the Contractor's acquisition cost. Standby will not be paid during periods of Contractor - caused, concurrent, or•weather- caused delay, or during winter shutdown. e. The equipment rates as determined above shall be full cpmpensation, excluding operator labor, on and ' off site overhead, and profit for providing the. re- quired equipment. 4. On Site Overhead • On site overhead cost including. but not limited to. project supervision and clerical salaries and payroll . taxes, office and utility expense, compliance expense, " small tools, and bond and insurance payment shall be . limited to those expenses incremental to, and resulting . directly fromthe change.. All such expenditures shall be supported by'vendor invoices, and by evidence of cost '" accounting 'and payment. . If agreement cannot be , reached, the maximum on site overhead rate shall be ten percent (IO%). 5. Off Site Overhead Off site overhead costs including,' but not limited to; -officer and office salaries and payroll taxes (excluding • bonus and profit sharing), utility and occupancy . ex- ' pence, business taxes and licenses (excluding taxes on income), insurance, professional fees (excluding.litiga- 'lion and litigation support), and office supplies and expense payment 'shall be limited to.a.predetermined percentage of costs covered by paragraphs 1 through 4 approved by the Owner and based on the ratio of off site • • overhead, (excluding that properly allocable to non -con- ' struction work), to total direct job costs including on site . overhead. If agreement cannoi be reached, the maximum off site overhead rate shall be ten percent (10%). 6. Profit '• a. On any cost covered by ,paragraphs 1 through 5, a markup equal to•the Contractor's budgeted margin ' percentage but not to exceed ten percent (1O%) will .be allowed. b. Under no circumstances shall the combined total of • off site overhead and profit exceed fifteen percent (15%) of all allowable costs under paragraphs 1 ' through 4, above. 7. Subcontractors When.work on a change ordeiis performed by approved 'subcontractors, payment • for the subcontractor's work .. shall be determined according to paragraphs 1 through5, above, except as follows: a. The Contractor markup referred to in paragraph 6.a. shall be limited to five percent(5%) of subcontractor costs exclusive of the subcontractor markup referred to in paragraph 7.b.; 6 General Conditions •of the Contract b. •The subcontractor will be allowed a markup equal to • the subcontractor's budgeted margin percentage, but not to five percent (5%): B. DEDUCTIVE CHANGES In the-case of deductive changes, only those costs actually saved by the change shall be deducted, and appropriate adjustments in deductions for overhead and profit shall be made so as to reflect actual savings realized by the Contrac- t tor. C. FULL COMPENSATION . The payments provided for in this Article shall be full payment for•all work done on a change order basis, for•all delays which may have been suffered prior to the change or which result from the performance of such changed work, • and for any claims arising under Article 15. The payment shali,cover all expenses of every nature, kind and descrip- tion, including overhead expenses, profit, •payments re- quired under-the Social Security Act, State Unemployment Compensation Act, occupational tax and any other federal or state insurance policies, and for the use of-small tools and equipment for which no rental is showed. D. COST RECORDS • 1. The Contractor shall maintain cost records by cost codes approved by the Owner and shall segregate and sepa- rately. record all costs directly resulting from each, change in the Work, including any instructions by draw- ing, interpretation or otherwise or any act or omission of the Owner or Architect which the Contractor claims constitutes a change in the Work. Any indirect costs claimed to result from any change (including delay and impact costs,. acceleration costs, loss of productivity or efficiency and increased or extended overhead) shall be recorded and fairly and reasonably allocated to each such change and to other causes of such costs, and the . Owner shall be provided with a detailed description of all such costs and the basis of allocation. The Contractor and subcontractors shall be entitled to extra compensa- , tion for any claimed change in the Work only to the extent that the cost records and allocations required under this • Article support entitlement to such compensation. The • • requirements of this Article apply to all claims; including those for delay costs, costs, impact, ripple, acceleration, loss of productivity or efficiency and the direct costs of performing changed work and to all subcontractor claims .The-Contractor shall provide the Owner Monthly a summary of all costs of each change in the Work and shall make all underlying cost *records available for re- view, inspection-and copying by the Owner or his agents. •2. In the event the Contractor seeks by legal action to recover compensation from the Ownerhot supported by the cost records and allocations required bythis Article, the Owner shall be entitled to recover from the Contrac- tor reasonable attorneys; fees, consultants' fees and costs for establishing that -non- compliance, but only if the Owner expressly seeks such recovery, in which case, should the Owner fail to establish the non - compliance, the Contractor shall be entitled to his fees and costs in . defending that claim of non- compliance only. If the Owner establishes non - compliance as to any claim . no compensation shall be owing for the costs which were • the subject of the claim: - , • 3.. The Contractor's cost records pertaining to work paid - for on a change order basis shall be open to inspection or audit by representatives of the Owner during the life of . the Contract and fora period of not less than three (3) years after the date of final acceptance of the Work, and the Contractor shall retain such records for that period. The Owner shall have the right to seek reimbursement of any amount it determines was overpaid to the Contrac- tor. Where payment for materials or labor is based on the cost thereof to .forces other than the Contractor, the Contractor expressly guarantees that the cost records of such other forces shall be open to inspection and audit by representatives of the Owner on the same terms and • conditions as the cost records of.the Contractor. If an ' audit is to be commenced more than sixty (60) days after - final acceptance, the Contractor will be given a reason- - able notice of the time when such audit is to begin. Any material non - compliance with this -subsection shall bar any claim to which the records in question may pertain. E. SUBMISSION OF CLAIMS . - • The amount and •costs of any work to be. paid by change order shall be certified by the Architect. All claims for work one on a change order basis may be submitted for payment at any time subsequent to the performance of the Work; however, all such claims riiust be made before final accep- • . Lance of the Work. . F. SUBSURFACE OR LATENT CONDITIONS - Should the Contractor encounter subsurface and /or latent • conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect of such conditions before they are disturbed. The Architect will thereupon . promptly investigate the conditions, and if he finds that they materially differ from those shown on the Plans or indicated . • • . in the Specifications, he will at once make sucl changes in the Plans and /or Specifications as he may find necessary; . . any increase or decreased cost resulting from such changes shall, be adjusted in the manner provided herein. .0. MINOR CHANGES • In giving instructions, the Architect shall have authority to make minor changes in the Work, not involving extra cost, — and not inconsistent with the purposes of the project, but otherwise, except in an emergency endangering life or _ property, no extra work or change shall be made unless , pursuant to a written Order from the Owner signed c r coun- tersigned by the Architect, or a written order from the Architect stating that the Owner has authorized the extra work or change, and no claim for an addition to the contrac- • tual sum shall be valid unless so ordered. - • Article .15. Claims for Extra • Compensation or Time If the Contractor .claims that any action by the Owner. or *Architect or any other event or condition during the project creates a basis for recovery of additional compensation or addi- tional time for performance under this Contract, he shall give the Architect and the Owner written notice within seven days thereof, and in any event before proceeding to execute the work, except in emergency endangering life or property, in which case written notice shall be given as soon as is practical. The Contrac- tor shall proceed to perform the work which is the subject of the — claim only upon written direction from the Owner. - Direction • from the Owner to proceed shall not create any basis for claiming the work - constitutes a change, but, where a changean the Work has been made, such - direction will entitle the Contractor to additional compensation only as provided in Article.14. If the matter cannot be resolved by agreemeni.or the execution of a change order under Article 14 within ten (10) days following receipt of .the written notice, the ,Contractor shall, within the 'next fourteen (14) days, a) submit written notice of the facts and • contract provisions which form the basis of the claim, specify the amount of- the claim and describe in detail the basis for computing the amount, and . b) specify the time extension re- quested and comply with the requirements of Article 17 regard- ing providing the -basis for the requested time extension. Oral notice will not be sufficient. ' The written notice of facts supporting the claim will be ac- knowledged in writing by the Architect. If the claim is net re -' solved within sixty (60) days•of such acknowledgement, or any extension of this time limit granted in writing by the Architect, the claim shall be decided by,the Owner. _ . At or before the time the Contractor submits a request for final payment, the Contractor shall furnish to the Architect notice of all outstanding claims and, as to such claims, to the extent the 'Contractor has not already done so, he shall comply with this Article and all other contract provisions relating to claims for extra cost or time extensions. Nothing in this paragraph shall be construed as extending the time for.compliance with other procedures. • - - • The Contractor shall not be entitled to extra• compensation or to a time extension on the basis of any claim riottimely presented in accordance with this Article with the supporting documenta- tion required by the Contract Documents. In the event the Contractor establishes a basis for extra com- pensation, the method of determining the amount of such com- pensation shall be governed by Article 14. Article 16. Deductions for Uncorrected Work • If the Owner deems it inexpedient to perform or correct work not done in accordance with the Contract, an equitable deduc- tion from the Contract Sum shall be made therefor. The amount of the deduction shall be determined by considering: (a) the additional cost to the Contractor of performing the work in accordance with the Contract; (b) the cost of correction; (c) the decreased value to the Owner of the defective work; (d) in- creased future costs which may arise by reason of the defective work. Article 17. Delays and of Time If the time required to achieve Contract is extended at any time General Conditions of the Contract 7 Extension substantial completion of the by any act or neglect of the Owner or the Architect, or of any employee of either, by any separate Contractor employed by the• Owner, or by changes ordered in the Work, or by strikes, lockouts..fire, unusual delay in transportation, unavoidable casualties, or by any cause which the Owner shall decide justifies the delay, the time of completion shall be extendW by the Owner by the number of days by which Contract completion has been so delayed. No delay shall be the basis of a time extension or defense to assessment of delay' damages suffered by. Owner (including liquidated damages for loss of use) unless it alone extends the time required to substan- tially complete the Contract. The burden of establishing the amount of delay shall be upon the Contractor, whb shall request the extension in writing and .shall - provide the Owner with such information as the Owner may reasonably require and'as is called for under other provisions of the Contract.• No event or cir- cumstance shall be the basis of a time extension or defense to assessment of delay: damages suffered by Owner (including liquidated damages for loss of use) to the extent Contractor's own prior, concurrent.or subsequent actions or inactions would have delayed substantial completion of the Project even if such event or circumstance had not existed. No extra compensation for acceleration of the Work or alteration of work sequence by reason of the absence of a time. extension shall be paid for any period before the Contractor has established to the Owner's rea satisfaction the number-of days' time extension at- • tributable to. the delay on which any such claim for extra com- pensation is based. . • No claim for delay shall be allowed the Contractor on account of the Engineer's or Owner's failure to return drawings and shop drawings to the Contractor until ten (10) Working days after the Owner's receipt of a demand for such drawings, and not then, • unless such claim be reasonable. Disapproval of drawings by the Owner shall not be the basis for a claim -for delay. • No delays and extension of time will be made because -of strikes or lockouts at plants of suppliers if there is another source of supply available. No delays and extension of time will be - granted on account of work . performed in a grossly negligent manner by a supplier. ' No- such extension shall be made for delay occurring more than seven (7) days before claim therefor is made in writing to the Architect: In the case of a continuing cause of delay, only one claim is necessary. , • Article 18. Correction of Work Before Final Acceptance The Contractor shall promptly correct all defective work. The Contractor shall promptly remove from the premises all work condemned by the Architect as failing to conform' to the Con- tract, whether incorporated or not, and the Contractor shall promptly replace and re- execute his own work in .accordance ' with the Contract and without expense to the Owner and shall bear the expense of- making good all work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work within a reasonable time, fixed by written notice, the Ownermay'_ , remove it and may store the material at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days' time thereafter, the Owner may, 8 . . General Conditions 'of the Contract • upon ten (10) days' written notice. sell such materials at auction or at private sale and.shall account'for the net,proceeds thereof, after deducting all the costs and Expenses that should have been borne by the Contractor. Article 19. Warranty and Guarantee of Work Unless stated otherwise in the Contract Documents; Contrac- tor warrants and guarantees that all work will_•e free from defects for a period of one year from the date of commencement of the warranty. period or the duration of any special extended. warranty offered by a supplier or common to the trade, whichever is longer. Neither Final Acceptance by the Owner, Final Certificate by . the Architect, nor final payment by the Owner shall be a waiver by the Owner of defects in either materials or workmanship in any part of the Contractor's work, nor shall it be a waiver of the Contractor's warranty and guaran- tee ag' inst defects for the•duration of the warranty. The Owner shall give notice of observed defects with reasonable promptness after discovery, and the Contractor shall correct the defects with reasonable promptness, compensate the Owner for all costs and losses as a result of such - defects,. and hold harmless the Owner for all claims resulting from such defects in accordance with Article 26. The warranty period shall begin on the date of Final Accep- tance by the Owner. However, if the Contractor and Owner mutually agree in writing to occupancy, use or operation by the Owner of any portion of the work prior to Final Acceptance, the date of such occupancy, use or operation shall determine the date the warranty period starts for that portion' of the project so occupied; used or operated by the Owner, unless the Contract completion . date has passed and the Contractor has not ac- complished substantial completion of the project; in which case the warranty period will start, upon Final Acceptance by the Owner. Any such written agreement to occupy, use or operate a portion of the work shall state the agreed date of commencement of such occupancy, use or operation for purposes of starting the warranty period that work. The warranty and guarantee provided in this Article shall be in addition and not in limitation of any other warranty; right or remedy provided by law or by the Contract Documents. Article 20. The Owner's Right 'Ib Do Work • , If the Contractor should neglect to prosecute the Work prop- erly or fail to perform any provision of this Contract, the after three (3) days' written notice to the Contractor may, without prejudice to any,other.remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor; The three (3) days' notice may be reduced to one (1) day's• notice where the neglect or failure has persisted following written notification previously given. The Owner's exercise of his rights. under this Article, even as to a substantial part of the Work, shall not constitute a termina- tion of the Contract. Article 21. Owner's Right to Terminate Contract A. TERMINATION FOR DEFAULT If the Contractor should be adjudged a bankrupt or if he should make a general assignment for the benefit -of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently. or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled work- men or proper materials, or if he should fail tomake prompt .payment to subcontractors or for materials or labor. or persistently. disregard laws, ordinances or the instructions of the Architect, or otherwise be guilty of a substantial viola- tion of any provision of the Contract, then the Owner, upon certification of the Architect that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after-giving the Contractor, and his surety if any, seven (7) days' written notice, terminate the employ- ment of the Contractor and take possession of•the premises and of all materials, tool&, and appliances thereon and finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment •until the work is finished. If the unpaid balance of the Contract stun shall exceed the expense of finishing the work including compensation fonadditional architectural,'managerial and administrative services; such excess shall be paid to the Contractor. If such expense shall exceed the unpaid balance, the Contractor shall pay the difference to the' Owner. The expense incurred by the Owner -as herein provided, • and the damage incurred through the Contractor's default, shall be .certified by the %Architect. • • B. TERMINATION FOR PUBLIC CONVENIENCE 1. The Owner may terminate the contract in whole or, from time to time, in On whenever. a. • The Contractor is prevented from proceeding with •the work as.a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense; or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources; b. The Contractor is prevented from proceeding with the work by reason of a preliminary, special or per- manent restraining order of. a court of competent jurisdiction •where. the issuance of such restraining order is primarily caused by acts or omission's or persons or agencies other than the Contractor, or c. The Owner determines that such termination is in the best interests of the County. 2. Whenever the contract is terminated in whole or in part before completion of 411 items of work in accordance with this Article, payment will be made for the actual work perfoimed.at contract prices for conipleted item' of work.'Partially completed items of work shall be paid for. at agreed prices or as• provided in Article 14. Deleted work shall be paid for as provided in Article 14. 3. The Owner shall have the right to cancel all or portions of the contracts+elating to the construction of any item or items therein. The Owner shall pay the Contractor in accordance with Article 14 for all direct project costs incurred prior to the date cancellation of such work and 'deleted work shall be paid for as provided in 'Article 14. • Article 22. The Contractor's Right to Stop Work or Terminate Contract If the Work should be delayed in construction, following award of the Contract, due primarily to acts or omissions of persons or agents other than the Contractor, and a preliminary, special or permanent restraining order of a court of competent jurisdiction is issued pursuant to litigation and the Owner does not elect to delete completion of the contract pursuant to the terms and conditions of RCW 60.28.010(3.),.60.28.070 or pur- suant to any other applicable. contractual provision for Owner termination, then the Owner shall change order or force account directive pursuant to RCW 60.28:080. If the above described stoppage or delay caused by litigation exceeds six (6) months, the Contractor may then elect to terminate the contract pursuant to the terms of RCW 60.28.080. If the work should be stopped or delayed for any other cause and in the absence of a restraining order by a court of competent jurisdiction as provided for above, the Contractor may, if not in breach, terminate this contract after a period of ninety (90) days ' has elapsed and upon seven (7) days' written notice to the Owner and may recover from the Owner costs from such delay pursuant to ,Article 14 of the General Conditions of the Contract. Article 23. Application for Payments . On or about the first day of each month, the Contractor shall submit to the Architect an application for payment. Application shall be on forms furnished by the Owner, and shall be accom- panied by such other certificates and forms as may be required by the Owner. Within thirty (30) days of executing the Contract (unless a different period is set forth elsewhere), the Contractor must furnish to the Architect a detailed schedule of the various parts of the Work and their values and quantities on which his bid for the Work is based; the overhead and profit for each item or items to be included in the value given for'same, so the sum of all of the items of the said schedule shall equal the Contract Sum. This schedule must be made out in such form and supported by such evidence as to correctness as the Architect may direct. Each application for payment shall include the value �f material and labor itemized as'submitted in the schedule, and incorporated in the Work. Such application may also include the cost of mate- rials suitably stored on the site. No application for payment. will be considered until the schedule above -named has been submitted and approved. Article 24. Payments 'Within thirty (30) calendar days after receipt of each applica- tion for payment.properly documented and duly certified by the Architect, the Owner will make partial payment to the Contrac- tor, but the Owner shall retain a sum equal to five percent (5 %) of General Conditions of the Contract each progress payment thereafter as a trust fund for the protec- tion and payment of any person or persons, .mechanic, subcon- tractor or materialman who shall perform any labor upon this Contract or work thereunder, and all persons who shall supply such person or persons or subcontractors with , provisions and supplies for the carrying on of such work, and the State with respect to taxes imposed pursuant to RCW Title 82 which may be due from..such Contractor, and as a fund available to the Owner for credits or deduct due under the Contract. Said fund shall be retained for a period of thirty (30) days following the Final Acceptance of the completed work covered by the Contract, and every . person performing labor or furnishing - 7 supplies toward the completion of said work shall have a lien upon said fund provided proper notice of the lien.be given as required by .law. After the expiration of the thirty (30) day period, and after receipt of a clearance by the-Department of Revenue and , Department of Labor & Industries, the reserve in excess of a sum sufficient to discharge the taxes certified as due or to become due by the Department of Revenue, the Department of Labor & Industries and. the claims of materialmen and labor- ers who have filed their claims, together with a sum sufficient to defray the cost of foreclosing the lien of such claims and pay attorneys' fees, and all just credits and deductions due the Owner under the Contract, shall be paid to the Contractor, provided, however, that the Owner, at any time after fifty percent (50%) of the original Contract work has been completed, if it finds that satisfactory progress is .being made may make any of the partial payments subsequently made in full, butin no event shall the amount to be retained be reduced to less than.five percent (5%1 of the entire Contract. The provisions of this Article shall super- sede any other conflicting provisions. (See RCW Chapter 60.28 as last amended.) No certificate given or payment made shall be evidence of the performance of the Contract, either wholly or in part, against the claim of the Owner to the contrary, and no payment shall be construed to be an acceptance of any defective work which may before or afterwards appear. - The Contractor may exercise his rights under RCW 60.28.010(2) to elect alternatives for retention of the fund by use of the escrow agreement available at King County Purchasing Division. Unless otherwise provided in the Contract Documents. pay- ments will be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the -site-and, if approved in advance by the Owner, payments may similarly be made for materials or equipment suitably stored at some other location agreed upon in writing. Payments for mate- rials or equipment stored on or off. the site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to' the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest, including applicable insurance and transporta- •tion to the site for those materials and equipment stored off the • site. • . • , The Contractor warrants that title to all work, materials or equipment covered by an application for payment will pass to the Owner either by incorporation in the construction or upon the receipt of payment by the Contract, whichever occurs first, free 10 • General Conditions of the Contract' and clear of all liens, claims, security interests or encumbrances, hereinafter referred to in this Article as "liens "; and that no work, materials or equipment covered by an application for payment •will have been acquired by the Contractor, or by any other person performing work at the site or furnishing materials and equipment for the project subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or'otherwise imposed by the Contractor or such other person. No progress payments will be made after the. date of-expira- tion of the time limits, as.established in the Contract Documents, until final payment, except that if authorized extensions of time total thirty (30) days or more, thert shall be an additional progress payment for each full thirty. (30) days of extension. The Contractor shall include with each application for pay ment, after the first, affidavits . signed by the subcontractors stating that each subcontractor has been paid, less earned retain- ' age, as their . interests appeared in the last preceding Certificate • for Payment.. No application for payment shall be processed unless accompanied by the affidavits from -all subcontractors, unless waived in writing by The Owner. Article 25. Payments Withheld The Architect may, withhold or, on account of subsequently discovered evidence, nullify the whole or a part of any certifica- tion for payment to such extent as may be necessary in his . opinion to protect the Owner from loss or damage including but not limited to: a. Defective wark'not remedied. b. A reaspnable doubt that the Contract can be completed for the balance then unpaid. c: Failure to provide 'submittals as required by the Contract Documents. d. Failure to keepthe record documents up-to -date during the progress of the Work. When the grounds are removed, payment shall be made for amounts withheld because of them. Article 26. Hold Harmless Clause Tfie Contractor. agrees to protect and save King County, its elected and appointed officials and employees, including the King County Design Commission (hereinafter King County) harmless: (a) from and against all claims,'demands and causes of action, including all costs, consultants' fees.and attorneys' fees for defense thereof, arising out of bodily injury to persons or damage to property in favor of the 'Contractor's employees, subcontractors, suppliers, separate contractors or other third parties in connection with the Contractor's activities on this project, except when such fault is solely and entirely the fault of King. County, or except when said injury or damage results from the concurrent negligence of King County and the Contractor, in- which case the.Contractor shall protect and save King County harmless to the extent of the Contractors negligence; and (h) , from and against any and all other claims, demands,. causes of • action of any kind whatsoever, including all costs, consultants' . fees and attorneys' fees for defense thereof, in favor of the Contractor's employees, subcontractors, suppliers, separate _ contractors or other third parties arising in whole or in part out of any act or omission of the Contractor in connection with its activities on this project except when such fault is solely and entirely the fault of King County and its above -named officials and employees. Article 27. •Insurance During Guarantee Period In the event the Contractor is required to make corrections on the premises after the project has been inspected and accepted, he shall obtain at his•own expense, and prior to commencement of any corrective work, such insurance coverage is required by the Contract and which shall be carried only during the period corrective opefations are being performed. Article 28. Public Works Bond • The Contractor shall execute and deliver to the Owner a bond on forms supplied by the Owner with an approved surety com -. pany, as surety in the full amount of the Contract sum plus the Washington State Sales Tax, in. compliance with RCW 39.08.010 to 39.08.060 and any thereto. Article 29. Assignment • Neither party to the Contract shah assign the Contract or millet it as a without the written consent of the other, nor shall the Contractor assign any moneys due or to become due to him hereunder, without the previous written consent of the Owner. Article 30: Separate Contracts The Owner reserves the right to let other contracts in connec- tion with this work under similar •General Conditions. The , Contractor shall afford other contractors reasonable opportunity forthe introduction and storage of their materials and the execu- . . tion of their work, and shall properly connect and coordinate his • • work with theirs. If any part of the Contractor's work depends for proper execu- • tion or results upon the work of any other contractor, the Con - tractor shall inspect and promptly report to the Architect any defects in`such work that render it unsuitable for such proper_ execution and 'results. His failure to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work. except as to defects which may develop in the other contractor's work after the execution of his work. ' - To insure the proper execution of his subsequent work the Contractor shall measure work already in place and shall at once report to the Architect any discrepancy between the executed work and the Contract Documents. Article 31. Subcontracts As soon as practicable and before submitting any application for payment, the Contracforshall notify the Architect in writing of the names of the Subcontractors proposed for the principle parts of the Work, and for such other parts as the Architect may direct, and shall not 'employ any to whom. the Architect or the • Owner may haven reasonable objection. Any proposed substitu- tion of Subcontractors or others listed on Contractor's bid must specifically call the proposed substitution to the Owner's atten- tion, and no such substitution is approved unless the .Owner acknowledges in writing the request for substitution and con- sents thereto. • The Contractor agrees that he is as fully responsible to the •Owner for the acts and omissions of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. . Approval or preapproval of Subcontractors by the Owner or Architect does not relieve the'Contrarior of responsibility for the • acts and omissions of such Subcontractors. Nothing contained in the Contract Documents shall create any, contractual relation between any Subcontractor and the Owner. Article 32. Relations-of Contractor and- . Subcontractor • • The Contractor agrees to bind every Subcontractor and every Subcontractor agrees to be bound by the terms of the Contract Documents as far as applicable to his work; including the follow- ing provisions of this Article, unless specific portions, at the request-of the Contractor, are waived in writing by the Owner. A. THE SUBCONTRACTOR AGREES: • 1. To be bound to the "Contractor by the terms of the Con - .tract Documents and to assume toward him all the•obli- gations and responsibilities that he, by those documents, assumes toward the Owner. 2. To submit to the Contractor applications for payment in such reasonable time as to enable the Contractor to apply for payment under Article 23 of the General Conditions. • 3. To make all claims for extras-, for extensions of time and for damagesfor delays or otherwise, to the Contractor in the manner provided in the General Conditions of the • Contract and the Special Conditions for like claims by the Contractor upon the Owner; except that the time for making claiins for extra cost is one (1) week. B. THE CONTRACTOR AGREES: 1. To be bound to the Subcontractor by all the obligations that the Owner assumes. to the Contractor under the Contract Documents and by all the provisions thereof affording .remedies and redress to the Contractor from the Owner. - 2. To pay the Subcontractor, upon receipt of payment in accordance with Articles 23 and 24, the amount allowed • to the Contractor.on account of the Subcontractor's work to the extent of the Subcontractor's interest therein. 3. To pay the 'Subcontractor, upon the payment of certifi- cates, if issued otherwise than is in 2. so that at all times his total payments.shall be ih proportion to the value of the work done by him as the total amount certified to the Contractor is to the value of the work done by him . . 4. To pay the Subcontractor tb . such extent as may be , -.provided by the Contract Documents or the subcontract, ..if eitherof these provides for earlier or larger payments than the above. .• General Conditions of the Contract 11 5. To make no claim for liquidated damages or penalty for . delay in any sum• in excess of such amount as may be specifically named in the subcontract. 6. That no claim for services rendered or materials fur- nished by the Contractor to the Subcontractor shall be valid unless wrinen notice thereof is given by the Con - tractor to the Subcontractor during the first ten (10) days of the calendar month following that in which the claim originated. Nothing in this Article shall create any contractual relations between'any Subcontractor and the Owner or create any obliga- tion on the part of the Owner to pay or to see to the payment of any sums to any Subcontractor. Article 33. Architect's Status The • Architect is referred to throughout the Contract Docu- ments as if singular in number and masculine•in gender.. The Architect will provide administration of the Contract as herein described. The Architect will be the Owner's representative during con- struction and until final payment is due. The Architect will advise and consult with the Owner. The Owner's instructions to the Contractor shall be forwarded through the Architect. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents or as expressly authorized in writing by the Owner. Article 34. Architect's Decisions . . The Architect will . render interpretations necessary for the proper execution or progress of the Work, with reasonable promptness and in accordance with any time limit agreed upon. Either party to the Contract may make written request to the Architect for such interpretations. - All interpretations and decisions of the Architect shall be consistent with the intent of and reasonably inferable from the • Contract Documents and will be in writing or in the form of drawings. , The Architect's decisions in matters relating to artistic effect will • be final if consistent with the intent of the Contract Docu- ments. The Architect will have authority to reject work which does not conform to the Contract Documents. Whenever, in his opin- ion he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will authority to require special inspection or testing of the work whether or not such work be then fabricated, installed or completed. However, neither the Architect's authority to act under this Article, nor any • decision made by him in good faith either to exercise or notfo exercise such authority, shall give rise to any duty ortesponsibil- ity of the Architect to the Contractor, any Subcontractor, any of their agents or employees, or any other person performing any of the Work. Article 35. Cash Allowance The Contractor shall include in the Contract Sum all allow - ances'named in the Contract Documents and shall cause the .12 work so covered to be done by such contractors and for such sums as the Architect may direct, the Contract Sum' being , adjusted in conformity therewith. The Contractor declares that the Contract Sum includes such sums for expenses and profit on account of cash allowances as he deems proper. No demand for expenses or profit other than those included in the Contract Sum shall be allowed, . Work to be performed and expenditure under this Article are subject to the prior 'approval of the Owner. • Article .36. Use of Premises . The Contractor shall confine his apparatus, the storage if materials and the operation of his workmen tolimits indicated by law, ordinances, permits or directions of the Architect and shall not unreasonably encumber the premises with his materials; Article 37. Cutting, Patching - The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon, or reasonably implied by, the Contract Documents, and he shall make good after them as the Architect may direct. Any cost caused by defective or ill -timed work shall be borne -by the party responsible therefor. The- Contractor shall not endanger any work by cutting, ex- cavating or otherwise altering the work and shall not cut or alter the work of any other contractor save with the consent of the Architect. Article 38. Cleaning Up The Contractor shall at all times keep the construction site, access points, public rights of way and all other areas free.from accumulation of waste materials orrubbish caused by his em- ployees or work, and at the completion of the work' he shall remove all his rubbish from and about these areas and all his tools, scaffolding and surplus materials and shall leave his work "broom - clean '•or its equivalent, unless more exactly specified. Incase of dispute the Owner may remove the rubbish and charge the cost to the Contractor as the Architectshall determine to be just. General Conditions of the Contract Article 39. Hours of Labor and Payments The Contractor agrees that pursuant to ROW 49.28.020 no laborer, workman, or mechanic in the employ of the Contractor, Subcontractor, or other person. doing or contracting to do the . whole or any part of the Work contemplated by. this Contract, shall be permitted or required to work more than eight (8) hours in any one calendar day, provided that, in cases of eitraordinary • 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 (8) hours of each calendar day shall not be less than one and one -half times'the rate allowed for this same amount of time during eight (8) hours' service. Notwith- standing the foregoing, the Contractor and the Subcontractor may enter into agreements with their respective employees in which the employees work up to ten (10) hours in a calendar day. No such agreement may provide that the employees work ten (10) hour days for more than four calendar days a week. and any such agreement is subject to approval by the employees. The overtime provisions of RCW 49.28.020 shall not apply to the hours. up to forty (40) hours per week, worked pursuant to such an agree- ment. - Any work necessary to be performed after regular working hours, or Sundays or legal holidays shall be performed without additional expense to the Owner. Violation of these requirements shall be a cause for cancella- tion of the Contrac.t, as set forth in RCW 49.28.050. Article 40, Compliance with Public Works, Wage Rates, Fringe Benefits, Etc., Required = Contractor to File Affidavit of Wage Rates and Contingent Fees • A. .The prevailing rate of wage to be paid to. all workmen. . laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provi- sions of Chatiter'39.12 RCW, as amended, and the rules•and regulations of the Department of Labor and Industries. The . rules and regulations of the Department of Labor and Indus - tries and the schedule of prevailing wage rates for the locality or localities where the Contract will be performed as determined by the Industrial Statistician of the Depart- ment of Labor and Industries, are by reference made a part of this Contract as though fully set forth herein. . B. The Contractor on or before the date of commencement of work shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or Subcontractor which shall be not less than the prevailing rate of wage. Such statement and any subsequent statements shall be filed in accordance with the practices and procedures required by Department of Labor & Industries. No progress payments will be issued until such statement is filed with the Owner C. The Contractor and Subcontractors shall further certify that: - I. He has not employed or retained any company or person (other than a full -time bona fide employee working sole- ly for the offeror).to solicit or receive this Contract. 2. He has not paid or agreed to pay any company or person (other than a full -time; bona fide einployee working . solely for the offeror) any fee, commission, percentage '. • or brokerage fee contingent upon or resulting from the award of this Contract and agrees to furnish information • relating to a. or b. above as requested by the Owner. 3. He has not been asked or otherwise Cberced either ex- pressly .or implied into contributing funds for any pur- pose as a condition to doing business with the County. D. The'epartment of Labor and Industries requires a fee, to be paid at the time of submittal, -for both the Intent to Pay Prevailing yages forms and the 'Affidavit of Wages Paid forms. All fees requited by the Department of Labor and Industries shall be paid by the Contractor. • Article 41. Prior Occupation The Owner shall have the right to occupy such part or parts of the project in or which the Work is being done, as he may see fit, before the final acceptance of same, and such occupation shall not be construed as acceptance.by the Owner of the Work. Article . 42. List of Materials Immediately after execution and delivery of the Contract and before orders are placed for materials and equipment to be incorporated in the Work, the Contractor shall submit to the Owner and the Architect a complete list of items of equipment and materials, and the name of the manufacturer for approval by the Owner. The Contractor shall notify the Owner of any capital personal inventory equipment at the time of installation; and shall furnish the make, model, serial number, complete description, and the County acquisition cost. Article 43. Taxes A. GENERAL • All :applicable taxes which tle Contractor is 'required to pay _ other than the Washington State retail sales tax as hereinaf- ter specified shall be included by him in his various unit bid prices or any other compensation to be paid to him under the Contract. • No•adjustment will be made in the amount to be paid by the Owner under the Contract because of any change in law or regulations covering any applicable.taxes, or because of any misunderstanding by the Contractor as to his liability for or the amount of any taxes. RCW 60.28.050 requires that; before paying the retained percentage to any person performing any public works con - tract, state officers shall require such person's to secure from the'State Department of Revenue a certificate that all taxes due with respect to such Contract have been paid in full. The Contractor, therefore, is required to secure such certificate before payment of the retained percentage will be made. B.. WORK COVERED BY RULE 171 The Contractor shall be familiar with the provisions of WAC 458 -20 -171 as to the applicability of sales tax to the Work and shall fulfill all representations made.to the Owner in the bid as to the application of said tax and the Owner's obliga- tions therefor. Article 44. 'Watchman If the Contractor deems. it necessary, the Contractor shall at his own expense employ and maintain sufficient watchman ser- vice as to protect his equipment and the property of the Owner. General Conditions of the Contract 13 Article 45. Storage and- Handling of Materials The Contractor shall be responsible for the proper care and protection of all his materials. equipment, etc., delivered at the site. Building_ materials, Contractor's equipment, etc., may be stored on the premises, but the placing of same shall be subject to approval of the Architect. When any portion ofihe building is used as a shop. the one making use of such arca will be held responsible for any repairs. patching or cleaning arising from - such use. - • The Contractor shall protect and be responsible for any dam- age to his work or material from the date of the Agreement to the date of final acceptance of the Contract, and shall make good without cost to the Owner, any damage or loss, that may:occur during this period. The Contractor shall handle all material as directed, so it may be inspected by the/Architeat. All cement, lime, masonry blocks. and other materials af- fected by the weather shall be covered and protected to keep them free from damage while they are being transported to the site. Should any material be found defective; or in any way con- trary to the Contract, this material, .no matter in what stage of completion, may be rejected by the Architect and shall be • removed from the premises at once. Article 46. Equal Products Unless otherwise provided • in this Contract, 'reference to equipment, material, article or patented process by trade name, make or catalog number, shall be retarded as establishing a standard of quality,and shall not be construed as limiting com- petition; and equal products rnay be. substituted if approved in advance in writing by the Architect and accepted by the Owner.. Requests for substitutions prior to bid must be made strictly in accordance with the bid instructions and specifications. After award of Contract, written request for substitutions must be made strictly in accordance with the specifications. Requests for substitution after award must specifically state the proposed ch to the Contract Sum for such substitution. All requests .for substitutions, whether prior to bid or after award of Contras t, will be considered only with proper identification of the pro- posed substitution. data substantiating its conformance with the • Contract Documents, and complete detailed specifications on all materials the Contractor wishes to substitute. Consideration of request for substitutions after award will be made only in rare. instances when'the specified product is no longer available or when sucti consideration will clearly be of benefit to the project in the sole judgment of the Owner. - The Architect and the Owner's decision as to the quality of the materials. shall be final. The cost of any redesign which would not have been necessary but for a substitution shall be borne by the Contractor. When the Architect approves. a substitution proposed by the Contractor which is accepted by the Owner, it is with the understanding that the Contractor guarantees the substituted article or materials to be equal to, or better than,' those specified. '14 Airy item or.material not specified or approved which is used in the work is at the Contractor's awn risk, .and, in the event'the item or material is not equal, the 'Architect or Owner-has the ' right to order it removed and replaced by the • specified item or material without challenge from the Contractor and without additional cost to the Owner. .Article 47. Unit Prices ' If a unit price is called for on the bid form for a•given work item, the Contractor shall quo$e a single unit price which shall apply to either an increase or decrease in' quantity for that- work item. If two unit prices are quoted, the lowest price shall apply to both increases and decreases. 'See Article 14 also.. • Article.48..Offshore Items In compliance with RCW 39.25,'Contractors are required at — the completion of a Contract to furnish.ihe Owner a certified statement setting forth the nature and source of Offshore Items in -_ excess of $2,500.00 which have been utilized in the perfor: . mance of the Contract. ' — - `Offshore Items' are those items procured from sources be- , yond the territorial boundaries of the United States including Alaska a Hawaii.. • • Article 49. Protection of Persons and rroPertY The Contractor shall be responsiblefor initiating, maintaining and supervising all *safety precautions and programs in connec- tion with the Work. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury-or loss to: . , a. All employees on the work and all other persons who may be affected thereby; • b. AHthe work and all materials and equipment to be incorpo- • rateci therein, whether in storage on.or,off the site, under the•care, custody or control of the Contractor or any of his ' Subcontractors or Subsubcontractors; and c. Other property at the site or adjacent thereto, including . trees, shrubs, lawns, walks, pavements; roadways, struc- tures and utilities not designated for removal, relocation or replacement in the course of construction. - • • The Contractor shall give all ,notices and 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 front damage, injury or loss. The Contractor shall erect and 'maintain, as required by exist- ing conditions and progress of the Work, all reasonable safe- guards for safety and protection, including posting danger. signs and other warnings against hazards, promulgating safety regula- tions and notifying owners and users of adjacent utilities. • When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on'such activities under the supervision of properly qual- • ified personnel. ` The Contractor shall promptly repair /or replace all dam- . to any property referred to in this Article caused in whole or General Conditions of the Contract in part by the Contractor, any Subcontractor, or anyone directly • or indirectly einployed by any of them, or anyone for whose acts any of them may be liable _and for which the Contractor is responsible, except damage. or loss attributable to the fault or negligence of the Contractor. These obligations are in addition to the Contractor's obligations under Arcticle 26. - • The Contractor shall, designate a responsible member of his organization at the site whose duty shall;be the prevention of accidents. This person thaJ1 the Contractor's Superintendent unless otherwise designated by the Contractor in writing to the Owner and the Architect. • • The Contractor shall not load or permit any part•of the work to be loaded so as to endanger its safety. • In an emergency affecting the safety of life or of the Work or of adjoining property, the Contractor, without special instruction or authorization from the - Architect or Owner. is hereby permitted to act, at iris discretion, to prevent such threatened loss or injury, and he shall so act, tvithout appeal, if so authorized or in- structed. Any compensation claimed by the eontractoi on ac - count of emergency work shall be determined by agreement or - arbitration. . Article 50.: 1mporary. Water 'Pollution and Control : - The Contractor shall take such measures as are required to - • comply with the latest revision of Section 1 -07:15.of the Wash - ington State Highway Standard Specifications and King County Code 9.02 which pertain to control of waterborne sand, silt, clay and oil, caused by construction activities from entering adjacent ' property streams, storm pipe systems, or other bodies 'of. water. The most stringent of the two above - referenced requirements shall govern if there is a conflict between the two. The Contrac- tor shall include' in his *bid this cost of,complying with the aforementioned requirements and /or with any temporary pollu- tion control facilities identified elsewhere in these Contract • Documents. • • Article 51: Retention of and • Records • The Contractor shall retain payrolls and other basic records - . relating to the execution of this' Contrast and shallVmserve them for a period of three years after. Final Acceptance. The Contrac- tor shall also maintain and retain for the same period of time • ' • detailed records with respect to all work perfottned and costs incurred claimed to result from extra work, delays, or disruption . of the Work for which the Contractor claims additional time or compensation. The Contractor shall permit access to such pre - served records, books and accounts by agents of the Owner, or ' by other governmental entities charged' with the authority to ascertain compliance with any applicable statutes, rules or regu-. . lotions. If the Contractor terminates, assigns or.otherwise di- vests itself. of its legal capacity under' this Contract during the . preservation period, then it shall'immediately notify the Owner and preserve such records, at its expense, as directed by the ` Owner. Contractor shall advise all subcontractors; suppliers and • materialmen in writing of this requirement and of its applicabil- ity to them. No.claim to which such **cords relate shall be valid in the event the claimant his failed to adhere to the requirements . of.this Article. . - PART 1 - GENERAL 1.01 RELATED DOCUMENTS NORTH WIND WEIR PARK RESTROOM SECTION 00710 SUPPLEMENTARY GENERAL CONDITIONS A. Section 00510 Construction Contract, Bonds and Certificates B. Section 00700 General Conditions of the Contract 1.02 PRECEDENCE OF DOCUMENTS A. The attached Supplementary General Conditions supercede the referenced portions of the General Conditions of the Contract. B. Where any portion of the General Conditions is modified or deleted by these attached Supplementary General Conditions, the unaltered portions shall remain in effect. 1.03 INCORPORATION A. The attached Supplementary General Conditions, bound herein, are incorporated as a part of the Contract Documents. 1 1. i King County will pay for the building permit. The Contractor shall be responsible for all other permits and licenses necessary for the execution of the work in accordance with Article 10 of the General Conditions. A. Insert the following paragraph before first paragraph: { The Owner and the Contractor shall attempt to agree upon the compensation to be paid to the Contractor for changes in the work. In the event the parties are unable to agree on such compensation, it shall be determined by unit prices or full cost basis as set forth below. t SUPPLEMENTARY GENERAL CONDITIONS ARTICLE 1, DEFINITIONS A. Add the following sentences to the end of Article 1,B: The term "Owner" means the municipal corporation, King County, and the terms County and Owner may be used interchangeably throughout the Contract. ARTICLE 10, PERMITS, LAWS, AND REGULATIONS ARTICLE 12, TESTS, INSPECTIONS, AND ACCESS TO WORK A. Add the following paragraph to the end of Article 12: ARTICLE 14 1 If the Contractor works overtime to meet the contract schedule and the Owner has not caused delays, then the Contractor shall be responsible for any overtime costs incurred for testing and inspection services normally considered the Owner's responsibility. B. Delete paragraphs 4, 5, 6, and 7 and replace with the following: 1. On Site Overhead On site overhead costs shall be paid including, but not limited to, project supervision and clerical salaries, payroll taxes, office and utility expenses, compliance expenses, small tools, and bond and insurance payments, but shall be limited to those expenses, incremental to and directly resulting from the change. The Owner may insist that all such expenditures be supported by vendor invoices, or buy evidence of cost accounting and payment, or may permit by paragraphs 1 through 3. If agreement cannot be reached, the maximum On Site Overhead rate shall be ten percent (10 %) of those costs. (See sample CONTRACTOR/SUBCONTRACTOR CHANGE PROPOSAL MARKUP FORM attached.) 2. Off Site Overhead 3. Profit Off site overhead costs shall be paid including, but not limited to, officer and office salaries, payroll taxes (excluding bonus and profit sharing), utility and occupancy expenses, business taxes and licenses (excluding taxes on income), insurance, professional fees (excluding litigation and litigation support), and office supplies and expense payments, but shall abe limited to those expenses incremental to, and directly resulting from the change. The Owner may insist that all such expenditures be supported by vendor invoices, or by evidence of cost accounting and payment, or may permit these costs to be determined by an agreed upon percentage of the costs covered by paragraphs 1 through 4. If agreement cannot be reached, the maximum off site overhead rate shall be ten percent (10 %) of these costs. (See sample sheet attached.) On any cost covered by paragraph 1 through 5, a profit markup not to exceed ten percent (10%) will be allowed except that the combined total of Off Site Overhead and Profit shall not exceed fifteen (15 %) of all allowable costs under paragraphs 1 through 4, above. 4. Subcontractors Unless otherwise agreed, when work on a change is performed by an approved subcontractor, payment for the subcontractor's work shall be determined according to paragraphs 1 through 6, above, except that: a. The subcontractor who performs the work Profit Markup shall not exceed ten percent (10 %) of his costs covered by paragraphs 1 through 5, above except that the combined total of the markup for Off Site Overhead and Profit shall not exceed fifteen percent (15 %) of all allowable costs under paragraphs 1 through 4 above. b. The contractor's total markup for Overhead and Profit on subcontractor work shall not exceed ten percent (10 %) of the first $10,000 and five percent (5 %) of such costs in excess of $10,000 of the subcontractor's cost covered by paragraphs 1 through 5, above, per change proposal. 5. Payment to Second Tier Subcontractors: Where a change in the work involves work by subcontractors who are on secondary subcontractor tiers and below, the provisions for and limitations on the contractor's total markup, 7.b. above, shall apply to each tier level above the subcontractor who performs the work, except the total cumulative markup for all Overhead and Profit of the contractor and all such tiers shall not exceed forty percent (40 %) of the allowable costs covered by paragraphs 1 through 3 above. ARTICLE 19, WARRANTY AND GUARANTEE OF WORK A. Add the following sentence to the end of the first paragraph in Article 19. "The Contractor shall maintain the insurance required in Article 27 during the period required to make corrections on the premises." ARTICLE 26, HOLD HARMLESS CLAUSE A. Replace the existing paragraph with the following Article: 1. In providing services under this Contract, the Contractor is an independent contractor, and neither the Consultant nor its officers, agents or employees are employees of the County for any purpose. The Contractor shall be responsible for all federal and /or state tax, industrial insurance, and Social Security liability that may result from the performance of and compensation for these services and shall make no claim of career service or civil service rights which may accrue to a County employee under state or local law. The County assumes no responsibility for the payment of any compensation, wages, benefits or taxes to or on behalf of the Contractor, its employees and/or others by reason of this Contract. The Contractor shall protect, indemnify and save harmless the County, its officers, agents and employees from and against any and all claims, costs and/or losses whatsoever occurring or resulting from (1) the Contractor's failure to pay any such compensation, wages, benefits or taxes; and/or (2) the supplying to the Contractor of work, services, materials, and/or supplies by the Contractor's employees or other suppliers in connection with or in support of the performance of this Contract. 2. The Contractor further agrees that it is financially responsible for and will repay the County all indicated amounts following an audit exception which occurs due to the negligence, intentional acts and/or failure for any reason to comply with the terms of this Contract by the Contractor, its officers, employees, agents, and/or representatives. This duty to repay shall not be diminished or extinguished by the prior termination of the contract pursuant to the Duration of Contract, or the Termination section. 3. The Contractor shall protect, indemnify, and hold the County, its agents, employees, officials and officers harmless from, and shall process and defend at its own expense any and all claims, demands, suits, penalties, losses, damages, or costs of any kind whatsoever (hereinafter "claims ") brought against the County arising out of or incident to the execution of, performance of, or failure to perform this Contract; PROVIDED, however, that if such claims are caused by or result from the concurrent negligence of the Contractor, its agents, employees, and/or officers and the County, its agents, employees, and/or officers, this Article shall be valid and enforceable only to the extent of the negligence of the Contractor, its agents, 3 employees, and/or officers; and PROVIDED FURTHER that nothing in this Article shall require the Contractor to indemnify, hold harmless, or defend the County, its agents, employees, and/or officers from any claims caused by or resulting from the sole negligence of the County, its agents, employees, and/or officers. The Contractor's obligation under this section shall include indemnification for claims made by the Contractor's own employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives with respect to the County only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. In the event the County incurs any judgement, award and/or cost arising therefrom including attorney's fees, to enforce the provisions of this Article, all such fees, expenses, and costs shall be recoverable from the Contractor. ARTICLE 40, COMPLIANCE WITH PUBLIC WORKS, WAGE RATES, FRINGE BENEFITS, ETC., REQUIRED - CONTRACTOR TO FILE AFFIDAVIT OF WAGE RATES AND CONTINGENT FEES A. Add the following at the end of Article 40, paragraph A.: "In compliance with the requirements of RCW 39.12, a list of the hourly prevailing wage rates is incorporated in and made part of these contract specifications." 4 miorog r; KING COUNTY DIVISION of CAPITAL PLANNING and DEVELOPMENT Change Proposal No. Date: CONTRACTOR/SUBCONTRACTOR CHANGE PROPOSAL MARKUP FORM NOTE: The Contractor and each Subcontractor must submit a separate CHANGE PROPOSAL MARKUP FORM and attach a COST ESTIMATE DETAIL SHEET (showing all labor, material and equipment costs) for each change request. Project: Project Number: Contractor /Subcontractor: A. Total Direct Costs: (From the attached Cost Estimate Detail Sheet, add total labor, materials, and equipment costs for the Contractor or Subcontractor that performs the work.) B. On Site Overhead: (Cannot exceed 10% of line A) C. Off Site Overhead: (Cannot exceed 10% of lines A and B) D. Profit on Direct Costs: LI (Up to 10% of A plus B plus C, provided C plus D dos not exceed 15% of A plus B) SUBTOTAL: E. Markup to Contractor or Secondary Tier Subcontractors: (Max. 10% for first $10,000 and Max. 5% thereafter of line A through C above) Subcontractor: Subcontractor: Contractor: NOTE: Total cumulative markup for all Overhead and Profit shall not exceed 40% of A above. F. Grand Total: 5 1 i 1 1 i 1 i 1 r State of Washington DEPARTMENT OF t-ABOR'AND INDUSTRIES Prevailing Wage Section • Telephone (360) 902.5335 PO Box 44540, Olympia. WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts KING COUNTY Effective 08 -31 -95 wwwmwmwwwwwwww►w *:•~.. wwww (See Benefit Cale Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code ode ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL 519.51 54.65 1M 50 BOILERMAKERS JOURNEY LEVEL 522.94 58.39 1R 5N BRICKLAYERS d MARBLE MASONS JOURNEY LEVEL 522.79 55.33 1R 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL 511.71 50.00 1 CARPENTERS ACOUSTICAL WORKER 522.28 S5.81 1M 5D CARPENTER . ' 522.1 55.81 1M 50 CREOSOTED MATERIAL 522.22 55.81 1M 50 DRYWALL APPLICATOR 522.12 55.81 1M 5D FLOOR FINISHER 522.25 S5.81 1M 50 FLOOR LAYER • 522.25 55.81 1M 5D FLOOR SANDER 322.25 55.81 1M 5D . MILLWRIGHT AND MACHINE ERECTORS 523.12 55.81 1M 513 PILEDRIVER 522.12 55.81 1M SD SAWFILER 322.25 55.81 1M 50 SHINGLER 522.25 .55.81 1M 50 STATIONARY POWER SAW OPERATOR 322.25 S5.81 1M 5D STATIONARY WOODWORKING TOOLS 52225 55.81 1M SD CEMENT MASONS , CEMENT MASON 521.59 ' 57.27 1N 6E CONCRETE SAW 521.84 57.27 1N 6E CURB & GUTTER. SIDEWALKS 521.59 57.27 1N 6E CURING 521.59 57.27 1N 6E FINISH COLORED CONCRETE 521.84 57.27 1N 6E GUNITE NOZZLE PERSON 521.84 57.27 1N 6E MASTIC, EPDXY, PLASTIC 521.84 57.27 1 N 6E PATCHING & PAVING 521.59 57.27 1N 6E POWER TOOLS & GRINDERS 521.84 57.27 1N GE SANDBLASTING 521.84 57.27 1N 6E SEALING COMPOUND 521.59 57.27 1N 6E TROWEL MACHINE ON COLORED SLABS, COMPOSITION OR KALMAN 523.09 57.27 1N 6E FLOORS TROWELING MACHINE, CURB & GUTTER MACHINE, SCREED & 321.84 57.27 1N 6E RODDING MACHINE TUNNEL WORKERS 521.84 57.27 1N 6E UNDERLAYMENT 521.84 57.27 1N 6E DIVERS & TENDERS DIVER 554.19 55.81 1M 513 BA DIVER TENDER 524.11 55.81 1M 5D Page 1 KING COUNTY Effective 08 -31 -95 >. _e.!•I1•11/7/r ••••1 ••7• •lfl..r •...0 fl Page 2 (See Benefit Cooe Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification ale ene(n oa Code �qg DREDGE WORKERS ASSISTANT ENGINEER 521.50 56.81 1N 50 8L ASSISTANT MATE (DECKHAND) 521.07 56.81 1N 50 K. BOATMEN 521.50 56.81 1N 5D 8L CRANEMAN 521.55 56.81 1N 5D 8L ENGINEER WELDER 521.55 S6.81 1N 5D 8L LEVERMAN, HYDRAULIC 521.93 56.81 1N 50 8L MAINTENANCE 521.07 56.81 1N 5D 8L MATES 521.50 56.81 1N 5D 8L OILER 521.15 S6.81 IN 5D 8L DRYWALL TAPERS JOURNEY LEVEL 522.45 55.21 1J 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL 58.00 51.37 1.1 SA ELECTRICIANS - INSIDE CABLE SPLICER 526.47 57.44 1J 6H -• • CABLE SPLICER (TUNNEL) • • • ° - $29.11 S7.52 '1J 6H CERTIFIED WELDER 525.26 57.41 1J 6H CONSTRUCTION STOCK PERSON 513.07 55.53 1J 6H JOURNEY LEVEL 524.06 57.37 1J 6H JOURNEY LEVEL (TUNNEL) 526.47 57.44 1J 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN 513.95 51.42 2A 6C JOURNEY LEVEL 513.29 51.40 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER 525.60 55.90 4A 5A 8E CERTIFIED LINE WELDER 523.12 S5.81 4A SA BE GROUNDPERSON 516.40 54.57 4A 5A 8E HEAD GROUNDPERSON 517.45 54.61 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR 523.12 55.81 4A 5A 8E JACKHAMMER OPERATOR 517.45 54.61 4A 5A 8E JOURNEY LEVEL LINEPERSON 523.12 55.81 4A 5A 85 LINE EQUIPMENT OPERATOR 519.94 54.70 4A 5A 85 POLE SPRAYER 523.12 55.81 4A SA 85 POWDE RPERSON 517.45 54.61 4A 5A 8E ELECTRONIC b TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 512.07 50.00 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR 517.87 57.20 4A 61 MECHANIC 525.53 57.66 4A 61 MECHANIC IN CHARGE 528.72 57.85 4A 61 PROBATIONARY CONSTRUCTOR 512.77 50.00 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE - All Classifications 58.85 S0.24 1 6A ALL OTHER CONCRETE PRODUCTS - Clean -up 513.70 52.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator 513.95 52.73 15 6S ALL OTHER CONCRETE PRODUCTS - Gunite 513.95 52.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Maintenance 514.45 52.74 1B 6S ALL OTHER CONCRETE PRODUCTS - Operator 513.95 52.73 15 65 ALL OTHER CONCRETE PRODUCTS • Rebar 513.95 52.73 18 65 KING COUNTY Effective 08 -31 -95 e.wtiww -flw..-_flee.Kmwfl- w- o�r••w•ws•re ww+t►•wwww - mow• •■•• Classification Hourly Hourly Over Wage Fringe Time Holiaay Note Rate Benefits Cooe ram Code ALL OTHER CONCRETE PRODUCTS - Welder 513.70 32.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Wet Pour 513.70 S2.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Yard Patch 513.70 52.73 1B 6S FENCE ERECTORS FENCE ERECTOR 513.80 50.00 1 FENCE LABORER 511.60 50.00 1 FLAGGERS JOURNEY LEVEL 514.83 54.65 1M 5D GLAZIERS JOURNEY LEVEL 522.70 54.61 2E 5G HEAT 8 FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 525.18 54.89 1F 6R HEATING EQUIPMENT MECHANICS MECHANIC 516.04 32.41 1J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC 512.86 52.79 1 INDUSTRIAL POWER VACUUM CLEANER - - JOURNEY LEVEL ' -- - - 57.90 - 51.17 1 INLAND BOATMEN DECKHAND • . 515.19 52.96 1K 5D ENGINEER - DECKHAND 516.81 52.96 1K 50 OPERATOR 517.59 52.96 1K 5D INSPECTION, CLEANING, SEALING OF SEWERS WATER SYSTEMS CLEANER OPERATOR, FOAMER OPERATOR 58.25 51.48 1 GROUTTRUCK OPERATOR 59.50 51.98 1 HEAD OPERATOR 510.50 52.28 1 TECHNICIAN 56.25 50.00 1 TV TRUCK OPERATOR S8.75 51.78 1 INSULATION APPLICATORS JOURNEY LEVEL 516.58 50.00 1 IRONWORKERS JOURNEY LEVEL 520.50 59.32 1B 5A LABORERS ASPHALT RAKER 519.99 54.65 1M 50 BALLAST REGULATOR MACHINE 519.51 54.65 1M 50 BATCH WEIGHMAN 514.83 54.65 1M 50 CARPENTER TENDER 519.51 54.65 1M 5D CASSION WORKER 520.35 • 54.65 1M 5D CEMENT DUMPER /PAVING 319.99 S4.65 1M 50 CEMENT FINISHER TENDER 519.51 54.65 1M 5D CHIPPING GUN 519.51 54.65 1M 50 CHUCK TENDER 519.51 54.65 1M 5D CLEAN -UP LABORER 519.51 54.65 1M 50 CONCRETE FORM STRIPPER 519.51 54.65 1M SD CONCRETE SAW OPERATOR 519.99 54.65 1M 5D CRUSHER FEEDER 514.83 54.65 1M 50 CURING CONCRETE 519.51 54.65 1M 50 DEMOLITION, WRECKING 8 MOVING (INCLUDING CHARRED 519.51 54.65 1M 5D MATERIALS) DIVER 520.35 54.65 1M 5D Page 3 (See Benefit Cooe Key) Classification KING COUNTY Effective 06 -31 -95 1•111411 Wet Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code DRILL OPERATOR (HYDRAULIC, DIAMOND, AIR TRAC) 519.99 54.65 1M 5D EPDXY TECHNICIAN 519.51 54.65 1M 50 FALLER /BUCKER, CHAIN SAW 519.99 54.65 1M 5D FINAL DETAIL CLEANUP 512.51 54.65 1M 5D GABION BASKET BUILDER 519.51 54.65 1M 50 GENERAL LABORER 519.51 54.65 1M 50 GRADE CHECKER & TRANSIT MAN 519.99 54.65 1M 50 GRINDERS 519.51 54.65 1M 5D HAZARDOUS WASTE WORKER LEVEL A 520.35 54.65 1M 5D HAZARDOUS WASTE WORKER LEVEL B S19.99 54.65 1M 50 HAZARDOUS WASTE WORKER LEVELS C 8 D 519.51 54.65 1M 50 HIGH SCALER 519.99 54.65 1M 5D HOD CARRIER /MORTARMAN 519.99 54.65 1M 5D JACKHAMMER 519.99 54.65 1M 5D MINER 520.35 54.65 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH 519.99 54.65 1M 50 PRESSURE AIR & WATER ON CONCRETE 8 ROCK, SANDBLAST. • GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER 519.99 54.65 1M 5D PILOT CAR • 514.83 54.65 1M 5D PIPE RELINER (NOT INSERT TYPE) 519.99 54.65 1M 5D PIPELAYER 8 CAULKER 519.99 54.65 1M 50 POT TENDER 519.51 54.65 1M 5D POWDERMAN 520.35 54.65 1M 5D POWDERMAN HELPER 519.51 54.65 1M 5D RAILROAD SPIKE PULLER (POWER) 519.99 54.65 1M 50 RE- TIMBERMAN 520.35 54.65 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) 519.99 54.65 1M 5D SPREADER (CONCRETE) S19.99 54.65 1M 5D STAKE HOPPER 519.51 54.65 1M 5D TAMPER 8 SIMILAR ELECTRIC, AIR 8 GAS 519.99 54.65 1M 5D TAMPER (MULTIPLE 8 SELF PROPELLED) 519.99 54.65 1M 50 TOOLROOM MAN (AT JOB SITE) 519.51 54.65 1M 50 TOPMAN, TAILMAN 519.51 54.65 1M ' SD TRACK LINER (POWER) 519.99 54.65 1M 513 TUGGER OPERATOR 519.51 54.65 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) 519.51 54.65 1M 50 VIBRATOR 519.99 54.65 1M 5D WELL -POINT MAN 519.99 54.65 1M 5D LABORERS - UNDERGROUND SEWER 8 WATER GENERAL LABORER 519.51 54.65 1M 5D PIPE LAYER 519.99 54.65 1M SD LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS 511.07 50.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS 510.63 50.00 1 LANDSCAPING OR PLANTING LABORERS 58.42 50.00 1 LATHERS JOURNEY LEVEL 522.28 55.81 1J 5A • MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST 516.84 50.00 1 Page 4 (See Benefit Code Key) KING COUNTY Effective 08 -31.95 ...'.......,......... - _... (See Benefit Cole Key) Hourly Hourly Over Wage Fringe Time Hohoay Note Classification Rate erp_iiil Cooe Cooe Cooe MATERIAL SUPPUER - TRANSIT MIX TRANSIT MIX. ( UNDER 9 CU. YD) 519.00 55.84 2L 61 TRANSIT MIX. (9 CU.YD AND OVER) 519.25 55.84 2L 61 METAL FABRICATION (IN SHOP) FITTER 515.86 50.00 1 LABORER 59.78 50.00 1 MACHINE OPERATOR 513.04 50.00 1 PAINTER 511.10 $0.00 1 WELDER 515.48 50.00 1 MODULAR BUILDINGS CABINET ASSEMBLY 510.23 51.33 1 ELECTRICIAN 510.23 51.33 1 EQUIPMENT MAINTENANCE 510.23 51.33 1 PLUMBER 510.23 51.33 1 PRODUCTION WORKER 57.93 51.33 1 TOOL MAINTENANCE 510.23 51.33 1 UTILITY PERSON 510.23 51.33 1 WELDER 510.23 51.33 1 PAINTERS JOURNEY LEVEL 519.04 53.40 2B 5A PLASTERERS . JOURNEY LEVEL 521.69 57.25 1B 6H PLAYGROUND & PARK EQUIPMENT INSTALLERS • JOURNEY LEVEL 58.42 50.00 1 PLUMBERS 8 PIPEFITTERS JOURNEY LEVEL 527.20 59.21 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS (OILERS) 519.66 56.81 1N 5D 8L BACKHOES, (75 HP & UNDER) 521.76 56.81 1N 5D 8L BACKHOES, (OVER 75 HP) 522.12 56.81 1N 5D 8L BACKHOES. (3 YD 8 UNDER) 522.12 56.81 1N 50 8L BACKHOES, ( OVER 3 YD AND UNDER 6 YD) 522.56 56.81 1N 50 8L BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) 323.06 55.81 1N 5D 8L BATCH PLANT OPERATOR. CONCRETE 522.12 56.81 1N 5D 8L BELT LOADERS (ELEVATING TYPE) 521.76 56.81 1N 50 8L BOBCAT 519.66 56.81 1N 50 8L BROOMS 519.66 56.81 1N 50 8L BUMP CUTTER 522.12 56.81 1N 5D 8L CABLEWAYS 322.56 56.81 1N 50 8L CHIPPER 522.12 56.81 1N 50 8L COMPRESSORS 519.66 56.81 1N 5D 8L• CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT 522.12 56.81 1 N 50 8L CONCRETE PUMPS 521.76 56.81 1N 50 8L CONVEYORS 521.76 56.81 1N 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS • 521.76 56.81 1N 51) 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS 322.12 56.81 1N 5D 8L CRANES. 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING 52256 56.81 1N 513 8L JIB WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB 523.06 56.81 1N 50 8L WITH ATTACHMENTS) Page 5 Were .... KING COUNTY Effective 08 -31 -95 Page 6 (See Benefit Coae hey) Hourly Hourly Over Wage Fringe Time Honaay Note Classification Rate enefus Code Code Coae CRANES, 200 TONS & OVER. OR 250 FT OF BOOM (INCLUDING JIB 523.56 56.81 1N 5D 81 WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER 519.66 56.81 1N 5D 81. CRANES, A- FRAME, OVER 10 TON 521.76 56.81 1 N 5D 8L CRANES, OVERHEAD. BRIDGE TYPE (20 - 44 TONS) 522.12 56.81 1 N 50 81 CRANES. OVERHEAD. BRIDGE TYPE (45 - 99 TONS) 522.56 56.81 1N 5D 81 CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) 323.06 56.81 1N 5D 81 CRANES. TOWER CRANE 523.06 55.81 1N 50 61 CRUSHERS 522.12 56.81 IN 5D 8L DECK ENGINEER /DECK WINCHES (POWER) 322.12 56.81 1 N 50 8L DERRICK, BUILDING 522.56 36.81 1 N 5D 81 DOZERS, D -9 & UNDER 521.76 S6.81 1N 5D 8L DRILL OILERS - AUGER TYPE. TRUCK OR CRANE MOUNT 521.76 56.81 1 N 50 81 DRILLING MACHINE 522.12 56.81 1N 50 81 ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPr 319.66 56.81 1N 50 8L EQUIPMENT SERVICE ENGINEER (OILER) 521.76 56.51 1N 513 8L FINISHING MACHINE /CURB EXTRUDER - 522.12 56.81 I N 50 8L FORK LIFTS. (3000 LBS AND OVER) 521.76 36.81 IN 50 8L FORK LIFTS, (UNDER 3000 LBS) 519.66 56.81 1 N 50 81. GRADE ENGINEER 521.76 56.81 IN 5D 81 GRADECHECKER AND STAKEMAN 519.66 56.81 1N 50 81 HOISTS. AIR TUGGERS 321.76 56.81 1N 50 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) 319.66 55.81 1 N 5D 81 HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) 521.76 56.81 1N 50 81. LOADERS, OVERHEAD ( UNDER 6 YD) 522.12 56.81 1N 50 8L LOADERS. OVERHEAD (6 YD UP TO 8 YD) $22.56 S6.81 1N 5D 8L LOADERS, OVERHEAD (8 YD & OVER) 323.06 56.81 1N 5D 81 LOCOMOTIVES. ALL 522.12 55.81 1N 50 81 MECHANICS, ALL (WELDERS) S22.12 36.61 1N 50 81. MIXERS, ASPHALT PLANT 522.12 56.81 1N 5D 8L MOTOR PATROL GRADER (FINISHING) 522.12 56.81 1N 5D 8L MOTOR PATROL GRADER (NON - FINISHING) 521.76 56.81 1N 5D 81 MUCKING MACHINE. MOLE, TUNNEL DRILL AND /OR SHIELD 322.56 S6.81 1 N 5D 81 OIL DISTRIBUTORS. BLOWER DISTRIBUTION AND MULCH SEEDING 519.65 56.81 1N 5D 81. OPERATOR PAVEMENT BREAKER 519.65 55.81 1 N 50 81 PILEDRIVER (OTHER THAN CRANE MOUNT) 322.12 56.81 1N 5D 81 PLANT OILER (ASPHALT CRUSHER) 521.76 56.81 IN 50 81 POSTHOLE DIGGER, MECHANICAL 519.66 56.81 1N 50 81 POWER PLANT 319.66 56.81 1N 50 8L PUMPS, WATER 519.66 56.81 1N 513 81 QUAD 9, 0 -10, AND HD -41 522.56 56.81 1N 5D ' 81 REMOTE CONTROL OPERATOR 522.56 56.81 1N 50 81 ROLLAGON 522.56 56.81 1N 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX 519.66 56.81 1N 50 81 ' ROLLERS, PLANTMIX OR MULTILIFT MATERIALS (COMPOSITION 521.76 56.81 1 N 50 81 MATERIALS) ROTO -MILL, ROTO- GRINDER 522.12 56.81 1N 50 81 SAWS, CONCRETE 521.76 56.81 1N 5D 81. SCRAPERS, CONCRETE AND CARRY ALL 521.76 56.81 1N 5D 81 SCRAPERS, SELF - PROPELLED ( UNDER 45 YD) 522.12 56.81 1N 51) 81 KING COUNTY Effective 08 -31.95 Classification SCRAPERS, SELF - PROPELLED (45 YD AND OVER) 522.56 56.81 1N 50 8L SCREED MAN 522.12 56.81 1 N 50 8L SHOTCRETE GUNITE 519.66 56.81 1 N 5D 81 SHOVELS, (3 YD & UNDER) 522.12 56.81 1 N 50 81 SHOVELS, ( OVER 3 YD AND UNDER 6 Y0) 522.56 56.81 IN 5D 81 SHOVELS. (6 YD AND OVER WITH ATTACHMENTS) 523.06 56.81 1N 50 8L SLIPFORM PAVERS 522.56 56.81 1 N 5D 81 SPREADER, TOPSIDE OPERATOR - SLAW KNOX 521.76 56.81 1N ' 50 81 SUBGRADE TRIMMER 522.12 56.81 1N 5D 81 TRACTORS. (75 HP & UNDER) 521.76 56.81 1N 50 81 TRACTORS, (OVER 75 HP) 522.12 56.81 1 N 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE 522.56 56.81 1 N 50 8L TRENCHING MACHINES 521.76 56.81 1N 5D 81 TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) 521.76 56.81 1N 50 8L TRUCK CRANE OILER/DRIVER (100 TON 8 OVER) 522.12 56.81 1N 50 81 WHEEL TRACTORS, FARMALL TYPE 519.66 56.81 1N 50 8L YO YO PAY DOZER 5=.12 56.81 1 N 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE 519.61 55.04 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR 51&65 54.30 4A 5A SPRAY PERSON 518.33 54.29 4A 5A TREE TRIMMER 516.93 54.95 4A 5A TREE TRIMMER GROUNDPERSON /CHIPPER OPERATOR 511.87 54.07 4A 5A REFRIGERATION a AIR CONDITIONING MECHANICS MECHANIC 525.72 58.04 1A SA RESIDENTIAL CARPENTERS JOURNEY LEVEL 511.85 53.50 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL 519.15 50.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 515.21 50.00 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL 511.87 50.00 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL 511.00 52.96 1 RESIDENTIAL LABORERS JOURNEY LEVEL 57.96 50.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL 514.66 50.00 1 RESIDENTIAL PLUMBERS a PIPEFITTERS JOURNEY LEVEL 516.26 53.41 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL 512.73 54.01 18 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL 513.55 52.70 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL S19.89 50.00 1 Page 7 (See Benefit Code Key) Hourly Hourly Over Wage Fnnge Time Holiday Note Rate &Elks Cooe ode Code KING COUNTY Effective 08.31.95 Aef flfl S MPTe.lflfllAt WW1._ l No• (See Benefit Cooe Key) Hourly Hourly Over Wage Fringe Time Holtaay Note Classification Rate Benefits Coae Cooe Cooe RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL 515.37 50.00 1 ROOFERS JOURNEY LEVEL 521.40 54.90 IR 5A USING IRRITABLE BITUMINOUS MATERIALS 524.40 54.90 1R 5A SHEET METAL WORKERS JOURNEY LEVEL S25.52 57.24 1J 5A SIGN MAKERS 8 INSTALLERS (ELECTRICAL) JOURNEY LEVEL 517.29 52.00 1 STOCK PERSON 58.65 51.74 1 SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) CONSTRUCTION 515.63 52.42 1 CONSTRUCTION "8" 57.91 52.42 1 PRODUCTION SILK SCREENER 57.82 52.42 1 SHOP PERSON 54.99 52.42 1 SIGN HANGER 515.53 52.42 1 SIGN PAINTER 518.39 52.42 1 SILK SCREENER 512.16 52.42 1 SOFT FLOOR LAYERS JOURNEY LEVEL 520.00 54.61 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL 511.20 51.24 1 5S SPRINKLER FITTERS.(FIRE PROTECTION) JOURNEY LEVEL 525.00 59.30 1B 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL S10.50 52.73 1 SURVEYORS • CHAIN PERSON 59.35 50.00 1 INSTRUMENT PERSON 511.40 50.00 1 PARTY CHIEF 513.40 50.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER 517.71 53.05 18 5A HOLE DIGGER /GROUND PERSON 55.66 52.52 1B SA INSTALLER (REPAIRER) 516.86 53.02 18 5A JOURNEY LEVEL TELEPHONE LINEPERSON 516.27 52.98 1B 5A POLE SPRAYER 516.27 52.98 18 5A SPECIAL APPARATUS INSTALLER I 517.71 53.06 18 5A SPECIAL APPARATUS INSTALLER 11 517.29 53.■4 18 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) 517.71 53.05 18 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) 516.27 52.98 18 5A TELEVISION GROUND PERSON 58.08 52.48 1B 5A TELEVISION LINEPERSON 511.67 52.70 18 5A TELEVISION SYSTEM TECHNICIAN 514.43 52.87 1B 5A TELEVISION TECHNICIAN 512.70 52.76 18 5A TREE TRIMMER 516.27 52.98 1B 5A TERRAZZO WORKERS 8 TILE SETTERS JOURNEY LEVEL 52..''.32 55.26 • 1 R 5J TILE. MARBLE 8 TERRAZZO FINISHERS FINISHER 517.65 55.01 1R 5J Page 8 rww•• • www+■••wwl dr w+ ,Classlrication KING COUNTY Effective 08 -31 -95 11•11•0ww■••w000OOw w•• Page 9 (See Benefit Coae Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate fienents csaLe C Cooe TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 518.14 54.11 1K 5A TRUCK DRIVERS A -FRAME OR HYDRALIFT TRUCKS OR SIMILAR 521.59 55.91 1M 50 81. BUGGYMOBILE & SIMILAR 521.59 55.91 1M 5D 81. BULK CEMENT TANKER 521.59 55.91 1M 50 8L BULL LIFTS, OR SIMILAR EQUIPMENT (NOT WAREHOUSING) 521.01 55.91 1M 50 8L BUS OR MANHAUL 521.01 55.91 1M 5D 81. DUMPSTER 0 - LESS THAN 16 YARDS 521.01 55.91 1M SD 8L DUMPSTER 16. 30 YARDS (50.15 PER HOUR INCREASE FOR EACH 10 521.59 55.91 1M 50 81. YARD INCREMENT OVER 30 YARDS) ESCORT DRIVER OR PILOT CAR 515.85 55.91 1M 5D 8L EXPLOSIVE TRUCK (FIELD MIX) AND SIMILAR 521.59 55.91 1M 50 8L FLATBED TRUCK - DUAL REAR AXLE 521.01 55.91 1M 50 8L FLATBED TRUCK - SINGLE REAR AXLE 519.25 55.91 1M 5D 81. FUEL TRUCK, GREASE TRUCK, GREASER, BATTERY AND /OR TIRE 521.01 55.91 1M 5D 81. SERVICE MAN HYSTER.( HAULING BULK LOOSE AGGREGATES) . .. . 521.59 55.91 1M- - .5D 8L LEVERMAN AND LOADERS AT BUNKERS AND BATCH PLANTS 521.01 55.91 1M 50 81. • LOWBED AND HEAVY DUTY TRAILER 521.59 55.91 ' 1M 50 81. MECHANIC S21.35 55.91 1M 513 8L MECHANIC HELPER 520.76 55.91 1M 50 8L OIL DISTRIBUTOR DRIVER 521.59 55.91 1M 50 8L OIL/TRANSPORTTANKER 521.01 S5.91 1M 50 8L PICK -UP TRUCK 519.25 55.91 1M 50 8L PICKUP SWEEPER 519.25 55.91 1M 50 81. SCISSORS TRUCK 521.01 55.91 1M 50 81. SLURRY TRUCK DRIVER 521.01 55.91 1M 5D 8L SNO-GO AND SIMILAR S21.01 55.91 1M 50 8L SPREADERS. FLAHERTY 521.59 55.91 1M 50 81. STRADDLE CARRIER (ROSS, HYSTER & SIMILAR) 521.01 55.91 1M 5D 81. SWAMPER 521.01 55.91 1M 5D 81. TEAM DRIVER 521.01 55.91 1M 5D 8L TRACTOR, SMALL RUBBER -TIRED 521.01 55.91 1M 50 81. VACUUM TRUCK 521.01 55.91 1M 50 8L WAREHOUSEMAN & CHECKERS 521.01 55.91 1M 50 81. WATER WAGON & TANK TRUCK 0 - 3000 GALLONS S21.01 55.91 1M 5D 81. WATER WAGON & TANK TRUCK: OVER 3000 GAL 521.59 55.91 1M 5D 8L WINCH TRUCK 521.01 55.91 1M 50 8L WRECKER 8 TOW TRUCK 521.01 55.91 1M 50 81. WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER 511.60 50.00 1 OILER 59.45 50.00 1 WELL DRILLER 511.60 50.00 1 1 i 1 i i 1 .. i BENEFIT CODE KEY CFFEC'I IVE 08 -31 -95 OVERTIME COTES 1. ALL HOURS WORKED M EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SIIALL 13E PAIL) AT ONE ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 8. ALL HOURS WORKED ON SATURDAYS SHALL 13E PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS). SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND 014E -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE.THE.HOURLY RATE OF WAGE. - - K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK 1S LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE -UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYERS CONTROL ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. BENEFIT CODE KEY EFFECTIVE OS- 31.95. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL HE !'AIL) Al ONE AN :) C)N::•!i':.: TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PA!!) Al' TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. A. ' ALL HOURS WORKED ON SATORI5AYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5., A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS. AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (9) G. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE LAST WORK DAY BEFORE CHRISTMAS DAY. AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. DECEMBER 24TH, CHRISTMAS DAY, AND DECEMBER 3IST (9). M. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8). N. HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 5. O. PAID HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. BENEFIT CODE KEY EFFECTIVE 08-31-95 PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY. THE FRIDAY FOLLOWING THANKSGIVING DAY. AND CHRISTMAS DAY (8). Z. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, VETERANS DAY. THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY. AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). C. HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY. AND CHRISTMAS DAY (9). E. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, VETERANS DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY. MARTIN LUTHER KING JR. DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). i. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (7). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS; NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY; PRESIDENTS' DAY. R. HOLIDAYS: NEW YEAR'S DAY: MARTIN LUTHER KING. JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY: INDEPENDENCE DAY; THANKSGIVING DAY: THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY (8). BENEFIT CODE KEY EFFECTIVE DS-3I-95 6. S. PAID HOLIDAYS: NEW YEARS DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY. CHRISTMAS EVE DAY. AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY. WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U: PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY. AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY. DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY. CHRISTMAS DAY. AND EMPLOYEE'S BIRTHDAY (9). W. PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE OR AFTER NEW YEARS DAY. PRESIDENTS DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY. DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY. DAY BEFORE OR AFTER NEW YEAR'S DAY. PRESIDENTS DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY. CHRISTMAS DAY. DAY BEFORE OR AFTER CHRISTMAS DAY. EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE. PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET B. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - S 1.00 PER'FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - 55.50 PER FOOT FOR EACH FOOT OVER 175 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - S1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'. S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL S1.00 PER HOUR E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (I) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY -FOUR DOLLARS (S24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 50.75, LEVEL B: S0.50, AND LEVEL C: S0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A it B: S1.00, LEVELS C d: D: S0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S1.00. LEVEL B: S0.75, LEVEL C: S0.50, AND LEVEL D: 50.25. I.. NORTH WIND PARK WEIR RESTROOM SECTION 00750 CONTRACTOR INSURANCE REQUIREMENTS PART 1- GENERAL 1 1.01 RELATED DOCUMENTS A. Section 00700 General Conditions of Contract 1.02 GENERAL INSURANCE REQUIREMENTS No Contractor shall commence work under this Contract until he has obtained all the insurance required under this Article, and such insurance has been approved by the County; nor shall the Contractor allow any subcontractor to commence work on a subcontract until such subcontractor has obtained insurance similar to that required for the Contractor under this Article. 1 .. A. Insurance Requirements: By the date of execution of this Contract, the Contractor shall procure and maintain for the duration of this Contract insurance against claims for injuries to persons or damages to property which may arise from, or in connection with the performance of work hereunder by the Contractor, its agents, representative, employees, and/or subcontractors. The cost of such insurance shall be paid by the Contractor. L . B. For All Coverages: Each insurance policy shall be written on an "Occurrence" form only. C. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. General Liability Insurance Services Office form number (CG 00 01 Ed. 11 -88) covering Commercial General Liability. 2. Automobile Liability Insurance Services Office form number (CA 00 01 Ed. 12 -90) covering Business Auto Coverage, symbol 1 "any auto "; or the combination of symbols 2,8, &9. 1 00750 -1 NORTH WIND PARK WEIR RESTROOM SECTION 00750 CONTRACTOR INSURANCE REQUIREMENTS 3. Workers' Compensation: Workers' Compensation coverage, as required by the Industrial Insurance Act of the State of Washington. The Contractor is advised that work on or adjacent to water may require insurance coverage in compliance with: a. Longshore and Harbor Workers' Compensation Act (administered by the U.S. Department of Labor), or b. State Industrial Insurance (administered by the Washington State Department of Labor), or c. Both. 4. Employers Liability or "Stop -Gap ": The protection provided by the Workers' Compensation policy Part 2 (Employers Liability) or, in states with monopolistic state funds, the protection provided by the "Stop Gap" endorsement to the General Liability policy. 5. Umbrella or Excess Liability: When Umbrella and/or Excess Liability policies are used in connection with primary underlying General Liability policies to meet the required limits of liability, the Umbrella and/or Excess Liability policies shall be in force concurrently with the primary insurance policy, have the same expiration date, and provide coverage as broad as the primary policy, with a "drop down" provision. 6. Products and Completed Operations Coverage: The Contractor shall procure and maintain, during the life of this Contract, "Products and Completed Operations" coverage for the protection against bodily injury and property damage claims arising from this hazard, at a limit acceptable to the County. D. Minimum Limits of Insurance (Project specific - Verify with Risk Management) The Contractor shall maintain limits no less than, for: 1. General Liability: $ 1,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage, and for those policies with aggregate limits, a $ 2,000,000 aggregate limit. 00750 -2 2. Automobile Liability: $ 1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation: Statutory requirements of the State of residency. 4. Employers Liability or "Stop Gap" Coverage: $ 1,000,000 5. Umbrella or Excess Liability Coverage: $ N/A 6. Products and Completed Operations: $ N/A E. Other Insurance Provisions: The insurance policies required in this Contract are to contain, or be endorsed to contain, the following provisions: 1. The County, its officers, officials, employees, and agents are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor in connection with this Contract. 2. To the extent of the Contractor's negligence, the Contractor's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, and agents. Any insurance and/or self-insurance maintained by the County, its officers, officials, employees, or agents shall not contribute with the insurance of the Contractor who is the Named Insured or benefit the Contractor as the Named Insured in any way. 3. The Contractor's insurance shall apply separately to each insured against whom a claim is made and/or lawsuit is brought, except with respect to the limits of the insurer's liability. 4. Coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except for the reduction of the aggregate by paid claims until after forty-five (45) days prior written notice, return receipt requested, has been given to the County. F. Other Contract Provisions 1. Deductibles and Self-Insured Retentions Any deductibles or self - insured retentions must be declared to, and approved by, the County. The deductible and/or self-insured retention of the policies shall not limit or apply to the Contractor's liability to the County and shall be the sole responsibility of the Contractor. 00750 -3 NORTH WIND PARK WEIR RESTROOM SECTION 00750 CONTRACTOR INSURANCE REQUIREMENTS REV:1 /94 End of Section 00750 -4 NORTH WIND PARK WEIR RESTROOM SECTION 00750 CONTRACTOR INSURANCE REQUIREMENTS 2. Acceptability of Insurers a. Insurance is to be placed with insurers with a Best's rating of no less than A:VIII, or, if not rated with Best's, with minimum surpluses the equivalent of Best's surplus size VIII. b. If at any time of the foregoing policies shall be or become unsatisfactory to the County, as to form or substance, or if a company issuing any such policy shall be or become unsatisfactory to the County, the Contractor shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the County, with the appropriate certificates and endorsements, for approval. 3. Verification of Coverage The Contractor shall furnish the County with certificates of insurance and bind coverage on its behalf. The certificates and endorsements for each insurance policy are to be on form approved by the County and are to be received and approved by the County prior to the commencement of activities associated with this Contract. The County reserves the right to require complete, certified copies of all required insurance policies at any time. 4. Subcontractors The Contractor shall include all subcontractors as insureds under its policies, and/or shall furnish separate certificates of insurance and policy endorsements for each subcontractor as evidence of compliance with all insurance requirements of this Contract. 5. Work Site Safety The Contractor shall have the "right to control" and bear the sole responsibility for the job site conditions, and job site safety. The Contractor shall comply with all applicable Federal, State, and Local safety regulations governing the job site, employees, and subcontractors. The Contractor shall be responsible for the subcontractor's compliance with these provisions. 6. Property Insurance - County Provided Builders' Risk Coverage The Contractor will be added as an additional insured to the County's property policy for the purposes of Builders' Risk coverage; however, the Contractor will be responsible for the County's property policy deductible (currently $25,000). 1 KING COUNTY, WASHINGTON CERTIFICATE OF INSURANCE I :SSA: DATE. • PRODUCER PHONE THIS CERTIFICATE !S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. CO,UPAN /TSATTO8D /NG COrRAGE 9T37S RAT /NG COMPANY r TrER A INSURED PHONE • , COMPANY Fn R COMPANY FTTFR COMPANY LETTER D co LIR TYPE Of INSLIRACE POLICY RIMIER POLICY t E a �I W / L61ITS GENERAL LIABILITY I ICOW(ROAL GENERAL LIABILITY I JaAaIS MADE ( !occult I INNERS k CONTRACTORS MOT. ( PER PROJECT I I PER LOCATION: GENERAL AG( C3 GENEbL =MATE EAOI OCCURRENCE PRODUCTS- COMP /OP AGG. PERSONAL & AM. INJURY TIRE W AAGE MED. EMPENSE i I I I I I I ) 0E00011 11 I IOCCURENGE - I IauM ANY LIWTT C ENOORSEMENIS I IYESI NO GExPLAR+ YES' ON BOO MiT0Y080.E LIABILITY IANY AUTO TALL Ow(D AUTOS ISOEDULED AUTOS TARRED AUTOS INON-OnKD AUTOS IG.RAGE LuiRLITY CCAIBIKD SINGLE Lae NOV INJURY (Pa Pasco) 8001Y INJURY (Pe Accident) PROPERTY DAMAGE I I I S I IEXGESS WIMP I IUMBIELA FORM I JOINER THAN UMBRELLA FORM EACH OCCURRENCE AGCJtECATE S I WORKER'S COMPENSATION MO EMPLOYERS' LA WRY (STOP GAP) STATUTORY LINT EACH ACOOENT DISEASE- POLICY totlT DISEASE - EACH EUPL01EE I I I OTHER THIS IS TO CERTIFY THAT THE INSURANCE POLICIES LISTED ABOVE. WHERE APPLICABLE. HAVE BEEN ENDORSED TO ADD KING COUNTY. ITS OFFICERS. r 14;L Alm ILL AND AGENTS AS CC AS ADDITIONALINSURED AS RESPECTS THEIR INTEREST IN THE ACTMTIES OF. WORK PERFORMED. AND /OR PRODUCTS PRODUCED BY OR ON DESCRIPTION NAuFD ATIONS RFTW«N THF NAAJFII IN511RFD AO KING COUNTY R al CERTIFICATE HOLDER KING COUNTY. WASHINGTON Capital Planning a Development (Division /Department) 500 4th Avenue, Room 320 tiwithems) Seattle, WA 98104 (City. Slate. Zip) CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 5 D ITDTEN THEREOF, THE ( CERTIFICATE HOLDER 5 EXCEPT NON—PAYMENT NOT OF PREMIUM, 10 DAYS). PER RCW 48.18.290. SEE REVERSE SIDE THE FOLLOWING COVERAGE OR CONDITIONS ARE IN EFFECT: Additional Insured Endorsements Issued Form Numbers: YES N/A Broad Form Liability (if ISO '73 CGL FORM) I i YES N O N/A The will mail to the County 45 days' written notice of cancellation, (except for non — payment, 10 E YES N/A Cross liability coverage or severability of interest provision YES N%A Umbrella carrier notified of additional insured status (if applicable) HYES NO Broad form property damage 1 1Y X, C, U hazards included YES N Contractual liability coverage applies to this contract subject to the limit of the insurance coverage afforded YES N/A Coverage afforded the County, its officers, officials, employees, and agents as additional insureds applies. [ ]YE • ANY LIMITING ENDORSEMENT: COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED ABOVE HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICIATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Agency or Brokerage Address Name of Person to be Contacted Telephone Number cern I Insurance Company Home Office Authorized Signature Date NOTE: Authorized signatures may be the agent's if anent, has If laced insurance through an agency agreement with the insurer. insurance is brokered, authorized signature must be that of on official of insurer. PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Section 00700 General Conditions of the Contract B. Section 01100 Base Bid and Alternates C. Section 01700 Contract Closeout D. Section 00300 Form of Bid PART 2 - CONTRACT TIME AND LIQUIDATED DAMAGES 2.01 CONTRACT TIME 00800 -1 NORTH WIND WEIR PARK RESTROOM SECTION 00800 CONTRACT TIME & SEQUENCE A. The Work of this Contract shall be commenced immediately upon receipt of written Notice to Proceed. The work shall be substantially complete as defined in the General Conditions of the Contract 135 consecutive calendar days from the date on the Notice to Proceed. B. Contract time may be changed only by amendment to the contract, signed by both parties. 2.02 LIQUIDATED DAMAGES A. For each calendar day after the date fixed for completion of the Contract that the work remains uncompleted, the Contractor shall pay the Owner the Sum of $100.00 per day as fixed, agreed, liquidated damages, but not as a penalty. B. The Contractor authorizes the Owner to deduct such liquidated damages from the amount due, or to become due, under the Contract. The Contractor further agrees that any such deduction shall not in any degree release him from further obligation and liabilities in regard to the fulfillment of the entire Contract. C. Time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. D. Liquidated damage or any excess cost shall not be charged when the delay in completion of the Work is due to the following: 1. To any preference, priority of allocation order duly issued by the government. 2. To unforeseeable cause beyond the control and without the fault or negligence of NORTH WIND WEIR PARK RESTROOM SECTION 00800 CONTRACT TIME & SEQUENCE the Contractor, including but not restricted to acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather. 3. To any delays of Subcontractors occasioned by any of the causes specified in subsections 1 and 2 of this article. E. Within seven (7) days from the beginning of such delay notify the Owner as required by Article 17 of the General Conditions. PART 3 - CONTRACT SEQUENCE 3.01 DEFINITION A. Contract Administration shall proceed per the following sequence. Any deviations shall be approved by the Owner. B. Refer to Divisions 1 -16 technical specifications for further requirements. 3.02 PRE - CONSTRUCTION CONFERENCE A. Prior to commencing work, the Owner, Architect and Contractor shall meet at a time and place set by the Owner to discuss the Project Schedule, storage of materials and any other special requirements that concern the Project. B. A preliminary Construction Schedule shall be presented to the Owner and Architect at the conference. C. Terms and Conditions mutually agreed upon at this conference may be incorporated into this Contract. 3.03 NOTICE TO PROCEED A. Contractor's receipt of the executed Contract is not to be considered as authorization to begin work. B. Commencement of the Work shall occur when the Owner issues to the Contractor a written Notice to Proceed. 00800 -2 3.04 PRELIMINARY AND FINAL PUNCH LISTS 3.05 FINAL ACCEPTANCE 3.06 PROJECT CLOSEOUT; GENERAL End of Section NORTH WIND WEIR PARK RESTROOM SECTION 00800 CONTRACT TIME & SEQUENCE A. At a time prior to the Contractor's request for Final Inspection, the Architect and/or Owner will perform inspections of the Work and provide to the Contractor a list of items found to be deficient, if any exist. See Section 01700 for Punch List Procedure. B. All items appearing on any punch list shall be corrected and the Architect notified in writing prior to the request for additional punch list inspections or Final Inspection. C. The Contractor shall notify the Architect in writing that he has completed the Work and requests inspection. The Architect will arrange for the date and time of this inspection. A. At such time as the Contractor has fulfilled all conditions of the Contract Documents the Owner shall determine the date of Final Acceptance. B. The date of Final Acceptance or Beneficial Occupancy (if elected by the Owner), whichever is first, shall establish the beginning of the Contractor's one year warranty period, and all other guarantees and warranties set forth in the Contract Documents. A. At the completion or near completion of the construction of the Project, certain items of work and submittals as specified elsewhere are required prior to the Owner's acceptance and final payment for the Project. B. See Section 01700, Contract Close Out, for specific submittals, procedures, and requirements. i i i i i I ... l NORTH WIND WEIR PARK RESTROOM SECTION 00900 ADDENDA & MODIFICATIONS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Section 00300 Form of Bid 1.02 ADDENDA A. Addenda will be considered a part of this Project Manual. PART 2 - ADDENDA FORMAT 2.01 Addenda will be issued in the format indicated on the attached "Invitation to Bid, Sample Addendum." 00900 -1 DATE ISSUED: TITLE: ADDENDUM.FRM KING COUNTY PROFESSIONAL and CONSTRUCTION SERVICES PROCUREMENT DIVISION 821 2ND AVENUE, 12TH FLOOR SEATTLE, WA 98104 (206) 684 -1327 ADDENDUM NO. This Addendum is issued to revise the original Invitation to Bid as follows: BID NUMBER: BID OPENING DATE: TIME: ALL BIDS MUST BE SUBMITTED NO LATER THAN 2:00 PM EXACTLY PROJECT MANAGER: 0 REQUISITION NUMBER: 1 1. Change the bid opening date which is found in the specifications from to , no later than 2:00 PM, exactly. OR 1. The bid opening date will remain the same: no later than 2:00 PM, exactly. TO BE ELIGIBLE FOR BID AWARD THIS ADDENDUM MUST BE ACKNOWLEDGED ON PAGE SECTION OF THE FORM OF BID. PART 1 GENERAL 1.01 RELATED DOCUMENTS A. B. C. D. Section 00030 Section 00040 Section 00700 Section 00800 1.02 DESCRIPTION OF REQUIREMENTS A. Governing Regulations 1. Perform work in accordance with all applicable laws, codes, ordinances and regulations. B. Wording of Specifications 1. The Specifications are of the abbreviated or "streamlined" type and frequently include incomplete sentences. Words such as "the ", "all', "shall', "the Contractor shall", "shall be ", and similar mandatory phrases shall be supplied by inference in the same manner as they are in a note on the Drawings. C. Labor and Materials Table of Contents Foreword General Conditions of the Contract Contract Time and Sequence NORTH WIND PARK WEIR RESTROOM SECTION 01010 SUMMARY OF WORK Provide all items, articles, materials, and operations listed, including all labor, materials, equipment, and incidentals required for their completion. D. Contractor Responsibilities 1. Coordinating, providing and paying for all items, articles, materials and operations listed, including all labor, materials, equipment and incidentals required for their completion. 2. Paying required taxes. 3. Securing and paying for, as necessary for proper execution and completion of work: a. Permits b. Fees c. Licenses d. Bonds 4. Giving required notices. 5. Enforcing strict discipline and good order among employees. 6. Using new materials, except as noted. 7. Maintaining required egress and other requirements and as required by the Owner in accordance with governing Codes and Ordinances throughout the work. 01010 -1 1.03 WORK UNDER THIS CONTRACT A. Work under this Contract includes, but is not limited to, demolition, clearing and grubbing, earthwork, site preloading, restroom building construction, utilities, restoration and seeding. 1.04 ITEMS FURNISHED BY OWNER A. Asbestos Removal The owner shall provide for removal or encapsulation of all insulating materials which contain asbestos and of any other asbestos encountered during the performance of the Contract. The Owner shall be responsible for any required testing and air monitoring and for transportation and disposal of all asbestos removed. Contractor shall immediately notify the Owner if asbestos is encountered during the execution of work under this Contract. Contractor shall redirect work as applicable to ensure compliance with Construction Schedule. B. Hazardous Material The removal from the construction area unless noted in the contract documents, of any containers of toxic or hazardous chemical or material is to be accomplished by the Owner prior to any construction activities commencing. Should any work activities by this Contract discover /disturb any hazardous material, the Contractor is directed to immediately cease work activity in the area found to be potentially hazardous, notify the Owner, and await the Owner's direction. 1.05 COOPERATION AND COORDINATION A. The Contractor is responsible for coordinating and scheduling work of his/her subcontractors to expedite progress of the Project. B. Subcontractor instructions: Subcontractors to become familiar with Instructions to Bidders, Form of Bid, General Conditions of the Contract, Division 1 General Requirements, and the work of other Sections related to their own work. 1.06 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit his or her use of the premises for work and for storage, to allow for: 1. Work by other Contractors 2. Owner occupancy during constructi 3. Owner occupancy outside of Project Boundaries 01010 -2 NORTH WIND PARK WEIR RESTROOM SECTION 01010 SUMMARY OF WORK B. C. D. 1.07 FIELD VERIFICATION End of Section NORTH WIND PARK WEIR RESTROOM SECTION 01010 SUMMARY OF WORK Coordinate use of premises under the direction of Owner's Representative. Assume full responsibility for the protection and safekeeping of Products stored on the site. Move any stored products, under Contractor's control, that interferes with the operations of the Owner or separate contractor. E. Obtain and pay for the use of additional storage or work areas needed for operations. A. It is the Contractor's responsibility to verify all field measurements and site conditions. No allowance will be made for any items incorrectly fabricated or installed due to failure to perform such verification prior to commencing the work. PART 1 GENERAL 1.01 RELATED SECTIONS A. Section 00700 General Conditions of the Contract B. Section 01010 Summary of Work 1.02 STAKING OF CONSTRUCTION ITEMS A. The Owner will establish the horizontal, vertical, and boundary controls of the property. The Contractor is to notify the Owner no less than 48 hours before survey services are required. The Contractor is responsible for maintaining the control staking. Additional control restaking will cost the Contractor $60.00 per hour, and the sum will be deducted from monies owed the Contractor. B. The Contractor is to stake all construction items. The Contractor shall employ a licensed land surveyor, registered in the State of Washington, to lay out work. 1.03 WORK AREA NORTH WIND WEIR PARK RESTROOM SECTION 01015 SPECIAL REQUIREMENTS A. Confine operations and storage to work area. Work area for all work shall be as shown on the drawings. In those locations where existing vegetation or improvements are to remain, the Contractor must work around the material. 1.04 MATERIAL AND EQUIPMENT STOCKPILE LOCATIONS A. Stockpile materials and equipment only on approved areas of the site,. Submit list of stockpile sites for approval before material is delivered,. Stockpile areas shall not endanger or inhibit the public users of the site, outside the work area, in any way. 1.05 RESTORATION CLAUSE A. Restore to the Architect's satisfaction all areas disturbed by the construction process. All ingress or egress points that are disturbed will have to be regraded, resodded, etc., to restore them to original conditions. B. Protect all existing trees and fencing on site from potential Contractor damage above and below grade. If unavoidable damage occurs, notify Architect immediately and a decision will be rendered as to how the Contractor is to replace or repair the damage at the Contractor's expense. 1.06 SUSPENSION OF WORK BY OWNER A. The Owner's Representative may order all or any part of the Work suspended for such period as he/she deems proper because of unsuitable weather or such other conditions beyond the control of the Contractor that prevent satisfactory and timely performance of the 01015 -1 Work, or because of the failure of the Contractor to perform any provisions of the Contract or orders given to him/her. The Contractor shall not suspend work unless ordered or authorized to do so by the Owner and the Contractor shall immediately comply with such an order when given. The Contractor shall resume the suspended work when ordered by the Owner to do so. NORTH WIND WEIR PARK RESTROOM SECTION 01015 SPECIAL REQUIREMENTS B. Suspension of work by the Owner shall not be grounds for any claim by the Contractor for damages. The periods of suspension including but not limited to unsuitable weather conditions beyond the control of the Contractor that prevent satisfactory and timely performance of the Work shall be allowed as non - working calendar days unless the Owner concludes that the Contractor could have performed the suspended work if he had diligently prosecuted the Work prior to such suspension, and the contract completion date shall be extended by such number of calendar days or parts thereof. This time extension shall be the Contractor's sole remedy and the Contractor shall not be entitled to any damages for delay associated with such suspension of work. Any suspension due to the failure of the Contractor to carry out orders or perform work shall not be grounds for allowance of time but shall be counted as working days and not relieve the Contractor from any responsibility assigned under the Contract. C. Upon encountering asbestos or materials suspected of containing asbestos, the Contractor shall stop work in subject area and not remove, cut, or repair said material, nor shall the Contractor enter or work in any area suspected of containing asbestos with damaged covering material, until so directed by the owner. The Contractor shall make every effort to minimize the impact of any disruption or stoppage or work, and promptly notify the Owner /Architect in accordance with Article 14, General Conditions, or as otherwise provided herein. 1.07 EQUIPMENT STANDARDS A. All equipment furnished and/or installed under this Contract shall meet safety requirements of all applicable codes. 1.08 PARKING A. Parking for personnel on the work will be limited to an area within the project boundaries. The Contractor will be responsible for ensuring that no nuisance is created for the Owner or adjacent properties through use of the streets for parking for workmen. 1.11 REGULAR WORK HOURS A. Work may be accomplished during regular daytime work hours. End of Section 01015 -2 PART 1 GENERAL 1.01 SECTION INCLUDES A. Submit payment to Architect according to established schedule and in accordance with the General Conditions. 1.02 RELATED SECTIONS A. Section 00100 Instructions to Bidders B. Section 00700 General conditions of the Contract C. Section 01700 Contract Closeout 1.03 • FORMAT AND DATA REQUIRED NORTH WIND WEIR PARK RESTROOM SECTION 01027 APPLICATION FOR PAYMENT A. Submit applications in the form required by Owner with itemized data, required certificates and forms attached. 1. Certificate for Payment form provided by Owner. 2. Use AIA G -703 for Continuation Sheets. 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application form: 1. Fill in required information. a. Include Change Orders approved prior to submittal date. b. Fill in summary of dollar values to agree with respective total indicated on any continuation sheets. c. Sign by responsible officer of Contract firm. d. Sign all copies and have notarized; no photocopies of signatures permitted. B. Continuation Sheets: 1. Totally fill in all scheduled component work items. 2. Fill in dollar value in each column for each scheduled line item. a. Round off values to nearest dollar b. If no work has been performed put 0 c. Percent of work completed to date for each item. d. Percent of work previously completed for each item. e. Value of work completed for each item requested for present month. 01027 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01027 APPLICATION FOR PAYMENT 3. At end of continuation sheets, list each Change Order approved prior to submission date. a. List by Change Order Number, and description, as for an original component item of work. 4. On a separate sheet, state the amount paid to each M/WBE subcontractor: identify the amount paid for each application and the total to date. 1.05 INITIAL PAYMENT APPLICATION A. The principal administrative actions and submittals which must precede or coincide with the submittal of the first payment application (required submittal times are specified elsewhere in the contract documents), can be summarized as follows, but not necessarily by way of limitation: 1. Listing of subcontractors and principal suppliers and fabricators., 2. Schedule of Values. 3. Construction Schedule 1.06 APPLICATION AT TIME OF SUBSTANTIAL COMPLETION A. Following the issuance of the "Certificate of Substantial Completion ", and also in part as applicable to prior certificates on portions of completed work as designated, a "special" payment application may be prepared and submitted by the Contractor. The principal administrative actions and submittals which must precede or coincide with such special applications are specified in the General Conditions, Section 01700, and elsewhere in the Contract documents. Those specifically related to the application can be summarized as follows, but not necessarily by way of limitation: 1. Occupancy permits and similar approval or certifications by governing authorities and franchised services, assuring Owner's full access and use of the completed work. 2. Warranties, guarantees, maintenance agreements and similar provisions of the Contract Documents. 3. Test/adjust/balance records, maintenance instructions, meter readings, start- up performance records, and similar change -over information germane to the Owner's occupancy, use operation and maintenance of the completed work. 4. Final cleaning of the work. 5. Consent of surety. 6. Advice to Owner on coordination of shifting insurance coverages, including proof of extended coverages as required. 1.07 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in form, as specified, for progress payments. 01027 -2 l I. NORTH WIND WEIR PARK RESTROOM SECTION 01027 APPLICATION FOR PAYMENT B. Use continuation sheet for presenting final accounting statement, as specified. 1.08 FINAL PAYMENT APPLICATION A. The administrative actions and submittals which must precede or coincide with submittal of the final payment application are listed in Section 01700. 1.10 SUBMITTAL PROCEDURE A. Submit Certificate for Payment at times stipulated in the General Conditions. Allow stipulated time for processing. B. Number: Two (2) copies to Architect. (Originals) 1. Architect transmits two (2) copies to Owner for processing of Payment, after checking for accuracy. C. If application is improperly or incorrectly executed, an annotated copy will be returned for NEW SUBMITTAL. End of Section 01027 -3 :hange Orders approve in Drevious months by Owner— TOTAL ADDITIONS S DEDUCTIONS S Subsequent Change Orders Number Approved (date) • • TOTALS , PROJECT: (name, address) TO (Owner) EKirts Cott; Division of Capital Plamina A Development 500 4th Avenue, Room 320 Seattle, WA 98104 L_ In accordance with this Contract and the attached Application For Payment the Contractor is entitled to payment in the amount stipulated below. The present status of the account for this Contract is as follows: Net change by Charge Orders Architect State of: County at By: Date: S Owner Architect Contractor Field Other The undersigned certifies the Work covered by this Certificate for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid for Work for which previous Certificates for Payment were issued and payments received, and that the current payment shown herein is now due, and that prevailing wages have been paid In accordance with pie-flied statements on file with. the Department of Labor and Industries. Contractor. DIVISION OF CAPITAL PLMI INS & DEVELOIMUff ARCHITECTS PROJET NO: CONTRACT FOR: CONTRACT NO: CONTRACT DATE By: Data: This Certificate is not negotiable. It is payable only to the payee named herein and Its Issuance, payment and acceptance are without prejudice to any rights of the Owner or Contractor under their Contract If AlA DOCUMENT G702 APPUCATION FOR PAYMENT, or other application form containing satisfactory evidence of payment for Work previously completed DOES NOT ACCOMPANY THIS CERTIFICATE, the Contractor shall first provide the equivalent certification by completing and executing the following: CERTIFICATE NO: DATE OF ISSUANCE a) ORIGINAL CONTRACT SUM S b) TOTAL NET CHANGE ORDERS S c) CONTRACT SUM TO DATE S d) TOTAL COMPLETED TO DATE S e) PREVIOUSLY COMPLETED S f) THIS REQUEST S g) RETAINAGE 5 % of (f) h) SALES TAX of (f) i) TO BE PAID BY KING COUNTY (f .g+h) S Subscribed and sworn to before me this day of ' Notary Public: My Commission expires: 19 PART 1 GENERAL 1.01 SUMMARY A. Promptly implement approved change order and field order procedures as follows: 1. Provide full written data required to evaluate changes. 2. Maintain detailed records of work done on a time - and- material/force account basis. 3. Provide full documentation to Owner on request. 4. A change or substitution of any subcontractor listed on the Proposal shall be subject to the prior approval of the Owner and shall be confirmed with a no -cost change order. B. Designate in writing the names of authorized members of Contractor's organization who accept changes in the Work, and are responsible for informing other workers of the authorized changes. 1.02 RELATED SECTIONS A. Section 00700 General Conditions of the Contract B. Section 01027 Applications for Payment C. Section 01630 Substitutions and Product Options D. Section 01700 Contract Closeout 1.03 DEFINITIONS A. Change Order: See General Conditions and attached King County Standard Form. B. Change Proposal: See the attached King County Standard Form. When signed by Contractor, Architect and Owner, authorizes Contractor to proceed with a change altering contract sum or time, and its provisions are to be included in a subsequent change order. C. Field Directive: See the attached King County Standard Form. To be used only if work cannot wait two days. When signed by Contractor, Architect and Owner authorizes Contractor to proceed with a change altering contract sum or time, and its provisions are to be included in a subsequent change order. D. Architect's Field Order: See attached AIA Document G710. This form is a written order, comprising instructions, or interpretation, signed by Architect making minor changes in the Work not involving a change in Contract sum or Contract Time. 1.04 PRELIMINARY INITIATION /CHANGES 01036 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01036 CHANGE ORDER PROCEDURES A. Changes may be initiated by Owner or Architect through a Change Proposal submitted to Contractor. Proposal will include: 1. Detailed description of Change, Products, and location of change in Project. 2. Supplementary or revised Drawings and Specifications. 3. Projected time span for making change. a. Statement as to whether overtime work is, or is not, authorized. 4. A specific period of time during which requested price will be considered valid. 5. Such request is for information only, and is not an instruction to execute changes, nor to stop Work in progress. B. Contractor may initiate changes by submitting a written proposal to Architect, including: 1. Description of proposed changes. 2. Reason for making changes. 3. Effect on Contract Sum and Contract Time. 4. Effect on work of separate Contractors. 5. Documentation supporting any change in Contract Sum or Contract Time, as appropriate. 6. Architect shall incorporate the above into a Change Proposal. 1.05 CONSTRUCTION AUTHORIZATION A. Approval of Change Proposals and Field Directive indicated by Owner representative's acceptance signature and corresponding date in authorization section is required for Contractor to proceed with a change for subsequent inclusion in Change Order. B. If the Owner disapproves proposal, he/she will also state reason for disapproval, indicating if a revised proposal is requested or if the proposal is to be canceled, by separate correspondence. 1.06 DOCUMENTATION OF PROPOSALS AND CLAIMS 01036 -2 NORTH WIND WEIR PARK RESTROOM SECTION 01036 CHANGE ORDER PROCEDURES A. Support each lump -sum proposal quotation, and each unit price (not previously established) with sufficient substantiating data in accordance with 00700, Article 14. B. On request provide additional data to support time and cost computations: 1. Labor required. 2. Equipment required. 3. Products required. a. Recommended source of purchase and unit cost. b. Quantities required. 4. Taxes, insurance, and bonds. 5. Documented credit for work deleted from Contract. 6. Overhead and profit. 7. Justification for any change in Contract Time. C. Support each claim for additional costs, and time - and - material/force account work with documentation, as required for lump -sum proposal. Include additional information: 1. Name of Owner's authorized agent who ordered work, and date of order. 2. Dates and times work was performed, and by whom. 3. Time record, summary of hours worked, and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use. b. Products used,listing of quantities. c. Subcontracts. NORTH WIND WEIR PARK RESTROOM SECTION 01036 CHANGE ORDER PROCEDURES D. Document requests for substitutions for Products as specified in Section 01630. 1.07 PREPARATION OF CHANGE PROPOSALS A. Architect will prepare Change Proposals. Change Proposals will be numbered alphabetically. B. Form: King County Standard Change Proposal Form. C. Change Proposal describes Work changes, additions, and deletions, with attachments of revised Contract Documents to define change details. 1.08 PREPARATION OF FIELD DIRECTIVES A. Architect will prepare Field Directives. Field Directives will be numbered chronologically. B. Form: King County Standard Field Directive Form. C. Field Directive describes Work changes, additions, and deletions, with attachments of revised Contract Documents to define change details. 1.08 CHANGE ORDER EXECUTION PROCEDURE A. Change Order provides accounting of any Contract Sum and Contract time adjustment. B. Content of Change Orders will be based on Change Proposal and Field Directive forms approved by the Architect and Owner. C. Change Orders will be prepared monthly prior to progress payment submittal or at such intervals as the Architect deems most practical and will be numbered chronologically. D. Upon preparation, the Change Order will be provided to the Contractor for his/her agreement and signature, and then all four originals forwarded to the Owner's representative through the Architect. E. Upon signature and execution by the Owner, the Change Order becomes part of the contract documents and alters the contract time and cost as needed. 1.09 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Request for Payment forms to record each change as a separate item of Work. Record adjusted Contract Sum. 01036 -3 End of Section 01036 -4 NORTH WIND WEIR PARK RESTROOM SECTION 01036 CHANGE ORDER PROCEDURES B. Each month revise Progress Schedule reflecting each change in Contract Time. 1. Revise subschedule to show changes for other items of work affected by changes. C. Upon completion of work under Change Order, enter pertinent changes in Record Documents. 1.10 DISTRIBUTION A. Send copies to all concerned parties. 1. Change orders: a. Four originals to Owner b. Upon authorization, Owner transmits one signed copy each to Contractor and Architect. 2. Change Proposal: a. Distribution of executed copies: 1) One to Owner. 2) One to Contractor. 3) One to Architect. 3. Field Directive: a. Distribution of copies: 1) Two to Owner. 2) One to Contractor. 3) One to Architect. KING COUNTY, WASHINGTON Contract Change Order Contract No. Change Order No. I Page 1 of Project , Contractor In connection with your Contract with KING COUNTY dated please furnish your proposal for performing the changes outlined below and detailed on the attachments referred to: TO: ARCHITECT/ENGINEER BY: DATE: TO: , ArchitectEngineer We propose to perform all changes described in the above request for a total ADDITION/DEDUCTION to the Contract sum of: (Washington State Sales Tax not included) We have attached hereto Cost Estimate Detail Sheets Nos. The foregoing amount covers all direct and indirect costs related to this change and to the effect of the change on the remainder of the project. All other provisions remain in full force and effect. We request the completion date be extended calendar days because of this work. CONTRACTOR TO: KING COUNTY We have carefully examined the foregoing proposal and find it to be in order and the cost reasonable. We therefore recommend its acceptance. Following is a summary of the Contract amount: Original Contract Sum Previous Total ( w/tax) Original Sum Sales Tax This Change (Add/Ded) Total Original Sum Plus Tax This Change Sales Tax Previous Additions (w/tax) Total This Change Plus Tax Previous Deductions ( w/tax) New Total ARCHITECT/ENGINEER BY: DATE: BY: DATE: KING COUNTY hereby accepts the foregoing proposal and authorizes the performance of the changes specified. This instrument constitutes a Change Order to the Contract only when authorizing signature is affixed. Manager, DCFM - Capital Planning & Devel. Date Supervisor, Parks CIPSection Project Manager, Parks CIP Section Date AUTHORIZED BY: Date King County Executive Date: PROJECT: DATE: JOB NO: C CHANGE PROPOSAL NO: TO: In connection with your Contract with KING COUNTY dated please furnish your proposal for performing the changes outlined below and detailed on the attachments referred to: Additional construction costs related to project shutdown. ARCHITECT /ENGINEER TO: , Architect/Engineer We propose to perform all changes described in the above request for a total ADDITION/DEDUCTION to the Contract sum of: (Washington State Sales Tax not included) We have attached hereto Cost Estimate Detail Sheets Nos. The foregoing amount covers all direct and indirect costs related to this change and to the effect of the change on the remainder of the project. All other provisions remain in full force and effect. We request the completion date be extended calendar days because of this work. CONTRACTOR TO: KING COUNTY KING COUNTY, WASHINGTON Contract Change Proposal , Contractor BY: DATE: BY: DATE: We have carefully examined the foregoing proposal and find it to be in order and the cost reasonable. We t herefore recommend its acceptance. Following is a summary of the Contract amount : ARCHITECT /ENGINEER BY: DATE: The foregoing proposal is accepted and authorizes the performance of the changes specified. This instrument when signed below, constitutes authority to proceed with the above work. A formal Change Order in this amount will follow. Billigs cannot be honored for this change until issuance of the formal Change Order. AUTHORIZED BY: PROJECT: DATE: TO: Work to be Performed: Reason for Modification: Effect: Work under this Field Modification will be accomplished: Q With no change to the contract price O For a lump stun increase /decrease of to the contract price. 0 On a unit price basis with a maximum allowable increase /decrease of to the contract price. Q With work to start immediately and determination of any change to the contract price and/or completion date be negotiated. Negotiations to be complete by (within seven working days). Q With no change in contract completion date. Q With contract completion date extended/decreased calendar days. The Owner authorizes the performance of this Field Directive. Accepted by Recommended by Authorized by Approved by Rev. 422- 83 /BP, 54 1-83/TG (Contractor's Rep.) FIELD DIRECTIVE ATTENTION Title Date (Architect's Rep.) Title Date Project Manager Date Supervisor, Parks CIP Section Date Division of Capital Planning & Development PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 00700 General Conditions of the Contract. 1.02 DESCRIPTION A. Work Included: 1. Execute cutting, fitting or patching of work, required to: a. Make various parts of the work fit properly. b. Uncover work to provide for installation of ill -timed work. c. Remove and replace defective work. d. Remove and replace work not conforming to requirements of Contract Documents. e. Install specified Work in existing construction. f. Inspect concealed work which required inspection prior to covering. 2. In addition to Contract requirements, upon written instructions of Owner /Architect, as required to: a. Uncover work to provide for observation of covered work. b. Remove samples of installed materials for testing. c. Remove work to provide for alteration of existing work. 1.03 SUBMITTALS 01045 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01045 CUTTING & PATCHING A. Submit a written request for approval by the Owner /Architect prior to any cutting or alteration which affects: 1. The Work of the Owner or any separate contractor; 2. The structural value or integrity of any element of the Project; 3. The integrity or effectiveness of weather - exposed or moisture resistant elements or systems; 4. The efficiency, operation life, maintenance or safety of operational systems. B. The request shall include: 1. Identification of the Project. 2. Description of affected work. 3. Necessity for cutting. 4. Effect on other work, on structural integrity of the Project. 5. Description of proposed work. Designate: a. Scope of cutting and patching. b. Contractor and trades to execute Work. NORTH WIND WEIR PARK RESTROOM SECTION 01045 CUTTING & PATCHING C. Prior to additional cutting and patching done on instruction of the Owner /Architect, submit cost estimate. D. Should conditions of work or schedule indicate change of materials or methods, submit written recommendation to Architect, including: 1 Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Resubmittals as required for substitutions. E. Submit written notice to the Owner /Architect designating time work will be uncovered, to provide for observation. 1.04 PAYMENT FOR COSTS A. Contractor shall pay cutting and patching costs caused by ill -timed or defective work, or work not conforming to Contract Document, including costs for additional services of the Architect. B. Owner will pay for work done on instructions of the Architect, other than for defective or nonconforming work. PART 2 PRODUCTS 2.01 MATERIALS A. For replacement of work removed, comply with Specifications for type of work to be done. PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of work, including elements subject to movement or damage during: 1. Cutting and patching. 2. Excavating and backfilling. B. After uncovering Work, inspect conditions affecting installation of new products. C. Report unsatisfactory or questionable conditions to the Owner in writing. Do not proceed with the Work until the Owner has provided further instruction. 01045 -2 i I . i i i i i 3.02 PREPARATION PRIOR TO CUTTING NORTH WIND WEIR PARK RESTROOM SECTION 01045 CUTTING & PATCHING A. Provide shoring, bracing and support as required to maintain structural integrity of the affected portion of the Work. B. Provide protection for other portions of Project. C. Provide protection from elements for that portion of the Work which may be exposed by cutting and patching work. 3.03 PERFORMANCE A. Execute fitting and adjustment of projects to provide finished installation to comply with specified tolerances, finishes. B. Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs and new work. C. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. D. Refinish entire surfaces as necessary to provide an even finish. 1. Continuous Surfaces: To nearest intersections. 2. Assembly: Entire refinishing. E. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. F. Employ the original installer or fabricator to perform cutting and patching for: 1. Weather- exposed or moisture- resistant elements. 2. Sight - exposed finished surfaces. G. Fit and adjust products to provide a finished installation complying with specified installation data, functions, tolerances and finishes. H. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. Maintain required clearance around pipe in accordance with the National Fire Protection Association NFPA -13. Provide and install required fire stopping in conjunction with patching. 01045 -3 End of Section 01045 -4 NORTH WIND WEIR PARK RESTROOM SECTION 01045 CUTTING & PATCHING I. Existing surfaces requiring patching shall be repaired with materials matching adjacent. 1. If adjacent materials cannot be matched exactly, submit a sample of proposed materials of similar construction, finish and color along with a sample of the existing material for approval by the Architect. w t i i 1 .. f NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS PART I GENERAL 1.01 SECTION INCLUDES A. Listing of applicable Reference Standards used in Contract Document. These are indicated by acronym, full title, and address. 1.02 QUALITY ASSURANCE A. Any material and/or procedure specified by reference of the number, symbol or title of a specific standard such as a commercial standard, Federal specification, a trade association standard, technical society standard, or other similar standard, shall comply with the requirements of the latest revision thereto and any amendment or supplement thereto, in effect on the date of Invitation for Bids, except as limited to type, class or grade, or modified in such reference. The standards referred to, except as modified in the Specification, shall have full force and effect as though printed in the Specifications. B. When required by individual Specification Section, obtain copy of standard, catalog or excerpt. Maintain copies at jobsite during submittals, planning, and progress of the specific work through final acceptance of the work by the Owner. C. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.03 SCHEDULE OF REFERENCES A. All listings may not be referenced in the Contract Documents. B. Listings may not be complete. Where not shown, request information from Architect during bidding. Specified acronym may be listed/ Sweet's Architectural /Mechanical/Electrical files, or as generally understood and applicable within the construction industry. 01090 -1 ACRONYM ASSOCIATIONS & STANDARDS AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS AAMA American Architectural Manufacturers' Association 2700 River Road Des Plaines, IL 60018 AASHTO American Association of State Highway & Transportation Officials 444 North Capital Street Washington, DC 20001 ACI AGC AIA AIA AIHA AIMA American Concrete Institute Box 19150 Redford Station Detroit, Michigan 48219 Associated General Contractor of America 1957 "E" Street N.W. Washington, DC 20006 American Institute of Architects 1735 New York Avenue N.W. Washington, DC 20006 American Insurance Association 85 John Street New York, NY 10038 American Industrial Hygiene Association 475 Wolf Ledges Parkway Akron, OH 44311 Acoustical & Insulating Materials Association 111 W. Washington St. Chicago, IL 60002 01090 -2 AISC AISI AITC ALSC ANSI APA APAW APWA ASA ASA American Institute of Steel Construction 400 N. Michigan Avenue Chicago, IL 60611 American Iron & Steel Institute 1000 - 16th Street N.W. Washington, DC 20036 American Institute of Timber Construction 333 West Hampden Avenue Englewood, CO 80110 American Lumber Standards Committee P.O. Box 210 Germantown, MD 20874 American National Standard Institute 1430 Broadway New York, NY 10018 American Plywood Association P.O. Box 11700 Tacoma, WA 98411 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS Asphalt Paving Association of Washington, Inc. 1200 Westlake North Seattle, WA 98109 American Public Works Association Washington State Chapter Available: University Book Store, P.O. Box C -5009, Seattle, WA 98105 Tel. (206) 634 -3400 American Standards Association 10 E. 40th Street New York, NY 10018 American Subcontractor's Association 1004 Duke St. Alexandria, VA 22314 01090 -3 ASM ASCE ASHRAE ASME ASTM AWCI AWI AWPA AWPB AWPI NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS Architectural Specifications Manual, published by Specification Services/Painting and Decorating Contractors of America 27606 Pacific Highway South Kent, WA 98032 American Society of Civil Engineers 345 East 47th Street New York, NY 10017 American Society of Heating, Refrigeration, & Air Conditioning Engineer, Inc. 1791 Tullie Circle N.E. Atlanta, GA 30329 American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 American Society for Testing & Materials 1916 Race Street Philadelphia, PA 19103 Association of Wall and Ceiling Industries 25 K Street NE, Suite 300 Washington, DC 20009 Architectural Woodwork Institute 13924 Braddock Road Post Office Box 1550 Centerville, VA 22020 American Wood Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014 American Wood Preservers' Bureau P.O. Box 6085 Arlington, VA 22206 American Wood Preservers Institute 1651 Old Meadow Road McLean, VA 2210 01090 -4 AWS AWWA BHMA CISCA CRSI 2CS CSI DHI DFPA DOC American Welding Society 550 N.W. LeJeune Rd Miami, FL 33126 American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS Builders Hardware Manufacturers Association 60 East 42nd Street New York, NY 10017 Ceilings and Interior Systems Contractors Association 1800 Pickwick Ave. Glenview, IL 60025 Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 Commercial Standard of U.S. Department of Commerce, Business & Defense Services 909 First Avenue Seattle, WA 98104 Construction Specification Institute 601 Madison Street Alexandria , VA 22314 Door & Hardware Institute 7711 Old Springhouse Road McLean, VA 22102 -3474 Douglas Fir Plywood Association - See APA (now known as American Plywood Association Department of Commerce Washington, DC 20234 DSHS EPA FM FS GA HPMA IEEE IES Department of Social and Health Services Office of Licensing and Certification Health Facilities Survey Section 1112 South Quince, Mail Stop ET -31 Olympia, WA 98504 Environmental Protection Agency 401 M Street S.W. Washington, DC 20460 Northwest Region: 1200 Sixth Avenue Seattle, WA 98101 Factory Mutual System 1151 Boston- Providence Turnpike P.O. Box 688 Norwood, MA 02062 Federal Specification GSA Business Center 909 First Avenue Seattle, WA 98104 Gypsum Association 1603 Orrington Avenue, Suite 1210 Evanston, IL 60201 Hardware Plywood Manufacturers Association P.O. Box 2789 Reston, VA 22090 Institute of Electrical & Electronic Engineers, Inc. 435 East 47th Street New York, NY 10017 Illuminating Engineering Society 345 East 47th Street New York, NY 10017 01090 -6 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS is IPCEA IRIA MIW ML/SFA NAAMM NCMA NEMA NFPA NIBS NIOSH Insulated Power Cable Engineers Association P.O. Box P South Yarmouth, MA 02664 Industrial Risk Insurers Association 85 Woodland Street Hartford, CT 06102 Masonry Institute of Washington 925 116th N.E., Suite 201 Bellevue, WA 98004 Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 National Concrete Masonry Association P.O. Box 781 Herdon, VA 22070 National Electrical Manufacturer's Association 2101 "L" Street N.W., Suite 300 Washington, DC 20037 National Fire Protection Association Batterymarch Park Quincy, MA 02269 National Institute of Business Science 1015 15th Street N.W., Suite 700 Washington, DC 20005 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS National Institute of Occupational Safety and Health Department of Health, Education and Welfare Region 10 Arcade Building 1321 Second Avenue Seattle, WA 98101 01090 -7 NRCAS NSF NWMA NWWCB PCA PCI PS PSAPCA RFCI SDI National Roofing Contractors Association Standard 8600 Bryn Mawr Avenue Chicago, IL 60631 National Sanitation Foundation 3475 Plymouth road P.O. Box 1468 Ann Arbor, MI 48106 National Woodwork Manufacturer's Association, Inc. 205 West Touhy Avenue Park Ridge, IL 60068 Northwest Wall and Ceiling Bureau 325 Second Ave West Seattle, WA 98119 Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 Prestressed Concrete Institute 201 N. Wells St., #1410 Chicago, IL 60606 Product Standard of U.S. Department of Commerce Government Printing Office Washington, DC 20203 Puget Sound Air Pollution Control Agency 200 West Mercer Street P.O. Box 9863 Seattle, WA 98109 Resilient Floor Covering Institute 966 Hungerford Drive, Suite 12 -B Rockville, MD 20850 Steel Door Institute 712 Lakewood Center N. Cleveland, OH 44107 . 01090 -8 NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS SMACNA SSPC SWEETS SWI TIMA UL USDA WCLIB NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS Sheet Metal & Air- Conditioning Contractors National Association 8224 Old Courthouse Rd. Vienna, VA Steel Structures Painting Council 4400 fifth Avenue Pittsburgh, PA 15213 Sweet's Catalog File McGraw -Hill Information Systems Company 1221 Avenue of the Americas New York, NY 10020 Steel Window Institute 2130 Keith building Cleveland, OH 44115 Thermal Insulation Manufacturers Association P.O. Box 686 Mt. Kisco, NY 10549 TSCA Toxic Substance Control Agency: (See PSAPCA) UBC (ICBO) Uniform Building Code for International Conference of Building Officials 5360 South Workman Hill Road Whittier, CA 90601 Underwriters' Laboratories 333 Pfingsten Road Northbrook, IL 60062 United States Department of Agriculture 915 2nd Avenue Seattle, WA 98101 West Coast Lumber Inspection Bureau P.O. Box 23145 Portland, OR 97223 01090 -9 WSDA WSDOT WWPA PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used Washington State Department of Agriculture 406 General Administration Building AXL-41 Olympia, WA 98504 Washington State Department of Transportation Department of General Administration- Purchasing Department Room 216, General Administration Building Olympia, WA 98504 Western Wood Products Association 1500 Yeon Building Portland, OR 97204 Names and address of other organizations appearing in the Technical Sections where their products are specified, may be listed in Sweet's Architectural File. End of Section NORTH WIND WEIR PARK RESTROOM SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 00800 Contract Time and Sequence 1.02 PRE - CONSTRUCTION CONFERENCE MEETING NORTH WIND WEIR PARK RESTROOM SECTION 01200 PROJECT MEETINGS A. Owner will schedule and conduct a meeting prior to start of construction. 1. Owner will provide meeting location at a central site, convenient for all parties. Attendance is required of the following: a. Contractor's Superintendent and Project Manager. b. Major Subcontractors. c. Others, as appropriate. B. This meeting is to review Contract administration requirements,prepare the way for commencement of the Work. 1. Agenda: a. Owner will discuss pertinent detail information paralleling Project Manual requirements such as: 1) The Work; sequence, phasing, and occupancy 2) Job communications 3) Contractor's use of the premises 4) Special project procedures 5) Procedures and processing a) Field decisions b) Proposal requests c) Submittals d) Change Orders, Section 01076 e) Application for Payment, Section 01027 f) Other g) Architects visits: Reports h) MWBE Reports 6) Record Documents 7) Construction facilities,controls, and construction aids 8) Temporary utilities 9) Security procedures 10) Safety and first -aid procedures 11) Housekeeping procedures 12) Other 01200 -1 b. Contractor will present and distribute information indicating: 1) List of major subcontractors and suppliers 2) Preliminary construction schedule 3) Schedule of values 2. Minutes: At the conclusion of the meeting the Architect will write and distribute notes to all parties in attendance. 1.03 PROGRESS MEETINGS A. Architect's responsibilities shall include: 1. Schedule and administer progress meetings. 2. Prearrange weekly meeting time and day. 3. Make physical arrangements for meetings. 4. Preside at meetings. 5. Record minutes; include all significant proceedings, decisions, and summarize questions raised. 6. Reproduce and distribute copies of minutes within three days of each meeting to: a. all meeting participants b. all parties affected by decisions B. Persons to Attend 1. Owner's representative, and the Architect. 2. The Contractor and any subcontractors, materialmen, or vendors whose presence is necessary or requested. C. Agenda shall be as follows: 1. Review and approve minutes of previous meeting. 2. Construction schedule. 3. Submittals. 4. Contract Modifications. 5. Design/Construction issues. 6. Miscellaneous information. 7. Pay Request (as required) 8. Walk Through/Inspection of Work End of Section 01200 -2 NORTH WIND WEIR PARK RESTROOM SECTION 01200 PROJECT MEETINGS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 00700 General Conditions of the Contract B. Section 00800 Contract Time and Sequence C. Section 01027 Application for Payment D. Section 01036 Change Order and Field Order Procedures E. Section 01200 Project Meetings F. Section 01310 Construction Schedules F. Section 01400 Quality Control G. Section 01630 Products and Substitutions H. Section 01700 Project Closeout 1.02 REQUIREMENTS NORTH WIND WEIR PARK RESTROOM SECTION 01300 SUBMITTALS 1.03 M/WBE PARTICIPATION A. General Conditions of the Contract govern. Augmented details include but are not limited to the following: 1. M/WBE Participation 2. Construction Schedules 3. Schedule of Values 4. Shop Drawings, Product Data, and Samples a. Material Safety Data Sheets (MSD's) 5. List of Subcontractors 6. Manufacturer's Certificates A. Submit with the bid "Contractors Declaration of Minority/Women's Business Participation" form. B. Before entering into the Contract with King County submit the following: 1. Personnel Inventory Report 2. Affidavit and Certificate of Compliance - King County Code Chapter 12.16 3. Sworn Statement of Compliance - King County Code Chapter 12.16 4. Assurance of Compliance with Section 504 1.04 CONSTRUCTION SCHEDULES A. Submit a preliminary schedule to the Owner and Architect at the Pre - Construction Conference. 01300 -1 1.05 SCHEDULE OF VALUES NORTH WIND WEIR PARK RESTROOM SECTION 01300 SUBMITTALS B. Submit the final schedule within fifteen (15) calendar days of the Notice to Proceed. C. Form of Schedule: Horizontal Bar Chart 1. Activities shall include the purchasing of long lead items, shop drawing review and approval, and other pertinent activities as well as actual construction activity. No activity shall be longer than 15 work days. Activities longer than fifteen (15) calendar days shall be sub - divided or shall have the approval of the Owner. Since payment will be tied to the completion of planned activities, the description to those activities must provide enough detail to allow the Architect to match the actual work performed with a unique and definite activity on the schedule. Schedules shall be updated monthly. 2. For each activity indicate the duration in work days, the trade or subcontractor involved, equipment, location of work, and the dollar value of the activity. 3. The dollar value assigned to each activity shall be reasonable and based on the amount of labor, materials, and equipment involved. When added together the dollar value of all activities shall equal the contract price. 4. The Project critical path shall be clearly identified on the Horizontal Bar Chart. D. Scheduling of the work sequence shall be the responsibility of the Contractor and by this provision, the Owner is not deemed to approve the project schedule sequence of work. E. The Contractor shall analyze and reconcile with the Architect the actual construction progress at the time of each request for payment and the Contractor's monthly application for payments will be judged on the basis of his progress in relation to the dates shown on the schedule. Should the Contractor fail to provide the required schedule prior to the first request or update the schedule prior to subsequent requests, the Owner will withhold payment until such time as the Contractor complies with the requirement. A. Submit typed schedule on AIA Form G703, submit at the pre - construction conference. Contractor's standard form or media -driven printout will be considered on request by the Owner. B. Revise schedule to list Change Orders, for each application for payment. 1.06 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The Contractual requirements for shop drawings, product data, and samples are specified in the General Conditions, Section 00700. 01300 -2 01300 -3 NORTH WIND WEIR PARK RESTROOM SECTION 01300 SUBMITTALS B. Shop Drawings: submit Shop Drawings for fabricated and other work, as required by Specifications. Fabricate no work until shop Drawings have been accepted. 1. Show by whom materials, items, work, and installation are supplied, performed, or installed. Designate every item, material article, and the like, of installations. DO NOT use the expression "by others ". 2. Shop Drawings will not be reviewed without the General Contractor's signed review stamp affixed. It is the General Contractor's responsibility to verify dimensions and verify the number of each item required to complete the Work. 3. If Shop Drawings show variations from Contract requirements because of standard shop practices or other reason, make specific mention of such variations in your transmittal. a. If indicated departures affect a correlated function, item, article, work, installation or construction of other trades, make note of it in your transmittal. If extra cost is involved in related changes, you assume all such costs. 4. Copies Required: In accordance with the General Conditions of the Contract, except as modified below: a. One reproducible sepia and no prints of each drawing. 1) Forward the reproducible sepia of each drawing to Architect. (modify as requested by Consultant) C. Product Data: submit five copies unless otherwise specified. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the Work. Include manufacturers' installation instructions when required by the Specification section. D. MSD's: For each and any chemical which is known to be present in the workplace, submit Materials Safety Data sheets ( MSD's) in accordance with WAC 296 -62 -0544 through 05427, Hazard Communication Standard (available from Department of Labor and Industries). 1. Submit five copies unless otherwise specified in respective Specification section. Attach to each copy of product data per A. above and submit one extra copy for Architect's use. 2. Copies submitted to Architect are for Architect's information and use and will not be reviewed for completeness or appropriateness on project site. E. Samples: 1. Submit full range of manufacturer's colors, textures, and patterns for Architect's selection prior to ordering. NORTH WIND WEIR PARK RESTROOM SECTION 01300 SUBMITTALS 2. Samples are required to illustrate product's functional characteristics with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work. 3. Include identification on each sample, giving full information. 4. Submit in triplicate unless otherwise specified in respective Specification section; one will be retained by Architect. reviewed samples which may be used in the Work are indicated in the Specification section. 5. Provide field finishes at Project as required by individual specification section. Install sample complete and finished. Acceptable finishes in place may be retained in completed Work. 1.07 LIST OF SUBCONTRACTORS A. Submit a list of subcontractors according the General Conditions of the Contract. 1.08 WASHINGTON STATE PREVAILING WAGES FOR PUBLIC WORKS (RCW 39.12) A. All submittals to comply with the Washington State Prevailing Wage laws and regulations for this project are to be submitted to the Owner's Representative. B. Forms can be obtained from Industries Statistician, Washington State Department of Labor and Industries, Olympia, Washington. Questions shall be addressed to Washington State Department of Labor and Industries, Employment Standard Section at (206) 753 -4019. C. No progress payments shall be made to the Contractor until the Intent to Pay Prevailing Wages form from the Contractor and all Subcontractors are executed by the State and received by the Owner's Representative. It is the Contractor's responsibility to collect the forms from all Subcontractors and submit them to the Owner. D. No progress payments shall be made to the Contractor until the Contractor's/Subcontractor's Certification of Labor Standards/Prevailing Wages from the Contractor and all Subcontractors has been received by the Owner's Representative. It is the Contractor's responsibility to collect the forms from all Subcontractors and submit them to the Owner. A sample form is attached at the end of this section. E. Contractors and all Subcontractors shall familiarize themselves with the prevailing wage laws and regulations for this project. The Washington State Public Works Act Handbook is available from the State upon request. F. Following Final Acceptance of the project, it is the Contractor's responsibility to insure that all Affidavit of Wages Paid forms from the Contractor and all Subcontractors are executed, 01300 -4 ( 01300 -5 NORTH WIND WEIR PARK RESTROOM SECTION 01300 SUBMITTALS collected and submitted to the Owner. Retainage release cannot take place until Affidavits have been received by the Owner from the Contractor and all Subcontractors. L 1.09 WARRANTIES A. Submit upon completion of the project Warranties specified in Section 00350 to the Owner. �- 1.10 OPERATION AND MAINTENANCE MANUALS A. Prior to the required demonstrations for Architectural, Mechanical, and Electrical systems submit operation and maintenance manuals to the Architect for approval. 1 ._ 1.11 ARCHITECT'S REVIEW RESPONSIBILITIES 1 A. Reviewing is only for general conformance and compliance with Project design concept and Contract Documents. Any action shown is subject to Contract Document requirements. Subcontractor responsible for dimensions (confirm and correlate at job site); fabrication processes; construction techniques; quantities, space requirements, coordination of work with that of all other trades; union jurisdiction, infringements of patent rights, possible cause of injury to persons or property; satisfactory performance of your work, and the like. I_. B. Architect's review of separate items does not constitute review of assembly in which it functions. �- C. Submission of Materials Safety Data Sheets (MSD's) is for Architect's information and use and will not be reviewed for completeness or appropriateness for use on project site. 1 . { End of Section 1. ... 2. The parties certify that: 4. The subcontractor certifies that: a. The legal name and the business address are: b. The subcontractor is: Addendum to Contract between Contractor and Subcontractor KING COUNTY CERTIFICATE OF LABOR STANDARDS/PREVAILING WAGES CONTRACTOR/SUBCONTRACTOR CONTRACT AGREEMENT Date: Contractor: Project No: Address: 1. The parties, having executed a contract for: in the amount of $ in the construction of the above - identified project acknowledge and agree that: •a. The Labor Standards provisions are included in the aforesaid contract; b. The applicable David -Bacon wage rates are included in aforesaid contract; c. The Addendum to Contract between Contractor and Subcontractor is part of the Contract; d. Correction of any infractions of the aforesaid conditions, including infractions by the subcontractor and any lower tier subcontractors, is a mutual responsibility; a. Neither they nor any firm, partnership or association in which they have substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (40 U.S.C. 276a -2(a). b. No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sub - contractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. The subcontractor agrees to obtain and forward to the aforementioned contractor within ten days after the execution of any subcontract, including those executed by the subcontractors and any lower tier subcontractors copy of said contract containing fully executed items 1.a, b and c listed above. Employer ID license No. Tele. No. (3) A Corporation Organized and Licensed in the State of (4) Other Organization (Describe) (1) A Single Partnership (2) A Partnership c. The name, title and address of the owner, partners or officers of the subcontractor are: Name 5. The Contractor certifies that: b. The Contractor is: (1) A Single Partnership (2) A Partnership Contractor Signature: (Title) Title a. The legal name and the business address are: Employer ID License No. Tele. No. (3) A Corporation Organized and Licensed in the State of (4) Other Organization (Describe) Home Address c. The name, title and address of the owner, partners or officers of the Contractor are: Name Title Home Address (Date) (Title) Subcontractor Signature: (Date) PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 01010 Summary of Work B. Section 00800 Contract Time and Sequence C. Section 00700 General Conditions of the Contract 1.02 DESCRIPTION NORTH WIND WEIR PARK RESTROOM SECTION 01400 QUALITY CONTROL A. Provide and maintain an effective quality control program and perform sufficient inspections and tests of all items of work, including those of subcontractors, to ensure compliance with Contract Documents. B. Contractor is responsible for inspections and test required in Division 2 through 16, and the cost of same shall be included in the Contract Sum. C. Inspection and tests specified herein are in addition to those performed by Code Officials. Any costs associated with Code Inspections shall be included in the Contract Sum. D. Furnish appropriate facilities, instruments, and testing devices required for performance of the quality control program. E. Quality Controls must be adequate to cover construction operations and be keyed to the construction sequence. F. Quality Control Program shall provide for procedures to ensure that the latest Contract Documents, shop drawings, and instruction by the Contract are used for fabrication, testing, and inspection. PART 2 CONTRACTOR'S QUALITY CONTROL 2.01 PRE - INSTALLATION QUALITY CONTROL A. General: 1. Equipment and Material: It is the Contractor's responsibility to be certain that all equipment and materials selected by him, or for him by his subcontractors or material suppliers, conform exactly to the requirements of the Drawings and Specifications. The approval of a manufacturer's name by the Architect does not relieve the Contractor of the responsibility for providing materials and equipment which comply with the Contract Documents. 01400 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01400 QUALITY CONTROL 2. Before the installation of every major unit of work which requires coordination with other work, ensure that the unit of work can be installed and function as intended and required in conjunction with other work which has preceded or will follow. If the Installer reports unsatisfactory conditions for installation, do not proceed until these conditions have been corrected. 2.02 INSTALLATION QUALITY CONTROL A. Manufacturer's Recommendations: Unless otherwise noted or directed, install all work in accordance with Manufacturer's recommendations for best results. Do not omit any preparatory steps or installation procedures unless specifically modified or exempted by these Documents. B. Inspection: Inspect each item of materials or equipment immediately prior to installation. Reject damaged and defective items. C. Verify Dimensions: Recheck measurements and dimensions of the Work, as an integral step of starting each installation. D. Modifications Necessary to Accommodate Varying Products: In the event the Contractor receives approval to provide another manufacturer's product or assembly, it shall be understood that any modifications necessary to the proper installation and function of the substituted items shall be made by the Contractor at no additional cost to the Owner. Contractor shall bear the additional cost required for necessary detailing to accommodate the change. E. Closing -in the Work: Coordinate enclosure of work with required inspections and tests, so as to avoid the necessity of uncovering work for that purpose. F. Adjustment and Cleaning: Adjust, clean, lubricate, restore marred finishes, and protect newly installed work, to ensure that it will remain without damage or deterioration during the remainder of the construction period. If such damage or deterioration should occur, restore to new condition. PART 3 QUALITY ASSURANCE BY OWNER 3.01 CONFORMITY TO CONTRACT DOCUMENTS A. The Owner reserves the right to take and analyze samples of materials for conformity to the Contract Documents at any time. 01400 -2 B. The Contractor shall furnish samples upon request for conformity to the Contract Documents. C. Rejected samples of materials shall be immediately removed from the site at the Contractor's expense. Cost of testing of materials not complying with the Contract Documents shall be paid by Contractor. 3.02 RE- EXAMINATION OF WORK NORTH WIND WEIR PARK RESTROOM SECTION 01400 QUALITY CONTROL A. When required by the Architect and/or Owner, the Contractor shall provide facilities and labor necessary for a complete re- examination of work under suspicion. B. If the Architect or Owner finds the re- examined work defective, the Contractor shall bear the expense of re- examination and replacement. C. If the re- examined work is not found to be defective, the Owner shall bear the expense of re- examination. D. Test of Materials, if required, will be performed by an independent testing laboratory. The Contractor shall cooperate and furnish material for testing. Cost for testing will be included in the expense of re- examination and paid for in accordance with the above. 3.03 SCHEDULE OF TESTS AND INSPECTIONS BY OWNER'S TESTING LAB A. Inspection and testing services listed below will be performed by the Owner's Testing Lab. Inspection and tests performed by the Owner's Testing Lab shall be paid by the Owner. B. Sitework and Utilities: Perform the following services as required to assure compliance with requirements of Division 2 of the technical specifications. 1. Preload Fill Material: Test material for compliance with required specification. 2. Compaction of Fill: Test fill after compaction for required densities; verify bearing capacity of all bearing surfaces. 3. Sheeting, Shoring, and Underpinning: Inspection at site of the installation of shoring of excavation, of shoring for underpinning, and of construction of underpinning wall. C. Concrete Work: Perform the following services as required to assure compliance with requirements of Division 3 of the technical specifications. 1. Standard Reinforcing Steel and Embedded Items: Check reinforcing bars and fabric in place before placing of any concrete; verify condition of surfaces for bond 01400 -3 NORTH WIND WEIR PARK RESTROOM SECTION 01400 QUALITY CONTROL integrity with concrete, locations and sizes of all items to be embedded, and anchorage for prevention of displacement. 2. Structural Concrete: Make slump tests for each pour per ASTM C143; check batch consistency; furnish continuous inspection during placement, form removal, repair and patching, and curing of concrete. Make and cure at least 3 test cylinders of each strength of concrete for each 150 cubic yards placed or each day's pour, whichever is the greater. Verify floor elevations and screeds, consolidated methods, and finishes. D. Masonry: Perform the following services as required to assure compliance with requirements of Division 4 of the technical specifications. 1. Reinforced Masonry: Furnish continuous inspection during placement of reinforcements, anchorages and grouting; test mortar and grout for compressive strength. Perform other duties and responsibilities as maybe noted on drawings. E. Metal Work: Perform the following services as required to assure compliance with requirements of Division 5 of the technical specifications. 1 Structural Steel: Check location and fit of all anchorages and inserts. Verify adjustments to fit inaccuracies. Furnish visual inspection of erection of all structural steel components of the work. Furnish inspection and testing of all field welding in accordance with requirements for welding specified hereinafter. Inspect and verify plumbness and tolerances of structural frame for compliance with AISC Code of Standard Practice and with requirements of the Contract Documents; other duties and responsibilities as may be noted on drawings. 2. Bolting Requirements: Furnish visual inspection of structural joints where ASTM A307, and A490 bolts are used; verify that applicable requirements of AISC specifications are met. Inspect the procedure and the installation of high- strength bolts and observe field installations to assure that approved procedures are followed. Test a minimum of 10% of bolts with calibrated wrench to verify that minimum required bolt tension is furnished. Should any bolt in a given connection test below minimum tension required, test all bolts in that connection. 3. Metal Decking: Inspection during erection of connections and attachment to supports, of installation and attachment of closures and accessories, and of the placement of fill over deck. F. Glued- Laminated Lumber: Check lumber grades and species, moisture content, preparation for gluing, glue mixing, spreading and clamping at plant; check appearance, protection, size, length, connections and erection at site. G. Thermal and Moisture Protection: Perform the following services as required to assure compliance with requirements of Division 7 of the technical specifications. 01400 -4 End of Section 01400 -5 NORTH WIND WEIR PARK RESTROOM SECTION 01400 QUALITY CONTROL 1. Roofing and Waterproofing Membrane: Verify condition of substrates and their fitness for the application of waterproofing materials; inspection and approval of all joints and base flashing; continuous inspection during the application of roofing and membrane materials, including flashing and counterflashing. H. Contractor's Responsibilities: 1. Cooperate with engineering and laboratory personnel. Provide access to work required to be inspected/tested, and to Manufacturer's operations. 2. Provide to laboratory: a. preliminary design mix proposed to be used for concrete (if any); and b. other material mixes requiring control by testing laboratory. 3. Furnish incidental labor and facilities required to: a. provide access to work to be tested; b. facilities inspections and tests; and c. provide for storage and curing of test samples when requested. 4. Notify Owner or laboratory sufficiently in advance of operations (not less than 48 hours) to allow for laboratory assignment of personnel and scheduling of tests. a. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's action. I. EXCEPTIONS 1. Concrete mixing plants and plants producing fabricated concrete, steel, and wood products which have been previously certified by the Building Official, are not subject to plant inspection, unless specifically required; however, text cylinders are required for all structural concrete. PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 01010 Summary of Work B. Section 00800 Contract Time and Sequence C. Section 00700 General Conditions of the Contract 1.02 DESCRIPTION 01500 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01500 CONSTRUCTION FACILITIES & TEMPORARY CONTROLS A. Arrange for and provide temporary facilities and controls as specified herein and as required for the proper and expeditious prosecution of the Work. Pay all costs, except as otherwise specified, until final acceptance of the Work unless the Owner makes arrangements for the use of completed portions of the Work after substantial completion. B. Make all temporary connections to utilities and services in locations acceptable the Owner, Architect, and local authorities having jurisdiction thereof. Furnish all necessary labor and material, and make all installations in a manner subject to the acceptance of such authorities and the Architect. Maintain such connections when no longer required. Restore the services and sources of supply to proper operating condition. C. Pay all costs for temporary electrical power, temporary water, and temporary heating. 1.03 PROTECTION OF EXISTING UTILITIES A. During the course of the work of this contract protect existing "Utilities to Remain" from any damage or interruption of services. The Contractor shall be responsible for determining the exact location of all existing utilities, whether or not indicated on the drawings. PART 2 TEMPORARY FACILITIES AND CONTROLS 2.01 PROJECT IDENTIFICATION AND SIGNS A. No signs or advertisements will be allowed to be displayed on the premises without the approval of the Owner. B. One temporary job sign shall be provided by the Contractor and shall be subject to the review of the Architect and the approval of the Owner. Text and lettering shall be as indicated on the attached sheet (see Temporary Job Sign). 2.02 TEMPORARY ELECTRICITY A. The existing electrical system may be used for temporary electrical power not to exceed 20A, single phase, 110V. B. Install circuit and branch wiring, with area distribution boxes located so that electricity is available for power and lighting throughout the construction by the use of construction -type power cords, All temporary equipment shall be installed and maintained in accordance with all applicable safety regulations. C. Provide artificial lighting for all work areas where natural light is not adequate for work and areas of public access. D. Remove all temporary wiring, lighting, and other temporary electrical equipment and devices when construction is completed. 2.03 TEMPORARY HEAT AND VENTILATION NORTH WIND WEIR PARK RESTROOM SECTION 01500 CONSTRUCTION FACILITIES & TEMPORARY CONTROLS A. Provide temporary heat and ventilation required to meet specified minimum conditions for installation of materials and to protect materials and finishes from damage due to temperature or humidity. B. Provide adequate forced ventilation of enclosed areas to cure installed materials, disperse humidity, and prevent hazardous accumulations of dust, fumes, vapors and gases. C. After the permanent systems are sufficiently installed, they may be used in lieu of temporary systems. The responsibility for full operation remains with Contractor until building is accepted. Provide air filters on building fan equipment and return duct openings, heat pumps, and the like, used for temporary heat. Replace used filters with clean ones at completion of the work. 2.04 TEMPORARY WATER A. Existing building/site domestic water system may be used for water for construction purposes. Cost of water will be paid by the Owner. Costs of temporary piping including pressure- reducing stations, removal of piping, and restoration of Owner's utilities at the completion of the work shall be paid by the Contractor. Piping of temporary water service shall not exceed the capacity of the Owner's system and shall be limited to 1 -1/2" pipe size. 01500 -2 NORTH WIND WEIR PARK RESTROOM SECTION 01500 CONSTRUCTION FACILITIES & TEMPORARY CONTROLS B. Provide drinking water from a proven safe source for all those connected with the Work. Pipe or transport water in such a manner as to keep it clean and fresh. Serve in single service containers or sanitary drinking fountains. C. Install branch piping as required for construction; include appropriate pressure- reducing stations. Locate taps so water is available throughout the Project by use of hoses. Protect piping and fittings against freezing. D. At the completion of the construction or at such time after the Contractor makes use of the permanent water installation, all temporary water service equipment and piping shall be removed and all worn or damaged parts of the permanent system shall be replaced and equipment placed in first class condition equal to new. 2.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain in a sanitary condition closed weather tight toilets for the use of all construction personnel at a location within the Contract limits, complete with fixtures, water and sewer connections and all appurtenances. Upon completion of the Work, toilets and their appurtenances shall be removed. Install in accordance with all applicable codes and regulations of authorities having jurisdiction. Chemical toilets will be permitted. The number of toilet rooms required shall be in accordance with the ANSI Standard Safety Code for Building Construction or other local authorities. 2.06 TEMPORARY FIRE PROTECTION A. Comply with all governing laws, codes. and regulations to maintain required protection at all times. Include proper and adequate back up protection during any "Shut- Down" of normal protection systems. Coordinate with Owner's existing system. B. The Contractor shall conduct operations in a manner that is fire -safe for the work area and adjacent areas. proper fire extinguishers shall be provided, identified, and maintained. The premise shall be maintained clear of rubbish, debris, or other material constituting a potential fire hazard. A proper fire separation shall be maintained. C. Where significant or continued non - compliance with fire safety is noted, the Owner reserves the right to stop the work at no extra cost or extension of time pending remedial action. Furthermore, the Contractor shall be responsible for, and reimburse the Owner as appropriate, any fines or penalties levied by the Fire Department. D. Pay all costs for installations, maintenance, and removals. 01500 -3 2.07 WATER CONTROL NORTH WIND WEIR PARK RESTROOM SECTION 01500 CONSTRUCTION FACILITIES & TEMPORARY CONTROLS A. Provide methods to control surface water and underground water (as applicable). Prevent damage to Project, site, and adjoining properties. Control excavation, grading and ditching to direct surface drainage away from construction areas, and to direct drainage to proper runoff. B. Dispose of drainage water in a manner to prevent flooding, and other damage to any portion of the building, site or adjoining areas. 2.08 DEBRIS CONTROL A. Maintain all areas free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking areas, and along access roads and haul routes. C. Keep storm sewers free of debris or extraneous materials. 2.09 FIELD OFFICES A. During entire construction period, furnish, install, and maintain, inside work area a temporary field offices with a telephone. 2.10 REMOVAL OF TEMPORARY FACILITIES AND CONSTRUCTION A. At completion of work and when directed, remove all temporary construction and facilities from structures and premises. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 2.11 PROTECTION OF COMPLETED WORK A. Contractor shall provide necessary tarps, enclosures or other measures to protect completed work. B. Any completed work which is damaged by contractor operations shall be repaired at no expense to the Owner. End of Section 01500 -4 PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 00100 Instruction to Bidders B. Section 00700 General Conditions of the Contract C. Section 01010 Summary of Work 1.02 PRODUCTS NORTH WIND WEIR PARK RESTROOM SECTION 01630 PRODUCTS & SUBSTITUTIONS A. Where specified only by reference standards, select any product meeting standards by any Manufacturer. 1. Any material and/or procedure specified by reference to the number, symbol or title of a specific standard such as commercial standard, Federal Specifications, a trade association standard, technical society standard, or other similar standard, shall comply with the requirements in the latest revision thereof and any amendments or supplement thereto, in effect on the date of Invitation to Bid, except as listed to type, class or grade, or modified in such reference. The standards referred to, except as modified in the specification, shall have full force and effect as though printed in the specification B. Where specified by naming several products or Manufacturers, select any product and Manufacturer named. Other products and manufacturers will not be considered. C. Where specified by naming one or more products, but indicating "or approved" after specified listing, submit any request for another product substitution on the attached form. D. Where specified by naming only one product and Manufacturer, there is no option, and no substitution will be allowed. 1.03 OBJECTIONS TO APPLICATION OF PRODUCTS A. Contractor shall become familiar with specified products and installation procedures and shall submit to Architect any objections (in writing and in accordance with Section 01630) no later than 10 days prior to Bid Date. Submittal of Bid constitutes acceptance of products and procedures specified. 1.04 TRANSPORTATION AND HANDLING A. Materials, products and equipment shall be properly containerized, packaged, boxed and protected to prevent damage during transportation and handling. 01630 -1 B. More detailed requirements for transportation and handling may be indicated under the specific Sections. 1.05 STORAGE AND PROTECTION A. Provide suitable temporary weathertight storage facilities as may be required for materials that will be damaged by storage in the open. B. Available storage space at the job site is limited to the site shown on the Drawings. Allocate such space for storage purposes. Any additional off -site space required is the responsibility of the Contractor. C. Allocate the available storage areas and coordinate their use by the trades on the job. Maintain a current layout of all storage facilities. D. Store and protect materials delivered at the site from damage. Do not use damaged material on the Work. 1.06 INSTALLATION REQUIREMENTS A. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the respective manufacturers, unless otherwise specified. 1.07 PRODUCT APPROVAL STANDARDS 01630 -2 NORTH WIND WEIR PARK RESTROOM SECTION 01630 PRODUCTS & SUBSTITUTIONS A. Definitions: 1. The term "product" shall include material, equipment, assembly methods, manufacturer, brand, trade name or other description. 2. References to approved equal or similar terms mean that approval of the Architect is required. B. Proof of Compliance: 1. Whenever the Contract Documents require that a product be in accordance with Federal Specifications, ASTM designation, ANSI specification, or other association standard, the Contractor shall present an affidavit from the manufacturer certifying product compliance. Where requested or specified, submit supporting test data to substantiate compliance. C. Substitutions, General: 1. The Contractor shall accompany any request for substitution with such drawings, NORTH WIND WEIR PARK RESTROOM SECTION 01630 PRODUCTS & SUBSTITUTIONS specifications, samples, manufacturer's literature, performance data, and other information necessary to describe and evaluate the proposed substitution completely. The burden of proof shall be on the Contractor. 2. If any substitutions will affect a correlated function, adjacent construction, or the Work of other trades or contractors, the necessary changes and modifications to the affected work shall be considered as an essential part of the proposed substitution, to be accomplished by the Contractor without additional expense to the Owner if and when accepted. D. Approval for Substitution of Nonspecified Products Prior to Bid Date: 1. For inclusion of products other than those specified, Bidders shall submit a substitution request in writing at least 10 days prior to the bid date. Requests received after this time will not be reviewed or considered regardless of cause. Requests shall clearly define and describe the product for which inclusion is requested. When accepted by the Architect approval will be in the form of an addendum to the Specification issued to all plan holders on record. E. Substitutions after Award of Contract: 1. Substitutions of products will be considered after award of Contract only under one of the following conditions: a. When the specified product is not available, a proposed substitution will not be considered unless proof is submitted that firm orders were placed within ten (10) days after review by the Architect of the item listed in the Specifications or the unavailability is due to a strike, lockout, bankruptcy, discontinuance of the manufacturer of a product, or natural disasters. b. When a guarantee of performance is required and, in the judgment of the Contractor, the specified product or process will not produce the desired results. c. When in the opinion of the Architect and Owner, such substitution is in the Owner's best interests. 2. Request for such substitution shall be made in writing to the Architect within ten (10) days of the date that the Contractor ascertains that he cannot obtain the material or equipment specified, or that the performance cannot be guaranteed. 3. Permission to make any substitution after award of Contract shall be effected by a Change Order. It shall not relieve the Contractor, any subcontractor, manufacturer, fabricator, or supplier from responsibility for any deficiency that may exist in the substituted product or for any departures or deviations from the requirements of the Contract Documents as modified by such Change Order. Except as otherwise expressly specified by the Contractor in his request for substitution and expressly approved in such Change Order, the Contractor shall be deemed to warrant by his request that the proposed substitute product will satisfy all standards and requirements satisfied by the originally specified product and the Change Order shall not be deemed to modify the Contract Documents with respect thereto. End of Section 01630 -3 SUBSTITUTION REQUEST FORM TO: Proposed substitution MacLeod Reckord 231 Summit Avenue East Seattle, WA 98102 (206) 323-7919 PROJECT NAME: KING COUNTY DIVISION of CAPITAL PLANNING and DEVELOPMENT North Wind Weir Park Restroom We hereby submit for consideration, the following product instead of specified item for above project: SECTION PARAGRAPH SPECIFIED ITEM Attach complete dimensional information and technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and Specifications that proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality, performance, and appearance to that specified. Indicate laboratory tests, if applicable. Clearly mark Manufacturer's literature to indicate equality in performance. Indicate differences in quality of materials and construction. Fill in Blanks Below: A. Does the substitution affect dimensions shown on Drawings?: Yes No If yes, clearly indicate changes. B. Will the undersigned pay for change to the building design, including engineering and detailing costs caused by the requested substitution?: Page 1 of 3 (Form) C. What affect does substitution have on other trades, other contracts, and contract completion date ?: D. What affect does substitution have on applicable code requirements ?: E. Difference between proposed substitution and specified item ?: F. Manufacturer's guarantees of the proposed and specified items are: Same Different (explain) G. List the names and addresses of 3 similar projects on which product was used, date of installation, and Architect's name and address: H. What is the approximate delivery time from approval of shop drawings? I. What are differences in maintenance procedures? J. Are spare parts and maintenance available in U.S.A.? Where? (For equipment submittals) K. Cost impact: Undersigned attests function and quality equivalent or superior to specified items. Submitted By: By: Signature Title for Use by Architect: Accepted Not Accepted Accepted as Noted End of Form Page 3 of 3 (Form) CERTIFICATION OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE Date: Firm: Address: Telephone: Signature must be by person having authority to legally bind his/her firm to the above term. Received Too Late PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Section 01010 Summary of Work B. Section 00700 General Conditions of the Contract C Section 01300 Submittals 1.02 DESCRIPTION A. ' Requirements include: 1. Preliminary and Final Punch List Procedures 2. Record Drawings 3. Guarantees and Warranties 4. Operations and Maintenance Manuals 5. Certificate of Occupancy 6. Release of Liens 1.03 CLEANING UP NORTH WIND WEIR PARK RESTROOM SECTION 01700 PROJECT CLOSEOUT A. The premises and the job site shall be maintained in a reasonably neat and orderly condition and kept free from accumulations of waste materials and rubbish during the entire construction phase. B. The building shall be prepared for occupancy by a thorough cleaning throughout, including washing (or cleaning by other methods) of surfaces on which dirt or dust has collected, and by washing glass on both sides. C. Leave equipment in an undamaged, bright, clean and polished condition. Recleaning will not be required after the Work has been inspected and accepted unless later operations of the Contractor make recleaning of certain portions necessary. D. Upon completion of the Work, remove temporary buildings and structures, fences, scaffolding, surplus materials, and rubbish of every kind from the site of the Work. 1.04 PUNCHLIST PROCEDURES A. Contractor shall issue a written statement that all work on all portions of the work is complete, including final cleaning, and request that the Architect perform the Initial Punchlist. If there are uncompleted items which the Contractor is aware of , the Contractor shall include such list within his written request for the Initial Punchlist. At the Architect's 01700 -1 NORTH WIND WEIR PARK RESTROOM SECTION 01700 PROJECT CLOSEOUT option, the initial punchlist will be provided with these outstanding items not completed or the initial punchlist will not be provided until all work is complete. The Architect, based on the specific request of the contractor, will visit the site to do the Initial punchlist. If the Architect finds the work not complete or additional items beyond the Contractor's listing are not complete, the Architect reserves the right not to perform the Initial punchlist, without giving the Contractor cause for a delay claim. B. Contractor shall correct all deficient items and re -issue Architect's punchlist forms with their initials and date complete, along with a written statement that the entire project is complete and ready for the Final Punchlist. If the Contractor takes exception to any of the punchlist items, a written statement must be returned with the punchlist defining specific items and why they have not been corrected. C. Architect will perform the Final Punchlist walkthrough to verify that all Initial Punchlist items are complete, as stated by the Contractor. D. Should corrections not be made and should additional inspections of the Work be required due to failure of the Contractor to remedy defects listed, the Contractor shall reimburse the Owner for Architect's extra services via a credit change order, the sum of $65.00 per hour, actual cost of his expenses by private automobile at the rate of 25 cents per mile as payment for office /site time and expenses due to the negligence of the Contractor. PART 2 DOCUMENTS REQUIRED PRIOR TO CONTRACT CLOSEOUT 2.01 REQUIREMENTS A. Prior to final payment, and before the issuance of a final Certificate for Payment, file the following with the Architect: 1. Warranties and Guarantees: a. Provide 2 copies of a bound volume containing the warranties and guarantees required by the Contract Documents and General Conditions. 2. Release of Liens: a. Provide Release of Liens forms as required by the Contract Documents. 3. Operation and Maintenance Manuals: a. Provide 3 sets of manuals containing the manufacturers' instructions for maintenance and operation each item of equipment and apparatus furnished under the Contract. Arrange the manuals in proper order, indexed and suitably bound. Assemble these manuals for Divisions 2 - 16 and submit them to the Architect. 01700 -2 NORTH WIND WEIR PARK RESTROOM SECTION 01700 PROJECT CLOSEOUT b. Prior to final inspection or acceptance, fully instruct Owner's designated personnel in the operation, adjustment, and systems. Use operation and maintenance manuals as basis for instructions 4. Record Documents: a. Provide a complete and accurate record of changes and deviations from the Contract Documents and Shop Drawings, as the Work progresses. Submit this record set to the Architect which shall include: .1 Drawings, annotated as work progresses .2 Specifications, annotated as work progresses .3 Addenda .4 Change order and other contract modifications .5 Field orders or other written instructions .6 Approved shop drawings and product data .7 Field test reports 5. Certificate of Occupancy: a. Obtain and pay for a Certificate of Occupancy where applicable, and deliver to the Architect. PART 3 CONTRACT CLOSE -OUT PROCEDURES 3.01 CLOSE -OUT PROCEDURES CHECKLIST A. The following Close -out Procedures Checklist gives the order and responsibility for the requirements of the Final Contract Close -out: RESPONSIBILITY REQUIREMENT ARCHITECT 1. Preliminary Punch List (optional on small projects) CAPAITAL 2. Certificate of Substantial Completion (optional)- accept PLANNING -PM responsibility for: a.Insurance (date of notice to Risk Mgmt. w /job cost breakdown) b. Utilities (date of notice and Utility Form to Support Services) c. Maintenance (date of notice to Operations) CONTRACTOR d. Certificate of Occupancy to Architect (if required) ARCHITECT 3 . Final Punch List CONTRACTOR 4. 100% completion of contract requirements. a. Punch list items complete. b. Guarantees and Warranties to Architect c. Test results to Architect (if required) d. Record Drawings to Architect e. Operations and Maintenance Manuals to Architect 01700 -3 f. Certificate of Occupancy to Architect g. Keys and key schedule to Architect h. Certificates of inspection to Architect (if required) i. Release of Liens certificates to Architect j. Certification of Compliance to Architect k. Complete requirements for Dept. of Labor and Industries insurance release. 1. Final Affidavit of Wages Paid to PM m. King County Contract Compliance requirements completed. n. Submit all permits with 100% completion sign off to Parks. CONTRACTOR 5. Final Billing -100% - submit to Architect CAPITAL PLANNING -PM a. PA send MBE Approval Form to Office of Civil Rights Envorcement. Do not pay billing without executed form. CAPITAL PLANNING -PM b. H &CD project only- PM notify H &CD to authorize payment ARCHITECT 6. Letter to PARKS recommending acceptance CAPITAL 7. Notice of Completion and Final Acceptance letter (signed by PLANNING -PM Division Manager) sent to Contractor a. Process Notice of Completion and Final Acceptance for approval by the Division Manager -attach signed Affirmative Action Form -send to Contractor when signed. Attach report of Contractor's Performance from Parks PM CAPITAL PLANNING -PM b. After execution of the Notice of Final Acceptance letter- accept responsibility for: 1. Insurance (date of notice to Risk Mgmt. w/job cost breakdown) 2. Utilities (date of notice and Utility Form to Support Services) 3. Maintenance (date of notice to Operations) Note: If 1,2,& 3 were completed at Beneficial Occupancy, delete here c. Obtain State Excise Tax Release CAPITAL PLANNING/ FISCAL CONTRACTOR d. Obtain Employment Security Release e. Submit Affidavit of Wages Paid (white copy) from State Dept. of Labor and Industries to Parks f. Obtain Dept. of Labor and Industries Insurance Release CONTRACTOR CAPITAL PLANNING/ FISCAL 8. Initiate lien search 45 days after date of Final Acceptance. a. Request Lien Search (search from start date of contract to 45 days past Final Acceptance) CAPITAL PLANNING /9. Release of retainage: CONTRACTOR (cannot begin until 45 days after Final Acceptance Date. Payment will not be made until items 7b,7c,7e, and 7f above are received) CAPITAL PLANNING /10. Final inspection prior to end of One Year Guarantee ARCHITECT Period 01700 -4 NORTH WIND WEIR PARK RESTROOM SECTION 01700 PROJECT CLOSEOUT These procedures are in addition to those required by other County agencies that include but are not limited to the M/WBE and Contract Compliance Division. Contact Agencies: 1. King County M/WBE and Contract Compliance Division 821 2nd Avenue, 13th Floor Seattle, Washington 98104 (206) 689 -3168 2. Washington State Department of Labor and Industries Insurance Release: Contract Compliance Unit Post Office Box 44152 Olympia, Washington 98504 -4152 (206) 956-4762 Affidavit of Wages Paid: Labor - Employment Standards Division 925 Plum Street Olympia, Washington 98504 (206) 753 -4019 End of Section 3. King County Planning & Community Development Division 707 Smith Tower Seattle, Washington 98104 (206) 296 -7540 NORTH WIND WEIR PARK RESTROOM SECTION 01700 PROJECT CLOSEOUT TECHNICAL SPECIFICATIONS NORTH WIND WEIR PARK RESTROOM SECTION 02210 PRELOADING PART 1- GENERAL 1.01 SCOPE OF SECTION This section addresses earthwork related to preloading, including: 1. Subgrade preparation beneath preload areas 2. Preload fill materials 3. Preload placement 4. Preload monitoring 1.02 STANDARDS WSDOT -APWA: Washington State Department of Transportation and American Public Works Association, 1994 Standard Specifications for Road, Bridge, and Municipal Construction and any Amendments to 1994 WSDOT -APWA Standard Specifications for Road, Bridge and Municipal Construction. ASTM: American Society for Testing and Materials, 1996 Annual Book of ASTM Standards, Volume 4.08: Soil and Rock and Volume 4.09: Soil and Rock; Geosynthetics. ASTM D 1557 or "Modified Proctor:" Standard for determination of maximum dry density (MDD) and optimum moisture content of a given soil or aggregate material. 1.03 EARTHWORK AND PRELOADING SUBMITTALS A. Preload Fill Samples: Submit to the Geotechnical Engineer a one cubic foot representative sample of each type of Preload Fill proposed for use. B. Preload Fill Source Information: For any preload soils imported to the site, submit information on the source location, address, owner, available quantity, and quality of imported fill material to be delivered to the site under this contract. Provide soil test results indicating that the proposed import material meets the specified criteria. C. Construction Record Drawings of Preload: Submit Construction Record Drawings prepared by a licensed land surveyor, showing grades and layout of preload, superimposed on project plans provided by the Owner. Obtain approval from the Owner. 02210 -1 D. See Section 01300 (MacLeod Reckord to check) for additional information on submittals. 1.04 QUALITY ASSURANCE Owner will engage geotechnical testing and inspection services (Geotechnical Engineer; Hong West and Associates, Inc.) for quality control testing during preloading and earthwork operations. 1.05 QUALITY CONTROL NORTH WIND WEIR PARK RESTROOM SECTION 02210 PRELOADING A. The Contractor is responsible for the quality of the work and for complying with the specifications. Initial testing specified in Section 1.5 B will be conducted by the Geotechnical Engineer at the Owner's expense. The testing frequency will be determined by the Geotechnical Engineer, based on field conditions. The Contractor shall be responsible to coordinate testing with the Geotechnical Engineer and the Owner. B. The following initial field and laboratory tests will be performed at the Owner's expense by the Geotechnical Engineer: ASTM D 422: Standard Test Method for Particle -Size Analysis of Soils. ASTM D 1557: Test Methods for Moisture - Density Relations of Soils and Soil - Aggregate Mixtures Using 10 pound (4.54 kg) Rammer and 18 inch (457 mm) Drop. ASTM D 1556: Test Method for Density of Soil in Place by the Sand -Cone Method. ASTM D 2922: Test Methods for Density of Soil and Soil- Aggregate Mixtures in Place by Nuclear Methods (Shallow Depth). C. Other tests may be performed as necessary based on field conditions, to verify the suitability of the materials used for the intended purpose. D. Any additional testing required due to failing laboratory or field density test specifications shall be at the Contractor's expense. 02210 -2 PART 2 - PRODUCTS 2.01 PRELOAD FILL MATERIALS PART 3 - EXECUTION 3.01 SURVEY LAYOUT 3.02 SUBGRADE PREPARATION NORTH WIND WEIR PARK RESTROOM SECTION 02210 PRELOADING Material used as Preload Fill shall consist of predominantly granular soils approved by the project Geotechnical Engineer and the project Engineer. Any soils imported for use in site preloads should conform to the Gravel Borrow specification, Section 9 -03.14 of the WSDOT Standard Specifications, modified to allow up to 12 percent fines (percent passing the U.S. Standard No. 200 sieve), and maximum particle size of 3 inches. Samples of any imported preload soils shall be submitted and approved in accordance with Section 1.03 prior to use. A. Utilize the services of a licensed land surveyor, and base layout on control information provided by the Owner. B. Lay out extents of preload areas based on the Plans. Set control stakes for line and grade. Establish control outside the work area sufficient to re- establish layout and grades throughout the duration of the project, when stakes are displaced by construction. C. At the completion of preloading, provide the Owner with Construction Record Drawings prepared over copies of project plans provided by the Owner, indicating and certifying that the required lines and grades of preloading have been achieved. Preload establishment and monitoring of preload settlement shall not be considered to begin until all of the preload fill is placed, and Construction Record Drawings of the preload have been approved by the Owner. A. Prior to the placement of the Preload Fill, proof roll the subgrade soils using a fully loaded dump truck or similar equipment approved by the Geotechnical Engineer. Where soft subgrade conditions are encountered and the subgrade becomes unstable and will not support construction traffic, employ techniques recommended in the Geotechnical Report and continue with subgrade preparation / preloading. Prior to moving any site soils, obtain authorization from the project Geotechnical Engineer and the project Engineer. Perform 02210 -3 NORTH WIND WEIR PARK RESTROOM SECTION 02210 PRELOADING proof rolling and any additional grading under the observation of the Geotechnical Engineer. B. Prepare exposed subgrade for placement of Preload Fill by compacting to at least 90 percent MDD (maximum dry density, determined using ASTM D 1557 as the standard). Rework natural deposits or disturbed surfaces that do not meet this requirement by scarifying to a depth of 6 inches, moisture conditioning as necessary, and compacting. C. Place and compact Structural Fill to bring the site to plan grade prior to placing Preload Fill. If possible, prepare areas to receive Structural Fill, and place Structural Fill materials during dry weather conditions. Place and compact Structural Fill soils immediately after subgrade preparation, and protect the newly prepared areas against saturation from precipitation. If protective measures are not provided, and the subgrade soils become saturated and spongy due to rain and /or construction traffic, the required relative compaction may not be achieved. In such an event, remove the soft soils from the affected area. Import sand and gravel, with less than 5 percent passing the U.S. Standard No. 200 sieve, to bring the affected area to plan grade. Compact the imported sand and gravel per specifications. 3.03 PRELOAD FILL PLACEMENT AND COMPACTION A. Prepare subgrades beneath preload areas in accordance with these Specifications, prior to placing preload fill. B. Place Preload Fill within the area indicated on the Plans and in accordance with the contract schedule. Leave the preload in place a minimum of 45 days after placement of all preload soils, or as directed by the Geotechnical Engineer. C. Density testing is not required for preload fills, however, make a reasonable compactive effort by track- walking or wheel rolling preload soils with equipment, as approved by the project Geotechnical Engineer. D. Construct preload fill slopes no steeper than 1 (horizontal:vertical). Crown the preload surface slightly to promote surface water drainage, and to prevent ponding of water. 02210 -4 3.04 PRELOAD FILL MONITORING NORTH WIND WEIR PARK RESTROOM SECTION 02210 PRELOADING A. Preload fill monitoring will be performed by the project Geotechnical Engineer, who will subcontract with a licensed land surveyor to obtain settlement plate readings. Coordinate and cooperate with the Geotechnical Engineer and surveyor in the placement, preservation, and surveying of settlement plates. B. Supply materials and construct settlement plates in accordance with the detail shown on the Plans, under the observation of the Geotechnical Engineer. Place settlement plates at the locations shown on the Plans. Coordinate placement of the settlement plates with the Geotechnical Engineer and Geotechnical Engineer's surveyor. C. Install the settlement plates at the locations and elevations shown on the Plans. Place the plates on firm ground or on sand pads if needed for stability. Clearly mark locations of settlement plates such that they are readily visible to equipment operators. D. Maintain at least a 10 -foot horizontal clearance with heavy equipment, within 5 feet (vertical) of the plate base. After 5 feet (vertical) of fill is in place, maintain 5 feet horizontal equipment clearance. Hand compact fill within the clearance area to project specifications. E. In the event of damage to a settlement plate or measurement rod resulting from equipment operating within the prescribed clearance area, immediately notify the Geotechnical Engineer and restore the settlement plate to working order at no additional cost to the Owner. F. Install and extend the settlement plate measurement rod and casing in 5 -foot sections. As fill progresses, use threaded pipe couplings to install additional lengths. Do not extend measurement rods except in conjunction with the Geotechnical Engineer's surveyor, who will read the top of the measurement rod, then immediately read the top of the added rod after the extension is installed. Both readings are vital, to ensure continuity of settlement plate data. G. The Geotechnical Engineer's surveyor will take settlement plate readings on a weekly basis during fill placement, and once every two weeks thereafter. Readings will be submitted in a timely fashion to the Geotechnical Engineer, who will analyze the settlement data, to provide a basis for determining when the desired effect of preloading has been achieved. Do not remove preload soils until authorized by the Geotechnical Engineer. END OF SECTION 02210 02210 -5 1 . North Wind Weir Park 1. ART 1 GENERAL 1.01 SECTION INCLUDES A. Excavation for manholes and other appurtenances.. { 1.02 RELATED SECTIONS L A. Section 02223 - Backfilling. B. Section 02224 - Trenching: Excavation for utility trenches. 1.03 FIELD MEASUREMENTS A. Verify that survey benchmark and intended elevations for the work are as indicated. - PART 2 PRODUCTS Not Used. PART 3 EXECUTION - 3.01 PREPARATION A. Identify required lines, levels, contours, and datum. B. Identify known underground, above ground, and aerial utilities. Stake and flag locations. C. Protect above and below grade utilities which are to reaming. D. Protect plant life, lawns rock outcropping, and other features remaining as a portion of final landscaping. SECTION 02222 EXCAVATION Page 1 of 2 Section 02222 Excavation North Wind Weir Park E. Protect bench marks, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. 3.02 EXCAVATION Section 02222 Excavation A. Excavate subsoil required to grades shown on the plans. B. Machine slope banks to slopes shown on the Contract Drawings. C. Excavation cut not to interfere with normal 45 degree bearing splay of foundation. D. Grade top perimeter of excavation to prevent surface water from draining into excavation. E. Hand trim excavation. Remove loose matter. F. Notify Architect/Engineer of unexpected subsurface conditions and discontinue affected work in area until notified to resume work. G. Correct unauthorized excavation at no extra cost to Owner. 3.03 FIELD QUALITY CONTROL A. Provide for visual inspection of bearing surfaces. 3.04 PROTECTION A Protect excavations by methods required to prevent cave -in or loose soil from falling into excavation. B. Protect bottom of excavations and soil adjacent to and beneath foundation, from freezing. END OF SECTION Page 2 of 2 I _ North Wind Weir Park SECTION 02223 BACKFILLING PART 1 GENERAL 1_ 1.01 SECTION INCLUDES A. Site filling and backfilling. B. Consolidation and compaction. 1 . C. Fill for over - excavation. 1.02 RELATED SECTIONS 1.03 REFERENCES A. Section 02222 - Excavation B. Section 02224 - Trenching: Backfilling of utility trenches A. ANSI/ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method., B. ANSI/ASTM D1557 - Test Methods for Moisture - Density Relations of Soils and Soil - Aggregate Mixture Using 10 lb (4.54 kg) Rammer and 18 inch (457 mm) Drop. 1.04 SUBMITTALS A. Submit under provisions of contract documents. PART 2 PRODUCTS 2.01 FILL MATERIALS Acceptable fill materials are as follows: Page 1 of 3 Section 02223 Backfilling A. Acceptable native material may be used upon approval of the Engineer. Acceptable native material shall be free flowing material, preferably granular, free of vegetation or stones larger than 3 inches. Frozen material will not be allowed. North Wind Weir Park PART 3 EXECUTION 3.01 EXAMINATION 3.02 PREPARATION 3.03 BACKFILLING Page 2 of 3 Section 02223 Backfilling B. Pit run, free of shale, clay, friable material, sand, debris; graded in accordance with ANSI/ASTM C136 and as specified in the Standard specifications, Section 9.03.19, Bank Run Gravel. C. Subsoil: Reused, imported, free of gravel larger than 3 inches size and debris A. Verify fill materials to be reused are acceptable. B. Verify foundation perimeter drainage installation has been inspected. C. Verify underground ranks are anchored to their own foundation to avoid floatation after backfilling. A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with either acceptable native excavation or pit run fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at gravel and track areas, compact subsoil to 95 percent of it maximum dry density in accordance with ANSI/ASTM D698. A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Granular fill: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Soil Fill: Place and compact material in continuous layers not exceeding 12 inches compacted depth. E. Employ a placement method that does not disturb or damage utilities in trenches. F. Maintain optimum moisture content of backfill materials to attain required compaction density. Section 02223 Backfilling North Wind Weir Park [. . PART 1 GENERAL 1.01 SECTION INCLUDES SECTION 02224 TRENCHING A. Excavate trenches for utilities. B. Compacted bedding under fill over utilities. C. Backfilling and compaction. 1.02 RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling: General backfilling 1.03 REFERENCES A. ANSI/ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. B. ANSI/ASTM D1557 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixture Using 10 lb (4.54 kg) Rammer and 18 inch (457 mm) Drop. 1.04 FIELD MEASUREMENTS Section 02224 Trenching A. Verify that survey benchmark and intended elevations for the work are as shown on Drawings. PART 2 PRODUCTS 2.01 FILL MATERIALS A. Backfill of trench shall be in accordance with Section 02223 and shall be either an acceptable native backfill or a select backfill as detailed in said Section 02223. Page 1 of 3 North Wind Weir Park 2.02 BED MATERIALS A. Bedding material shall be either acceptable native material as detailed in Section 02223 or five - eights (5/8 ") minus crushed rock which conforms to the requirement of "Top Course" outlined in Section 9.03.9, Crushed Surfacing of the "Standard Specifications ". TART 3 EXECUTION 3.01 EXAMINATION A. Verify fill materials to be reused, is acceptable. 3.02 PREPARATION A. Identify required lines, levels, contours and datum. B. Maintain and protect existing utilities remaining, which pass through work area. C. Protect plant life, lawns, rock outcropping, and other features remaining as a portion of final landscaping. D. Protect bench marks, fences, sidewalks, paving, and curbs from excavation equipment and vehicular traffic. E. Protect above and below grade utilities which are to remain. F. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with select backfill as specified in Section 02223 and compact to density equal to or greater than requirements for subsequent backfill material. 3.03 EXCAVATION A. Excavate subsoil required for storms sewer. B. Cut trenches sufficiently wide to enable installation of utilities and allow inspection. C. Excavation shall not interfere with normal 45 degree bearing splay of foundations. D. Correct unauthorized excavation at no cost to Owner. E. Stockpile excavated material in area designated on site and remove excess material not being used, from site. 3.04 BEDDING A. Support pipe during placement and compaction of bedding fill. Page 2 of 3 Section 02224 Trenching 1.. North Wind Weir Park Section 02225 Trenching 3.05 BACKFILLING 1 - A. Backfill trenches to contours and elevations with unfrozen materials B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Backfill: Place and compact materials in continuous layers not exceeding 12 inches compacted depth. D. Employ a placement method that does not disturb or damage pipe or other improvements in trench. E. Maintain optimum moisture content of backfill materials to attain required I _ compaction density. F. Remove surplus backfill materials from site. S . 3.07 FIELD QUALITY CONTROL A. Field inspection and testing will be performed by the Owner/Engineer. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D1557. j C. Compaction testing may be performed in accordance with ANSI/ASTM D1557 at the discretion of the Owner/Engineer. D. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. 3.08 PROTECTION OF FINISHED WORK A. Protect finished work under P rovisions of the Contract Documents. B. Re- compact fills subjected to vehicular traffic. 3.09 SCHEDULE A. Sanitary Piping: 1. Bedding fill and backfill: Compacted to 90 percent. ( 2. Cover with common fill in 8 inches compacted to 90 percent. L.. 1. 1 Page 3 of 3 END OF SECTION i . North Wind Weir Park Section 02732 Site Sanitary Sewerage System SECTION 02732 SITE SANITARY SEWERAGE SYSTEM JP • ' T 1 GENERAL 1.01 SECTION INCLUDES A. Sanitary sewerage drainage piping, fittings, accessories and bedding. Includes gravity and force main piping. B. Connection of building sanitary drainage system to Sewer District. 1.02 RELATED SECTIONS A. Section 02224 - Trenching: Excavating subsoil for sewer system piping and backfilling over piping up to subgrade elevation. B. Section 02733 - Sanitary Sewer Lift Station C. Section 03400 - Pre -cast Concrete: Concrete type for manholes and construction. �• 1.03 REFERENCES A. Val Vue Sewer District Standard Plans and Specifications. B. City of Tukwila Standard Plans and Specifications. C. ANSUASTM D2729 - Poly Vinyl Chloride (PVC): Sewer pipe an fittings D. ASTM D1785 - Poly Vinyl Chloride (PVC) Plastic pipe, Schedules 40, 80 and 120. 1.04 DEFINITIONS l A. Bedding: fill placed under, beside and directly over pipe, prior to subsequent backfill operations. 1.05 SUBMITTALS A. Submit under provisions of this contract. B. Product Data: Provide data indicating pipe and pipe accessories. t . C. Manufacturer's installation instructions: Indicate special procedures required to install products specified. D. Manufacturer's certificate: Certify that products meet or exceed specified requirements. Page 1 of 4 North Wind Weir Park Section 02732 Site Sanitary Sewerage System 1.06 PROJECT RECORD DOCUMENTS PART 2 PRODUCTS A. Submit documents under provisions of the contract. B. Record location of pipe runs, connections, and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.07 REGULATORY REQUIREMENTS A. Conform to applicable code for materials and installation of the work of this section. 1.08 FIELD MEASUREMENTS A. Verify that field measurements and elevations are as indicated. 1.09 COORDINATION A. Coordinate work under provisions of this contract. B. Coordinate the work with termination of sanitary sewer connection outside building, connection to municipal sewer utility service and trenching. 2.01 SEWER PIPE MATERIALS A. Plastic pipe: ANSI/ASTM D3034, Type PSM, Poly Vinyl Chloride (PVC) material; inside nominal diameter of 4 inches or larger, bell and spigot style solvent sealed joint end. B. Plastic pipe: ASTM D1785, Schedule 40, Poly Vinyl Chloride (PVC) material; inside nominal diameter of 3 inches or less, bell and spigot style solvent sealed joint end. 2.02 PIPE ACCESSORIES A. Pipe joints: Mechanical clamp ring type, expanding and contracting sleeve, and ribbed gasket for positive seal. Page 2 of 4 w North Wind Weir Park Section 02732 Site Sanitary Sewerage System B. Fittings: Same material as pipe molded or formed to suit pipe size and end design, in required tee, bends, elbows, cleanouts, reducers, traps and other configurations required. C. Trace wire: Magnetic detectable conductor, brightly colored, plastic covering, imprinted with "Sewer Service" in large letters. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on drawings. 3.02 PREPARATION A. Hand trim excavations to required elevations. Correct over excavation with course aggregate. B. Remove large stones or other hard matter which could damage pipe or impede consistent backfilling or compaction. 3.03 BEDDING A. Excavate pipe trench in accordance with Section 02224 for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Place bedding material at trench bottom, level materials in continuous layer not exceeding 8 inches compacted depth, compact to 90 percent. C. Maintain optimum moisture content of bedding material to attain required compaction density. 3.04 INSTALLATION - PIPE A. Install pipe, fittings, and accessories in accordance with ASTM D2321 and manufacturer's instructions. Seal joints water tight. B. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. C. Install bedding at sides and over top of pipe to minimum compacted thickness of 12 inches compacted to 90 percent. D. Refer to Section 02224 for trenching requirements. Do not displace or damage pipe when compacting. E. Refer to Section 03400 for manhole requirements. Page 3 of 4 North Wind Weir Park Section 02732 Site Sanitary Sewerage System F. Connect to building sanitary sewer outlet and municipal sewer system through installed sleeves. G. Install trace wire continuous over top of pipe buried 6 inches below finish grade, above pipe line; coordinate with Section 02224. 3.04 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Request inspection prior to and immediately after placing bedding. C. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. D. Pressure test: Test in accordance with 1994 edition of the standard Specifications for Road, Bridge and Municipal Construction as published by WSDOT /APWA. 3.05 PROTECTION A. Protect finished installation under provisions of this contract. B. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress. 3.06 SCHEDULE A. Sanitary sewer main: From 5 feet beyond building wall, to municipal sewer. END OF SECTION Page4of4 1 Li t , North Wind Weir Park PART 1 GENERAL 1 1.01 SECTION INCLUDES A. Contractor shall furnish all labor, materials, equipment and incidentals required to provide submersible centrifugal sewage grinder pump(s) as specified herein. 1.02 RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling C. Section 02732 - Site Sanitary Sewerage System D. Section 03400 - Precast Concrete E. Division 16 - Electrical 1 PART 2 PRODUCTS 2.01 OPERATION CONDITIONS A. Each um shall be rated 2 H.P. 3450 R.P.M. The unit shall produce 22.5 U.S. P P P GPM at 18 feet TDH. 2.02 CONSTRUCTION A. Each pump shall be of the sealed submersible type, model SPG as manufactured by Aurora/Hydromatic Pumps or approved equal. The pump volute, motor and seal housing shall be high quality gray cast iron, ASTM A -48, Class 30. All . external mating parts shall be machined and Buna N Rubber 0 -ring sealed on a beveled edge. Gaskets shall not be acceptable. All fasteners exposed to the pumped liquids shall be 300 series stainless steel. 2.03 ELECTRICAL POWER CORD A. Electrical power cord shall be water resistant 600B, 60 degree C., UL and or CSA approved and applied dependent on amp draw for size. { SECTION 02733 SANITARY SEWER LIFT STATION Page 1 of 5 Section 02733 Sanitary Sewer Lift Station North Wind Weir Park Section 02733 Sanitary Sewer Lift Station B. The pump shall be protected with compression fitting and epoxy potted area at the power cord entry to the pump. A separation between the junction box areas of the pump and the motor by a stator lead sealing gland or terminal board shall not be acceptable. C. The power cable entry into the cord cap assembly shall first be made with a compression fitting. Each individual lead shall be stripped down to bare wire, at staggered intervals, and each strand shall be individually separated. This area of the cord cap shall then be filled with an epoxy compound potting which will prevent water contamination to gain entry even in the event of wicking or capillary attraction. D. The power cord leads shall then be connected to the motor leads with extra heavy connectors having brass inserts with a screwed wire to wire connection, rather than a terminal board that allows for possible leaks. E. The cord cap assembly where bolted to the connection box assembly shall be sealed with a Buna N Rubber 0 -ring on a beveled edge to assure proper sealing. 2.04 MOTOR A. The stator, rotor and bearings shall be mounted in a sealed submersible type housing. The stator windings shall have Class F insulation, (155 degrees C. or 311 degrees F.), and a dielectric oil filled motor, NEMA B design (3 phase), BEMA L design (single phase). Because air -filled motors do not dissipate heat as efficiently as oil -filled motors, they shall not be acceptable. B. The pump and motor shall be specifically designed so that they may be operated partially dry or completely submerged in the liquid being pumped. The pump shall not require cooling water jackets. Dependence upon, or use of, water jackets for supplemental cooling shall not be acceptable. C. Stators shall be securely held in place with a removable end ring and threaded fasteners so they may be easily removed in the field without the use of heat or a press. Stators held by heat shrink fit shall not be acceptable. Stators must be capable of being repaired or rewound by a local motor service station. Units which require service only by the factory shall not be acceptable. No special tools shall be required for pump and motor disassembly. D. Pump shall be equipped with heat sensors. The heat sensor(s) (one on single phase, two on three phase) shall be a low resistance, bi -metal disc that is temperature sensitive. It (they) shall be mounted directly in the stator and sized to open at 120 degrees C or 130 degrees C and automatically reset at 30 -35 degrees C differential. The sensor shall be connected in series with the motor starter coil so that the starter is tripped if a heat sensor opens. The motor starter shall be equipped with overload heaters so all normal overloads are protected by external heater block. Page 2 of 5 North Wind Weir Park Section 02733 Sanitary Sewer Lift Station 2.05 BEARINGS AND SHAFT A. An upper radial bearing and a lower thrust bearing shall be required. These shall be permanently lubricated by the dielectric oil which fills the motor housing. Sealed grease packed bearings shall not be acceptable. Bearings shall be locally available. Units which require the use of more than two bearings shall not be acceptable. 2.06 SEALS A. The pump shall have two mechanical seals, mounted in tandem, with an oil chamber between the seals. John Crane Type seals shall be used with the rotating seal faces being carbon and the stationary seal faces to be ceramic. The lower seal shall be replaceable without disassembly of the seal chamber and without the use of special tools. Units which require the use of tungsten- carbide seals or foreign manufactured seals shall not be acceptable. Seals shall be locally available. B. The pump shall be equipped with a seal leak detection probe and wiring system. This shall be designed to alert maintenance personnel of lower seal failure without having to take the unit out of service for inspection or requiring access for checking seal chamber oil level and consistency. C. There shall be an electric probe or seal failure sensor installed in the seal chamber between the two tandem mechanical seals. If the lower seal fails, contaminants which enter the seal chamber shall be detected by the sensor and send signal to operate the specified warning device. D. Units equipped with opposed mechanical seals shall not be acceptable. 2.07 IMPELLER A. Impeller shall be bronze construction and non - overloading. Impeller shall be of the multi -vane, semi -open design with pump -out vanes on the backside of the impeller to prevent grit and other materials from collecting in the seal area. Impeller shall not require coating. Because most impeller coatings do not remain beyond the very early life of the impeller, performance data submitted shall be based on performance with an uncoated impeller. Attempts to improve efficiency by coating impeller shall not be acceptable. B. Impellers shall be hydraulically and statically balanced. The tolerance values shall be as listed below according to the International Standard Organization grade 6.3 for rotors in rigid frames. The tolerance is to be split equally between the two balance planes which are the two impeller shrouds. Page 3 of 5 North Wind Weir Park PART 3 EXECUTION 3.01 PAINTING Section 02733 Sanitary Sewer Lift Station RPM 3500 Tolerance .01 in - oz./lb. of impeller weight 2.08 GRINDER CUTTERS A. The combination centrifugal pump impeller and grinder unit shall be attached to the common motor and pump shaft made of 416 stainless steel. The grinder unit shall be on the suction side of the pump impeller and discharge directly into the impeller inlet leaving no exposed shaft to permit packing of ground solids. The grinder shall consist of two stages. The cutting action of the second stage shall be perpendicular to the plane of the first cut for better control of the particle size. The grinder shall be capable of grinding all materials found in normal domestic sewage, including plastics, rubber, sanitary napkins, disposable diapers, and wooden articles into a finely ground slurry with particle dimensions no greater than 1/4 inch. Both stationary and rotating cutters shall be made of 440C stainless steel hardened to Rockwell 60C and ground to close tolerance. B. The upper (axial) cutter and stationary cutter ring shall be reversible to provide new cutting edges to double life. The stationary cutter ring shall be pressed into the suction opening of the volute and held in place by three (3) 300 series stainless steel screws. The lower (radial) cutter shall macerate the solids against the I.D. of the cutter ring and extrude them through the slots of the cutter ring. The upper (axial) cutter shall cut off the extrusions, as they emerge from the slots of the cutter ring to eliminate any roping effect which may occur in single stage cutting action. The upper (axial) cutter shall fit over the hub of the impeller and the lower (radial) cutter shall be slip fit and secured by means of peg and hole and rotate simultaneously with the rotation of the shaft and impeller. The grinding mechanism shall be locked to the shaft by a 300 series stainless steel countersunk washer in conjunction with a 300 series stainless steel flat head cap screw threaded into the end of the shaft. A. The pump shall be painted after assembly, but before testing, with a lead free air dried enamel. The paint shall be applied in one coat, with a minimum mil thickness of 3 to 4 mils. Page 4 of 5 North Wind Weir Park 3.02 TESTING A. Commercial testing shall be required and include the following: 1. The pump shall be visually inspected to confirm that it is built in accordance with the specification as to HP, voltage, phase ad hertz. 2. The motor and seal housing chambers shall be hi- potted to test for moisture content and/or insulation defects. 3. Pump shall be allowed to run dry to check for proper rotation. 4. Discharge piping shall be attached, the pump submerged in water and amp readings shall be taken in each leg to check for an imbalanced stator winding. If there is a significant difference in readings, the stator windings shall be checked with bridge to determine if an unbalanced resistance exits. If so, the stator will be replaced. 3.03 OPERATING AND MAINTENANCE INSTRUCTION A. General: Provide the following information/services to the owner. North Wind Weir Panic Section 02733 -3.02 END OF SECTION Section 02733 Sanitary Sewer Lift Station 1. Conduct demonstrations and instructions for the owner's representative, pointing out requirements for servicing and maintaining equipment and system. i i 1 i i NORTH WIND WEIR PARK SECTION 03001 CONCRETE PAGE 1 PART 1 GENERAL 1.01 WORK INCLUDED A. Formwork, shoring, bracing and anchorage. B. Concrete reinforcement and accessories. C. Cast -in -place concrete. 1.02 WORK INSTALLED, BUT FURNISHED UNDER OTHER SECTIONS A. Section 04210 - Reinforced Concrete Masonry: Masonry accessories attached to formwork. B. Section 05500 - Metal Fabrications: Metal fabrications attached to formwork. 1.03 REFERENCES A. ACI 301- Specifications of Structural Concrete for Buildings. B. ANSI/ASTM A185 - Steel Welded Wire Fabric for Concrete Reinforcement. C. ANSI/ASTM A497 - Deformed Steel Welded Wire Fabric for Concrete Reinforcement. D. ASTM A615 - Deformed and Plain Billet -Steel for Concrete Reinforcement. E. ASTM C33 - Concrete Aggregates. F. ASTM C94 - Ready -Mixed Concrete. G. ASTM C150 - Portland Cement. H. ASTM C260 - Air- Entraining Admixtures for Concrete. I. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. J. ASTM D2103 - Polyethylene Film and Sheeting. K. CRSI Manual of Standard Practice, MSP -1. L. FS TT -C -800 - Curing Compound, Concrete, for New and Existing Surfaces. 1.04 QUALITY ASSURANCE A. Perform work in accordance with ACI 301. 1.05 REGULATORY REQUIREMENTS A. Conform to applicable code. NORTH WIND WEIR PARK SECTION 03001 CONCRETE PAGE 2 1.06 TESTS A. Testing and analysis of concrete will be performed under provisions of Section 01430. B. Submit proposed mix design to appointed firm for review prior to commencement of work. C. Testing firm will take cylinders and perform slump tests in accordance with ACI 301. 1.07 SUBMITTALS A. Product Data: Submit manufacturer's published literature of specified products and accessories. B. Shop Drawings: Submit shop drawings of reinforcing steel. Indicate size, spacing, locations, etc. PART 2 PRODUCTS 2.01 FORM MATERIALS A. Conform to ACI 301. B. Plywood Forms: Douglas Fir species, solid one side, sound undamaged sheets. C. Form Ties: Snap -off metal, Burke Concrete Accessories, Superior Concrete Accessories, standard wire snap tie assembly, high strength wire with flattened break - offs; break backs and lengths as approved for the conditions of installation. 2.02 REINFORCING STEEL A. Reinforcing Steel: ASTM A615, 60 yield grade billet steel. B. Steel Welded Wire Fabric: Plain sheet -type, ANSI/ASTM A185. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150, normal - Type 1 Portland, from same brand for all concrete. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.04 ADMIXTURES A. Air- Entrainment Admixture: ASTM C260. i i i i 2.05 ACCESSORIES NORTH WIND WEIR PARK SECTION 03001 CONCRETE PAGE 3 A. Bonding Agent: Polymer resin emulsion, manufactured by Grace Daraweld, Larson Weldcrete. B. Vapor Barrier: ASTM D2103, 4 mil thick clear polyethylene film. C. Sleeves for Mechanical Work: Heavy gauge galvanized steel tubing or pipe, sizes as required for mechanical work. D. Chamfers: 3/4 -inch triangular plastic strips. E. Bolt Inserts: Threaded type to receive standard bolt; 5/8 -inch, unless otherwise indicated on drawings. F. Expansion Joints: Preformed nonextruding resilient material. G. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. Manufactured by Burke Concrete Accessories. 2.06 CURING MATERIALS A. Membrane Curing Compound: ASTM C309, FS TT-C -800. B. Clear Sealer: Transparent curing agent, Type 1, ASTM C309, Burke Concrete Cure- Seal- Hardener, Sonnebom Kure -N -Seal, or approved type. Seal all interior slabs. 2.07 CONCRETE MIX A. Mix concrete in accordance with ASTM C94, per notes on drawings for assumed compressible strengths. PART 3 EXECUTION 3.01 FORMWORK ERECTION A. Verify lines, levels and measurement before proceeding with formwork. B. Hand trim sides and bottom of earth forms. Remove loose dirt. C. Align form joints. D. Do not apply form release agent where concrete surfaces receive special finishes or applied coatings which may be affected by agent. E. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. 3.02 REINFORCEMENT C. Verify floor slope requirements with drawings. 3.04 FLOOR SLABS NORTH WIND WEIR PARK SECTION 03001 CONCRETE PAGE 4 A. Place, support and secure reinforcement against displacement. Bars in beams and slabs shall be supported on well cured concrete blocks or metal chairs as specified by the CRSI Manual of Standard Practice, MSP -1. B. Locate reinforcing splices per drawings. 3.03 PLACING CONCRETE A. Notify Architect/Engineer minimum 24 hours prior to commencement of concreting operations. B. Install vapor barrier under interior floor slabs on fill. Lap joints minimum 6 inches and seal. Do not disturb vapor barrier while placing reinforcement. A. Separate slabs on fill from vertical surfaces with joint filler. Extend joint filler from bottom of slab to within 1/4 -inch of finished slab surface. B. Restroom - trowel finished. C. Exterior Slabs: Finish as indicated on the plans. 3.05 TOLERANCES A. Provide Class B tolerance to floor slabs according to ACI 301. Pitch to drains as indicated on drawings. B. Screed all slabs, for whatever finishes, to true levels or slopes to degree required to produce required finish. If water accumulates, do no finishing. Drain and re- screed. 3.06 SCHEDULE OF FORMED SURFACES A. Rough form finish at subgrade walls, foundations and footings. B. Screed top horizontal surfaces of footings. END OF SECTION t . North Wind Weir Park Section 03400 Precast Concrete f SECTION 03400 PRECAST CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Provide and install precast meter box, vaults, and manholes. B. Manholes, vaults & meter boxes shall be constructed at the locations shown on the drawings and shall conform to the requirements of the specifications. Construction ( of the manholes and vaults shall be accomplished as pipe laying operations pass t... through their locations. The completed manholes and vaults shall be rigid, true to dimensions and watertight. Earthwork for manhole construction including excavation, foundation preparation and backfilling, shall be as specified in Division 2. {... 1.02 RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling C. Section 02733 - Sanitary Sewer Lift Station 1.03 SUBMITTALS A. Shop drawings: Submit detailed drawings of ladders and covers. B. Certificates: Manufacturer's certificates that precast concrete sections and covers are in accordance with the requirements put forth herein. 1.04 REFERENCES A. Referenced Standards. 1. WSDOT /APWA Standard Plan Details No. B -23C and B -24, Manhole Details 2. King County Road Standards 3. City of Tukwila Standard Specifications 4. Val Vue Sewer District Standards Page 1 age of 7 North Wind Weir Park Section 03400 Precast Concrete 1.05 DELIVERY, STORAGE & HANDLING PART 2 PRODUCTS A. Provide qualified personnel for transportation, handling and installation of material specified herein. B. Lift and support precast items only at proper lifting and/or supporting points. 2.01 PRECAST VAULTS A. In accordance with ASTM C 478 and as shown on the drawings. B. Provide valve chambers free of cracks or damage which might affect the strength of the assembled structure. C. Joints are to be rubber gasket type. D. Knockout holes: Circular and held to minimum size necessary to accommodate pipe to be inserted and effectively seal joint. 2.02 ADJUSTMENT SECTIONS A. Use precast concrete grade rings between frame and concrete slab. 2.03 LIDS & FRAMES FOR VAULTS A. Hot - dipped galvanized steel B. Design loading in accordance with AASHO H -20 C. Provide covers with non -skid type surface. D. Dimensions and weight: As shown on the drawings Hatch shall be Model S -1 as manufactured by L.W. Products Company, Inc. of Woodinville, Wa. or approved equal. E. Machine finish or machine grind frames and covers to assure non - rocking fit in any position. 2.04 PRECAST MANHOLE SECTIONS A. Precast manhole components shall conform to ASTM C-478 except as modified herein. B. Manhole Base: The manhole base shall be precast in WSDOT /APWA Standard Plans No. B -23C. The manhole base shall be placed before the pipe is laid to or away from the manhole. The base shall be placed on 6" minimum of Foundation Material. Page 2 of 7 North Wind Weir Park 2.05 MANHOLE FRAMES & COVERS PART 3 EXECUTION 3.01 EXCAVATION AND BACKFILL A. As specified in Sections 02222 and 02223 Page 3 of 7 Section 03400 Precast Concrete C. Manhole barrel and cone sections: The manhole barrel and cone section shall be precast as shown in the WSDOT /APWA Standard Plans No. B -23C. D. Manhole blocks or rings shall be provided in accordance with the drawings and as required for grade adjustment of the manhole frame and cover. E. Manhole top slab shall be as shown in the WSDOT /APWA Standard Plans B -24. A. A bituminous coating shall be applied to all surfaces. The finished coating shall be continuous, smooth, neither brittle when cold nor sticky when exposed to the sun, and shall be strongly adherent to the casting. The Owner shall have the right to require inspection and approval of all castings prior to painting. Manhole rings and covers shall be machine finished or ground on seating surfaces so as to assure non - rocking fit in any position, and interchangeability. At the request of the Owner, there shall be made available at the foundry standard rings and standard covers for use by inspectors in testing fit and seating. Manholes located outside of public rights -of -way shall be equipped with a locking device of such design that the cover may be readily released from the ring. All movable parts shall be made of non - corrosive metals otherwise arranged to avoid possible binding. At the request of the Owner, there shall be made available at the foundry a testing device suitable for proving the capacity of the assembly to resist an uplift pressure on the lid equal to a 20 -foot head. The locking frame and cover shall be standard frame and cover with 3 screw -type locking bolts. All manhole frames and covers shall be identified by the name or symbol of the manufacturer. This identification shall be in a plainly visible location when the frame and cover is installed. In addition to the manufacturer's identification, the material shall be identified by the following "NOD" or "DUC" for nodular or ductile iron respectively. The manufacturer's identification and the material identification shall be adjacent to each other and shall be minimum 1/2 inch letters recessed to be flush with the adjacent surfaces. North Wind Weir Park Section 03400 Precast Concrete 3.02 CONSTRUCTION OF VAULTS A. Construct valve chambers as shown on the drawings. B. If the material at the bottom of the excavation is unsuitable for supporting the structure, excavate below the flow line as directed by the Engineer and backfill to the required grade with foundation material as specified in Section 02223. C. Install valve chambers as pipe laying operations pass through chamber locations. D. Carefully set precast chambers on prepared bedding so as to fully and uniformly support it in true alignment. Make sure all entering pipes can be inserted on proper grade. E. Install chamber so that sides are vertical and to provide vertical alignment of ladder rings. F. Completed structure is to be rigid, true to dimensions and watertight. G. Pipe Connections 1. Use rubber waterstops for all pipes entering valve chambers. 2. Place firmly on compacted bedding 3. Complete and firmly patch openings through which pipe enters chambers with grout. H. Adjustment 1. Provide not less than 8" nor more than 12" of precast concrete grade rings or concrete brick between frame and concrete slab. 2. Lay grade rings with the side plumb and the tops level. Seal joints and make watertight. 3. Wedges and shims may be used to accurately place the frame to the desired elevation. Remove wedges and shims after initial set has taken. Fill resulting holes with grout. 4. Set frame and cover to grades furnished by the Engineer. 5. On pavement, the final elevation of the frame shall be 0.125 inches higher than that of finished pavement. 6. Frames are to be firmly embedded in concrete. 3.03 CONSTRUCTION OF MANHOLES A. Precast concrete manhole sections shall be placed and aligned so that the barrel is absolutely vertical and ladder rungs are aligned. The bottom section shall be uniformly supported by the base concrete and shall not bear directly on any of the pipes. Only the first barrel section shall be placed on the base prior to final set of the base concrete. Page 4 of 7 North Wind Weir Park Section 03400 Precast Concrete Connection of PVC pipe to manholes shall be accomplished by use of manhole couplings corresponding to the size of sewer pipe cast directly into the manhole structure. E. Manhole frame and cover: Manhole frames shall be centered over the barrel opening, raised and tilted as necessary to match the roadway grade and shall be set in a full bed of mortar. For manholes not in the public right -of -way or established driveways, the manhole frames shall be set as directed by the Engineer. F. Drop manholes called for on the drawings shall conform to all applicable requirements for standard manholes as specified previously except for the additional drop structure shown in the Standard Details. All bases for drop manholes shall be cast -in -place concrete. Pipe and fittings used in the drop structure shall conform to the type of pipe used in the connecting sewer. Concrete for pipe encasement shall be 2000 psi, 28 -day compressive strength. 3.04 NEW MANHOLES OVER EXISTING SEWERS A. Where a new manhole is to be constructed over an existing sewer as called for on the plans, the manhole shall be constructed without opening or otherwise disrupting the existing sewer line until the manhole and new line are accepted. After this time the crown of the existing sewer pipe shall be broken out, carefully so as not to otherwise damage the pipe, and in such a manner that the broken pieces are not carried down the existing sewer. Breaking out of the existing pipe shall not be accomplished except in the presence of Owner representatives. The channel shall then be made smooth using concrete as specified above. The backfilling around the new base shall be performed and compacted in such a manner that the existing sewer pipe is adequately supported and protected from settlement of adjacent or nearby backfill. As part of the work of constructing new manholes over existing sewers, the existing manhole immediately downstream from the work shall be screened at its outlet during the time pipe is broken out. When it has been determined that no broken pieces remain in the line, the manhole shall be cleaned and the screen removed. 3.05 CONNECTIONS TO EXISTING MANHOLES Where called for on the drawings, new sewer lines shall be connected into existing manholes. While such connections are being made, the existing sewer line shall be Page 6 of 7 1 1 North Wind Weir Park Section 03400 Precast Concrete l_. maintained in service and the work of making the connection shall be performed in such a manner that no refuse, broken brick or concrete or other extraneous matter gains access to the existing sewer. In addition, the outlet of the manhole shall be cleaned at the conclusion of the work. As soon as the first pipe section leading from the manhole is placed, the new pipe shall be tightly plugged and shall remain plugged, except during testing, until the new line is accepted. A circular opening shall be carefully made in the manhole barrel on the proper alignment so that the new sewer will be in line with the center of the manhole, and ( at the height which will allow the new sewer to be placed at the proper grade. l.. The opening shall be of such size as to provide clearance of not less than one nor more than three inches between the outside of the pipe and the manhole wall. Pipe �'. connections, channel forming, grouting of pipe and backfilling shall be as specified previously for standard manholes. No additional pipe shall be connected until final set of the grout has occurred. When additional pipe is connected care shall be �.. taken to avoid shocks or other undue strains to the grouted joint. 3.06 FINAL SEWER CLEANING A. Prior to final acceptance and final manhole -to- manhole inspection by the Owner of the sewer system, all parts of the system 6 inches and larger shall be completely flushed or cleaned by the Contractor. All accumulated construction debris, rocks, gravel and other foreign material shall be removed from the sewer system at or near the closest downstream manhole. If necessary, the Contractor shall use mechanical rodding equipment to remove accumulated mud, silt an sand deposits. 3.07 INSPECTION A. Repair or replace any work which the Engineer rejects upon visual inspection at no additional cost to the Owner. END OF SECTION Page 7 of 7 NORTH WIND WEIR PARK SECTION 04100 MORTAR PAGE 1 PART 1 GENERAL 1.01 SECTION INCLUDES A. Mortar and grout for concrete masonry units. 1.02 RELATED WORK A. Section 04210 - Reinforced Unit Masonry System: Installation of mortar and grout. B. Section 08111- Standard Steel Doors and Frames. 1.03 REFERENCES A. ASTM C5 - Quicklime for Structural Purposes. B. ASTM C91 - Masonry Cement. C. ASTM C94 - Ready -Mixed Concrete. D. ASTM C144 - Aggregate for Masonry Mortar. E. ASTM C150 - Portland Cement. F. ASTM C207 - Hydrated Lime for Masonry Purposes. G. ASTM C270 - Mortar for Unit Masonry. H. ASTM C387 - Packaged, Dry, Combined Materials for Mortar and Concrete. I. ASTM C404 - Aggregates for Masonry Grout. J. ASTM C476 - Grout for Masonry. K. ASTM C595 - Blended Hydraulic Cement. L. ASTM C1019 - Method of Sampling and Testing Grout. M. IMIAC - International Masonry Industry All- Weather Council: Recommended Practices and Guide Specifications for Cold Weather Masonry Construction. 1.04 REGULATIONS A. Conform to the requirements of 1988 Uniform Building Code for mortar and grout as supplemented and modified herein. 1.05 SUBMITTALS A. Submit product data under provisions of Section 01300. B. Samples: Submit two ribbons of mortar color, illustrating color and color range. NORTH WIND WEIR PARK SECTION 04100 MORTAR PAGE 2 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperatures to minimum 50 degrees F (10 degrees C) prior to, during and 48 hours after completion of masonry work. PART 2 PRODUCTS 2.01 MATERIALS A. Portland Cement: ASTM C150, Type I, gray. B. Mortar Aggregate: ASTM C144, standard masonry type. C. Hydrated Lime: ASTM C207, Type S. D. Quicklime: ASTM C5, non - hydraulic type. E. Premix Mortar: ASTM C387, using white cement, normal strength. F. Grout Aggregate: ASTM C404. G. Water: Clean and potable. 2.02 MORTAR COLOR A. Mortar Color: Mineral oxide pigment. 2.03 MORTAR MIXES A. Mortar for Load Bearing Walls and Partitions: ASTM C270, Type S, using the Property Method. 2.04 MORTAR MIXING A. Thoroughly mix mortar ingredients in quantities needed for immediate use in accordance with ASTM C270. B. Add mortar color and admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. C. Do not use antifreeze compounds to lower the freezing point of mortar. D. If water is lost by evaporation, retemper only within 2 hours of mixing. E. Use mortar within 2 hours after mixing at temperatures of 80 degrees F or 2 1/2 hours at temperatures under 50 degrees F. mix. PART 3 EXECUTION 3.01 See Section 04210 for mortar grout installation. NORTH WIND WEIR PARK SECTION 04100 MORTAR PAGE 3 2.05 GROUT MIXES A. Masonry Grout: Per UBC Sections 02402 and 2403. 2.06 GROUT MIXING A. Mix concrete in accordance with ASTM C94. B. Add admixtures in accordance with manufacturer's instructions. Provide uniformity of END OF SECTION NORTH WIND WEIR PARK SECTION 04210 REINFORCED CONCRETE MASONRY UNIT SYSTEM PAGE 1 PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete masonry units. B. Reinforcement, anchorage and accessories. 1.02 RELATED SECTIONS A. Section 01400 - Quality Control: Testing Laboratory services. B. Section 04100 - Mortar: Mortar and grout. 1.03 REFERENCES A. ANSI/ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement. B. ANSI/ASTM C55 - Concrete Building Brick. C. ASTM Al23 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. D. ASTM A580 - Stainless and Heat - Resisting Steel Wire. E. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. F. ASTM C90 - Hollow Load- Bearing Concrete Masonry Units. G. IMIAC - International Masonry Industry All- Weather Council: Recommended Practices and Guide Specification for Cold Weather Masonry Construction. 1.04 SUBMITTALS A. Submit shop drawings under provisions of Section 01300. B. Submit product data for masonry units. C. Submit sample of each type block. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver products, store and protect under provisions of Section 01400. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 50 degrees F (10 degrees C) prior to, during and 48 hours after completion of masonry work. NORTH WIND WEIR PARK SECTION 04210 REINFORCED CONCRETE MASONRY UNIT SYSTEM PAGE 2 PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Hollow Load - Bearing Block Units: ASTM C90, Grade N, Type I - Moisture Controlled, normal weight. Nominal block size: 8 "x8 "x16 ". B. Product: Subject to compliance with requirements, provide units made with "Dry- Block" by W.R. Grace & Company. C. Exposed Face Finish: 1. Rough Split Face: Where indicated at restroom exterior wall, picnic shelter and trellis columns. 2. Scored Face: Single score vertical typical where indicated at exposed surfaces. Scored to accept concave mortar joint. 3. Smooth Finish: a. Interior surfaces of restroom. b. Exterior surfaces of restrooms where indicated on drawings. 4. Integral Water Repellent: Provide units produced with liquid polymeric, integral water - repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent, when tested, as a wall assembly made with mortar containing integral water - repellent manufacturer's mortar additive according to ASTM E 514, with test period extended to 24 hours, show no visible water or leaks on the back of the test specimen. 2.02 REINFORCEMENT AND ANCHORAGE A. Single Wythe Joint Reinforcement: Truss ladder -type, hot dip galvanized after fabrication cold -drawn steel conforming to ANSI/ASTM A82. B. Reinforcing Steel: ASTM A615, 60 ksi, deformed billet bars. 2.03 ACCESSORIES A. Building Paper. #30 asphalt saturated felt. B. Cleaning Solution: Non - acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other Sections of work are properly sized and located. 3.04 PLACING AND BONDING NORTH WIND WEIR PARK SECTION 04210 REINFORCED CONCRETE MASONRY UNIT SYSTEM PAGE 3 C. Verify that built -in items are in proper location and ready for roughing into masonry work. D. Beginning of installation means installer accepts existing conditions. 3.02 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other Sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. 3.03 COURSING A. Establish lines, levels and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Lay concrete masonry units in running bond. Course one unit and one mortar joint to equal 8 inches. At exterior form concave tooled mortar joints at block joints and at all scored faces. Interior joints shall be flush with the face of the concrete masonry unit. A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other work. B. Lay hollow masonry units with face shell bedding on head and bed joints. C. Buttering corners of joints or excessive furrowing of mortar joints are not permitted. D. Remove excess mortar as Work progresses. E. Interlock intersections and external corners. F. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. G . Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. 3.05 REINFORCEMENT AND ANCHORAGES - REINFORCED UNIT MASONRY A. Install horizontal joint reinforcement per notes on drawings. 3.06 LINTELS A. Install lintels over door openings as indicated on the drawings. NORTH WIND WEIR PARK SECTION 04210 REINFORCED CONCRETE MASONRY UNIT SYSTEM PAGE 4 3.07 GROUTED COMPONENTS A. Support and secure reinforcing bars from displacement. Maintain position within 1/2- inch of dimensioned position. B. Place and consolidate grout fill without displacing reinforcing. 3.08 ENGINEERED MASONRY A. Lay masonry units with core cells vertically aligned clear of mortar and unobstructed. B. Place mortar in masonry unit bed joints back 1/4 -inch from edge of unit grout spaces, bevel back and upward. Permit mortar to cure 7 days before placing grout. C. Reinforce masonry unit cavities with reinforcement bars and grout as indicated. D. Retain vertical reinforcement in position at top and bottom of cells and at intervals not exceeding 192 bar diameters. E. All voids to be filled solid with grout. F. Wet masonry surfaces in contact with concrete just prior to grout placement. 3.09 BUILT -IN WORK A. As work progresses, build in metal door frames wood nailing strips anchor bolts, plates and other items furnished by other Sections. B. Build in items plumb and level. C. Bed anchors of metal door frames in adjacent mortar joints. Fill frame voids solid with grout. 3.10 TOLERANCES A. Maximum Variation From Unit to Adjacent Unit: 1/32. B. Maximum Variation From Plane of Wall: 1/4 -inch in 10 feet. C. Maximum Variation From Plumb: 1/4 -inch per story non - cumulative. D. Maximum Variation From Level Coursing: 1/8 -inch in 3 feet. E. Maximum Variation of Joint Thickness: 1/8 -inch in 3 feet. 3.11 CUTTING AND FITTING A. Cut and fit for pipes, conduit and sleeves. Coordinate with other Sections of work to provide correct size, shape and location. B. Obtain Architect/Engineer approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.12 CLEANING A. Clean work. B. Remove excess mortar and mortar smears. C. Replace defective mortar. Match adjacent work. D. Clean soiled surfaces with cleaning solution. E. Use non- metallic tools in cleaning operations. END OF SECTION NORTH WIND WEIR PARK SECTION 04210 REINFORCED CONCRETE MASONRY UNIT SYSTEM PAGE 5 1 PART 1 GENERAL 1.01 SECTION INCLUDES PART 2 PRODUCTS 2.01 MATERIALS A. Plates and Bars: ASTM A283. NORTH WIND WEIR PARK SECTION 05500 METAL FABRICATION PAGE 1 A. Shop fabricated ferrous metal items, galvanized and prime painted. Include all bending, forming, cutting, drilling of items as necessary for installation and completion. Provide miscellaneous items as shown on drawings and as required. 1.02 PRODUCTS FURNISHED, BUT NOT INSTALLED UNDER THIS SECTION A. Section 04210 - Unit Masonry System: Placement of metal fabrications in masonry. 1.03 RELATED SECTIONS A. Section 09900 - Painting. 1.04 REFERENCES A. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. B. ASTM A283 - Carbon Steel Plates, Shapes and Bars. C. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. 1.05 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations and details where applicable. 1.06 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on Drawings. B. Bolts, Nuts and Washers: ASTM A307 galvanized to ASTM A153 for galvanized components. C. Shop and Touch -Up Primer: As specified in Section 09900. Shall be compatible with finishing paint. 2.02 FABRICATION A. Exposed Mechanical Fastenings: Flush countersunk screws or bolts, unobtrusively located, consistent with design of component, except where specifically noted otherwise. B. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.03 FINISHES A. Clean surfaces of rust, scale, grease and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete. C. Prime paint items with one coat. D. Steel bars, plates, bolts, nuts and washers shall be galvanized in accordance with ASTM A153 before fabrication. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.02 PREPARATION A. Supply items required to be cast into concrete, embedded in masonry with setting templates, to appropriate sections. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain Architect/Engineer approval prior to site cutting or making adjustments not scheduled. D. After erection, prime abrasions and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. 3.04 ITEMS A. Beam connectors END OF SECTION NORTH WIND WEIR PARK SECTION 05500 METAL FABRICATION PAGE 2 1.05 DELIVERY, STORAGE AND HANDLING NORTH WIND WEIR PARK SECTION 06601 CARPENTRY WORK PAGE 1 PART 1 GENERAL 1.01 WORK INCLUDED A. Rough carpentry and finish carpentry. 1.02 RELATED WORK A. Section 09900 - Painting: Site finishing of finish carpentry. B. Section 10441 - Signs. C. Section 10800 - Toilet Accessories. 1.03 REFERENCES A. MIL- V- 13518C(1) Wood Preservative: Tetrachlorophenol and Pentachlorophenol, Surface Sealing Compound B. PS 1- Construction and Industrial Plywood. C. PS 20 - American Softwood Lumber Standard. D. NFPA - National Design Specification for Wood Construction. 1.04 QUALITY ASSURANCE A. Rough Carpentry Lumber: Visible grade stamp of agency certified by National Forest Products Association (NFPA). B. When applicable, fabricate and site made finish carpentry items in accordance with recommendations of Quality Standards of Architectural Woodwork Institute (AWI). C. Submit certificate by processor that all treated lumber conforms to AWPB Quality Assurance Program for the treatment specified herein. A. Do not deliver shop fabricated carpentry items until site conditions are adequate to receive the work. Protect items from weather while in transit. B. Store indoors in ventilated areas with a constant, minimum temperature of 60 degrees F (16 degrees C), maximum relative humidity of 25 to 55 percent. C. Deliver new materials on site at specified moisture content. NORTH WIND WEIR PARK SECTION 06601 CARPENTRY WORK PAGE 2 PART 2 PRODUCTS 2.01 ROUGH CARPENTRY MATERIALS A. Lumber: PS 20, graded in accordance with established Grading rules per drawing notes. B. Douglas Fir Plywood: Exterior Sheathing, Grade: CDX INT -APA. C. Decking - Douglas Fir -Larch Select, decking 19 percent moisture content. Bevel edges, single tongue (size: 2 x 6 solid timber). D. Nails, Spikes and Staples: Galvanized for exterior locations, high humidity locations and treated wood; plain finish for other interior locations; size and type to suit application. Common, as indicated, or in accordance with Table 25 of UBC. E. Bolts, Nuts, Washers, Lags, Pins and Screws: Medium carbon steel sized to suit application galvanized. F. Joist and Beam Hangers: Sized and profiled to suit application; galvanized finish. G. Fasteners: Toggle bolt -type for anchorage to hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolts or powder activated type for anchorage to steel. H. Circular Vent: Leigh's aluminum screened vent #2420 or approved equal. 2.02 FINISH CARPENTRY MATERIALS A. Lumber: PS 20, graded in accordance with the requirements of AWI; maximum moisture content of 9 percent for hardwoods and 12 percent for softwoods. B. Finish Lumber: Cedar, Western Red, Clear. C. Bevel Siding: Cedar, Western Red, Clear. D. Douglas Fir Plywood: Graded in accordance with AWI, core material of veneer, Grade A where exposed and Grade C where unexposed. E. Nails: Size and type to suit application. F. Bolts, Nuts, Washers, Lags, Pins and Screws: Size and type to suit application. Galvanized finish in concealed location and galvanized painted finish in exposed locations. G. MDO Plywood: Exterior plywood with medium density overlay in accordance with UBC Standard 23 -2. 2.04 WOOD TREATMENT A. Wood Preservative- Treated Materials 2.05 PREPARATION OF FINISH CARPENTRY ITEMS A. Fabricate trim of clear cedar, unless otherwise indicated. PART 3 EXECUTION 3.01 FRAMING NORTH WIND WEIR PARK SECTION 06601 CARPENTRY WORK PAGE 3 1. General a. Where lumber or plywood is indicated as preservative - treated, or is specified to be treated, comply with applicable requirements of AWPA C2 (lumber) and AWPA C9 (plywood). Mark each treated item with the Quality Mark requirements of an inspection agency approved by ALSCs Board of Review. b. Do not use chemicals containing chromium or arsenic. c. For exposed items indicated to receive stained finish, use chemical formulations that do not bleed through, contain colorants or otherwise adversely affect finishes. 2. Pressure -treat above ground items with waterborne preservatives to a minimum retention of 0.25 pounds /cubic feet (4.0 kg/cu. m). After treatment kiln -dry lumber and plywood to a maximum moisture content of 15 and 19 percent, respectively. Treat indicated items and the following: a. Wood cants, nailers, blocking, stripping and similar members in connections with roofing, flashing, vapor barriers and waterproofing. b. Wood members in contact with masonry or concrete. 3. Completion fabrication of treated items before treatment, where possible. If cut after treatment, apply field treatment complying with AWPA M4 to cut surfaces. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. B. Sand work smooth and set exposed nails and screws. Apply wood filler in exposed nail and screw indentations and leave ready to receive site applied finishes. On items to receive transparent finishes, use wood filler which matches surrounding surfaces and of types recommended for applied finishes. C. Seal, stain and varnish concealed and semi - concealed surfaces. Brush apply only. D. Preservative treat surfaces in contact with cementitious materials. E. Provide cutouts for inserts, outlet boxes, and other fixtures and fitments. Verify locations of cutouts from site dimensions. Prime paint contact surfaces of cutouts. A. Erect wood framing, furring, stripping and nailing members true to lines and levels. Do not deviate from true alignment more than 1/4 -inch. B. Construct members of continuous pieces. END OF SECTION NORTH WIND WEIR PARK SECTION 06601 CARPENTRY WORK PAGE 4 C Construct and erect required built -up beams, diaphragm beams and posts. 3.02 INSTALLATION OF FINISH CARPENTRY ITEMS A. Use purpose designed fixture attachments for mounted components. B. When necessary to cut and fit on -site, make material with ample allowance for cutting. Provide trim for scribing and site cutting. C. Countersink semi - concealed anchorage devices used to wall mount components and conceal with solid plugs of species to match surrounding wood. Place flush with surrounding surfaces. D. Ensure that mechanical and electrical items affecting this Section of work are properly placed, complete, and have been inspected by the Architect/Engineer prior to commencement of installation. PART 1 GENERAL 1.01 SECTION INCLUDES NORTH WIND WEIR PARK RESTROOM SECTION 07210 BUILDING INSULATION A. Thermal resistivity or "r- value" represents the reciprocal conductivity (k- value), which is the rate of heat flow through a homogenous material exactly 1 inch thick. Thermal resistivities are expressed by the temperature difference in degrees F between the two exposed faces required to cause one BTU to flow through one sq. ft. per hour at mean temperatures indicated. 1.02. SUBMITTALS: A. Submit product data for each form and type of insulation indicated. PART 2 PRODUCTS 2.01. GENERAL: A. Provide preformed units in sizes to fit applications indicated, selected from manufacturer's standard thicknesses, widths, and lengths. 2.02. FACED MINERAL FIBER BLANKET /BAIT INSULATION: A. ASTM C 665 for Type III, Class A; foil- scrim -kraft or foil - scrim - polyethylene vapor - retarder membrane on one face; R -19 and as follows: 1. Mineral Fiber Type: a. Fibers manufactured from glass or slag. 2. Surface Buming Characteristics: a. Maximum flame spread and smoke developed values of 25 and 50, respectively. 07210 -1 NORTH WIND WEIR PARK RESTROOM SECTION 07210 BUILDING INSULATION PART 3 EXECUTION 3.01 GENERAL A. Comply with insulation manufacturer's instructions for installation of installation. B. Support insulation units by adhesive or mechanical anchorage or both as applicable to location and conditions indicated. END OF SECTION 07210 - 2 r w r t r. 1. L L 1. i 1 1 .. 1 NORTH WIND WEIR PARK RESTROOM SECTION 07611 SHEET METAL ROOFING PART1 GENERAL 1.01 SECTION INCLUDES A. Precoated steel roofing and associated flashings. B. Counterflashings. C. Trim and ridge cap. 1.02 RELATED SECTIONS A. Section 06601 - Carpentry Work. B. Section 07620 - Sheet Metal Flashing and Trim. C. Section 07900 - .Joint Sealers. D. Section 09900 - Painting. 1.04 REFERENCES A. ANSI /ASTM B32 - Solder Metal. B. ASTM A167 - Stainless and Heat - Resisting Chromium - Nickel Steel Plate. C. FS SS -C -153 - Cement, Bituminous, Plastic. D. NRCA (National Roofing Contractors Association) - Roofing Manual. E. SMACNA - Architectural Sheet Metal Manual. 1.05 SUBMITTALS A. Submit shop drawings under provisions of Section 01300. B. Indicate on shop drawings, material profile, jointing pattem, jointing details, fastening methods, and installation details. 07611 -1 1.06 QUALITY ASSURANCE NORTH WIND WEIR PARK RESTROOM SECTION 07611 SHEET METAL ROOFING A. Installer: Company specializing in sheet metal roof installations with three years documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01400. B. Store and protect products under provisions of Section 01400. C. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. D. Prevent contact with materials during storage which may cause discoloration or staining. 1.08 SEQUENCING AND SCHEDULING A. Coordinate with the work of Section 07620 for installing flashing and reglets. 1.09 WARRANTY A. Provide 20 year warranty under provisions of Section 01700. B. Warranty: Include coverage for degradation of metal finish, water tightness and integrity of seals. PART 2 PRODUCTS 2.01 MANUFACTURERS A. BHP - Select Seam, narrow batten, 21 1/4 inch coverage. B. Substitutions: Under provisions of Section 01400. 07611 - 2 2.02 MATERIALS A. Base Metal: NORTH WIND WEIR PARK RESTROOM SECTION 07611 SHEET METAL ROOFING 1. Steel: ASTM A -792, Grade C, with a minimum yield 43k psi, 24 gauge. 2. Galvalume protective coating, ASTM A -792, 45% zinc, 55% aluminum, 1.9 mils. B. Exterior Finish: Kynar 500 coating. C. Interior Finish: Epoxy primer with white top coat. D. Concealed Clips: 22 gauge steel with G60 galvanized coating space per manufacturer's recommendations, minimum 24" o.c. UL -90 assembly rated. E. Fasteners: Per manufacturer's recommendations to match panel finish where applicable. F. Flashings: Material and finish to match panels. G. Sealants: Per manufacturer's recommendations. See Section 07900. H. Preformed End Closures: Waterproof shaped to fit tightly to panel configuration. I. Underlayment: 30 Ib. roofing felt. 2.03 SHOP FINISHING A. Shop prepare and prime exposed ferrous metal surfaces. B. Backpaint concealed metal surfaces with protective backing paint to a minimum dry film thickness of .15 mil. C. Color: As selected by architect from manufacturer's standard colors. 07611 - 3 PART 3 EXECUTION 3.01 EXAMINATION NORTH WIND WEIR PARK RESTROOM SECTION 07611 SHEET METAL ROOFING A. Inspect roof framing to verify clean and smooth, free of depressions, waves, or projections, properly sloped to eaves. B. Verify framing is dry. C. Verify correct placement of hat channel nailers. D. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and reglets are in place, and nailing strips located. E. Verify roofing membrane termination and base flashings are in place, sealed, and secure. F. Beginning of installation means acceptance of existing conditions. 3.02 PREPARATION A. Field measure site conditions prior to beginning of work. B. Install starter and edge strips, and cleats before starting installation. C. Protect elements surrounding work of this Section from damage or disfigurement. D. Remove strippable protective coatings from roofing and flashing prior to installation. 3.03 INSTALLATION A. Conform to drawing details. B. Cleat and seam all joints. C. No transverse joints of roofing sheets, single sheets only. D. Prime back paint surfaces in contact with dissimilar materials. 07611 - 4 NORTH WIND WEIR PARK RESTROOM SECTION 07611 SHEET METAL ROOFING 3.05 FLASHINGS A. Secure flashings in place using concealed fasteners. B. Cleat and seam all joints. C. Seal joint watertight. D. Fit flashings tight in place. Make comers square, surfaces true and straight in planes, and lines accurate to profiles. 3.06 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01430. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION 07611 - 5 NORTHWIND WEIR PARK RESTROOM SECTION 07620 SHEET METAL FLASHINGS AND TRIM PART1 GENERAL 1.01 WORK INCLUDED A. Roof flashings. B. Roof joint cover flashings. C. Counterflashings at vent stacks. 1.02 WORK INSTALLED BUT FURNISHED UNDER OTHER SECTIONS A. Section 07611 - Metal Roofing. 1.03 WORK FURNISHED BUT INSTALLED UNDER OTHER SECTIONS A. Furnish flashing reglets and accessories to Section 07611 - Metal Roofing. 1.04 RELATED WORK A. Section 06601: Carpentry Work. B. Section 07611 - Roofing. C. Section 07900 - Joint Sealers. D. Section 09900 - Painting E. Section 15000 - Flashing sleeves and collars for mechanical items protruding through roofing membrane. 1.05 REFERENCES A. AISI (American Iron and Steel Institute) - Stainless Steel - Uses in Architecture. B. ANSI /ASTM B32 - Solder Metal. C. ASTM A167 - Stainless and Heat - Resisting Chromium - Nickel Steel Plate. D. ASTM A526 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. 07620 - 1 NORTHWIND WEIR PARK RESTROOM SECTION 07620 SHEET METAL FLASHINGS AND TRIM E. ASTM B209 - Aluminum and Aluminum Alloy Sheet and Plate. F. FS SS -C -153 - Cement, Bituminous, Plastic. G. NAAMM - Metal Finishes Handbook. H. NRCA (National Roofing Contractors Association) - Roofing Manual. I. SMACNA - Architectural Sheet Metal Manual. 1.06 QUALITY ASSURANCE A. Applicator: Company specializing in sheet metal flashing work with five years minimum experience. 1.07 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Describe material profile, jointing pattern, jointing details, fastening methods, and installation details. C. Submit manufacturer's installation instructions under provisions of Section 01300. 1.08 STORAGE AND HANDLING A. Store products under provisions of Section 01400. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. 07620 - 2 PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Pre - coated Galvalume Steel: ASTM A526, G90; 24 gage core steel, shop pre - coated with Kynar coating of color to match metal roof. Provide cants and curbs as required for penetrations through metal roof. 2.02 ACCESSORIES NORTHWIND WEIR PARK RESTROOM SECTION 07620 SHEET METAL FLASHINGS AND TRIM A. Fastener: Galvanized steel with neoprene washers. Finish exposed fasteners same as flashing metal. B. Metal Primer: See Section 09900. C. Protective Backing Paint: Zinc chromate alkyd. D. Sealant: Specified in Section 07900. E. Bedding Compound: Rubber - asphalt type. H. Plastic Cement: FS SS -C -153, Type I- asphaltic. 2.03 FABRICATION A. Fomi sections true to shape, accurate in size, square, and free from distortion or defects. B. Fabricate cleats and starter strips of same material as sheet, interlockable with sheet. C. Form pieces in longest practical lengths. D. Hem exposed edges on underside 1/2 inch; miter and seam comers. E. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and hemmed to form drip. 07620 - 3 2.04 FINISH PART 3 EXECUTION 3.01 INSPECTION NORTHWIND WEIR PARK RESTROOM SECTION 07620 SHEET METAL FLASHINGS AND TRIM A. Backpaint concealed metal surfaces with protective backing paint to a minimum dry film thickness of .15. A. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed, and secure. C. Beginning of installation means acceptance of existing conditions. 3.02 PREPARATION A. Field measure site conditions prior to fabricating work. B. Install starter and edge strips, and cleats before starting installation. C. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. D. Secure flashings in place using concealed fasteners. E. Lap and seal all joints. F. Apply plastic cement compound between metal flashings and felt flashings. G. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. H. Seal metal joints watertight. END OF SECTION 07620 - 4 r 1 1 1. 1 r i PART1 GENERAL 1.01 SECTION INCLUDES A. Preparing sealant substrate surfaces. NORTH WIND WEIR PARK RESTROOM SECTION 07900 JOINT SEALERS B. Sealant and backing. Provide polysulfide sealant except where otherwise required. 1.02 REFERENCES A. ANSI /ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. B. ANSI /ASTM D1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open -Cell Foam). C. ASTM C790 - Use of Latex Sealing Compounds. D. ASTM 1193 - Use of Sealants. E. ASTM C834 - Latex Sealing Compounds. F. FS TT -C -00598 - Calking Compound, Oil and Resin Base Type. G. FS TT -S- 001657 - Sealing Compound, Single Component, Butyl Rubber Based, solvent Release Type. H. FS TT -S -00227 - Sealing Compound: Elastomeric Type, Multi- Component. I. FS TT -S -00230 - Sealing Compound: Elastomeric Type, Single Component. J. FS TT -S- 001543 - Sealing Compound, Silicone Rubber Base. K. SWI (Sealing and Waterproofers Institute) - Sealant and Caulking Guide Specification. 1.04 SUBMITTALS A. Submit product data under provisions of Section 01300. 07900 -1 1.05 QUALITY ASSURANCE NORTH WIND WEIR PARK RESTROOM SECTION 07900 JOINT SEALERS B. Submit product data indicating sealant chemical characteristics, performance criteria, limitations, color availability and test data. A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum three years experience. B. Applicator: Company specializing in applying the work of this Section with minimum three years experience. C. Conform to Sealant and Waterproofers Institute requirements or materials and installation. 1.06 COLOR A. Provide sealant of approximate color to match adjacent surfaces. Custom color if required. 1.07 ENVIRONMENTAL REQUIREMENTS A. Do not install solvent curing sealants in enclosed building spaces. B. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all Sections referencing this Section. 1.09 WARRANTY A. Provide three year warranty under provisions of Section 01740. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit Toss of adhesion or cohesion, or do not cure. 1.10 HANDLING A. Deliver in unopened containers with manufacturer's labels there on. Do not open until Architect approves. 07900 - 2 t i L 1 1 NORTH WIND WEIR PARK RESTROOM SECTION 07900 JOINT SEALERS 1. . B. Do not work when temperature is below 40 degrees F; do no work when surface is wet or atmosphere is damp. PART 2 PRODUCTS 2.01 SEALANTS A. Polysulphide Sealant: FS TT -S- 00230, Type 11 - non -sag, 1 - self - levelling, Class B; color as selected; or Type I, self - levelling, Class A. B. Butyl Sealant: Manufacturer's standard one -part, nonsag, solvent- release- curing, polymerized butyl sealant complying with ASTM C 1085 and formulated with minimum of 75 percent solids to be nonstaining, paintable and have a tack -free time of 24 hours or less. C. Silicone Sealant: FS TT -S- 01543, Class A, low molulus type; color; as selected. 2.02 ACCESSORIES A. Primer: Non - staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non - corrosive and non - staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: As recommended by sealant manufacturer. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces and joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing substrate. 07900 - 3 NORTH WIND WEIR PARK RESTROOM SECTION 07900 JOINT SEALERS 3.02 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Protect elements surrounding the work of this Section from damage or disfiguration. 3.03 INSTALLATION A. Install sealant in accordance with manufacturer's instructions. B. Measure joint dimensions and size materials to achieve required width /depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/3 the joint width. D. Install bond breaker where joint backing is not used. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Tool joints concave or as detailed. 3.04 CLEANING AND REPAIRING A. Clean work under provisions of Section 01700. B. Clean adjacent soiled surfaces. C. Repair or replace defaced or disfigured finishes caused by work of this Section. 07900 - 4 3.05 SCHEDULE NORTH WIND WEIR PARK RESTROOM SECTION 07900 JOINT SEALERS A. Polysulphide: Exterior and interior joints in concrete and CMU, between steel or aluminum and concrete and CMU. B. Butyl: Concealed uses only, in sheet metal joinery, bedding and seaming as required. C. Silicone: Interior uses only, exposed or concealed applications in plumbing or wet -area conditions. END OF SECTION 07900 - 5 1 t . i 11 . i 1 NORTH WIND WEIR PARK RESTROOM SECTION 08111 STANDARD STEEL DOORS AND FRAMES PART1 GENERAL 1.01 WORK INCLUDED A. Non -rated steel doors and frames. 1.02 RELATED WORK A. Section 04100 - Mortar. B. Section 08712 - Door Hardware. C. Section 09900 - Painting 1.03 REFERENCES A. ASTM E152 - Methods of Fire Tests of Door Assemblies. B. DHI - Door Hardware Institute: The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. C. SDI -100 - Standard Steel Doors and Frames. D. SDI -105 - Recommended Erection Instructions for Steel Frames. 1.04 QUALITY ASSURANCE A. Conform to requirements of SDI -100. 1.05 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Indicate frame configuration, anchor types and spacings, location of cutouts for hardware, reinforcement, and finish. C. Indicate door elevations, internal reinforcement, closure method, and cut outs for glazing. 08111 -1 NORTH WIND WEIR PARK RESTROOM SECTION 08111 STANDARD STEEL DOORS AND FRAMES D. Submit manufacturer's installation instructions under provisions of Section 01340. 1.06 DELIVERY, STORAGE AND PROTECTION A. Protect products under provisions of Section 01600. PART 2 PRODUCTS 2.01 DOORS AND FRAMES A. Exterior Doors: SDI -100 Grade III Model 2, 16GA. Galvanized Steel. B. Exterior Frames: 14 gage thick material, core thickness. Galvanized Steel. 2.02 DOOR CORE A. Core: Polyurethane insulation or Polystyrene insulation. 2.03 ACCESSORIES A. Rubber Silencers Resilient rubber. 2.04 PROTECTIVE COATINGS A. Bituminous Coating: Fibered asphalt emulsion. 2.05 FABRICATION A. Fabricate exterior door frames as welded unit. See Door Schedule. B. Fabricate frames and doors with hardware reinforcement plates welded in place. Provide mortar guard boxes. C. Prepare frame for silencers. Provide three single rubber silencers for single doors. D. Doors and Frames shall be fabricated of zinc coated steel in the specified 08111 - 2 NORTH WIND WEIR PARK RESTROOM SECTION 08111 STANDARD STEEL DOORS AND FRAMES gages. The steel shall be hot dipped so as to provide a ductile coating, tightly adherent to the base steel. The zinc coating shall be a G90 coating in accordance with ASTM specification A525. E. Close top edge of exterior door flush with inverted steel channel closure. Seal joints watertight. Enclose top of steel door with flush welded steel top cap. F. Configure exterior frames with special profile to receive snap -in weatherstripping. G. Fabricate frames for masonry wall coursing with 4 inch head member. 2.06 FINISH A. Coat inside of frame profile with bituminous coating to a thickness of 1.5 mil. Shop apply coating. PART 3 EXECUTION 3.01 INSTALLATION A. Install frames in accordance with SDI -105. B. Install doors in accordance with DHI. C. Coordinate with masonry wall construction for anchor placement. D. Fully grout frames. 3.02 ADJUSTING AND CLEANING A. Adjust hardware for smooth and balanced door movement. END OF SECTION 08111 - 3 PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.3 SUBMITTALS 1.4 QUALITY ASSURANCE 1.5 COORDINATION NORTH WIND WEIR PARK RESTROOM SECTION 08305 ACCESS DOORS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of access doors: 1. Ceiling access doors. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 9 Section "Gypsum Board Assemblies" for gypsum board walls and ceilings. A. General: Submit each item in this Article according to the Conditions of Contract and Division 1 Specification Sections. B. Product data for each type of access door assembly specified, including details of construction relative to materials, individual components, profiles, finishes, and fire - protection ratings (if required). 1. Include complete schedule, including types, general locations, sizes, wall and ceiling construction details, latching or locking provisions, and other data pertinent to installation. A. Single- Source Responsibility: Obtain access doors for entire Project from one source and by a single manufacturer. A. Verification: Determine specific locations and sizes for access doors needed to gain access to concealed equipment, and indicate on schedule specified under "Submittals" Article. 08305 - PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 2.2 MATERIALS 1. Model OF -5000 by Acudor Products Inc. 2. Approved equal. NORTH WIND WEIR PARK RESTROOM SECTION 08305 ACCESS DOORS A. Steel Sheet: ASTM A 366/A 366M commercial- quality, cold - rolled steel sheet with baked -on, rust - inhibitive primer. 2.3 ACCESS DOORS A. Flush Access Doors: Units consisting of frame, concealed edge trim, door, hardware, and complying with the following requirements: 1. Frame: 0.0598 -inch- (1.52 -mm -) thick steel sheet. One piece flange welded to mounting frame. 2. Door: 0.0747 -inch- (1.90 -mm -) thick steel sheet. 3. Hinge: Bar hinge. 4. Locks: Key- operated cylinder lock. 5. Finish: Shop applied baked enamel primer. 2.4 FABRICATION A. General: Manufacture each access door assembly as an integral unit ready for installation. B. Steel Access Doors and Frames: Continuous welded construction. Grind welds smooth and flush with adjacent surfaces. Furnish attachment devices and fasteners of type required to secure access panels to types of supports indicated. Provide rated units to match assemblies to be installed. 1. Exposed Flange: Nominal 1 to 1 -1/2 inches (25.4 to 38.1 mm) wide around perimeter of frame. 08305 - 2 NORTH WIND WEIR PARK RESTROOM SECTION 08305 ACCESS DOORS C. Locking Devices: Fumish number required to hold door in flush, smooth plane when closed. 1 1. For cylinder lock, fumish 2 keys per lock and key all locks alike. PART 3 - EXECUTION 3.1 PREPARATION A. Advise Installers of other work about specific requirements relating to access door installation, including sizes of openings to receive access door and frame, as well as locations of supports, inserts, and anchoring devices. Furnish inserts and anchoring devices for access doors that must be built into other construction. Coordinate delivery with other work to avoid delay. 1__ 3.2 INSTALLATION ( A. Comply with manufacturer's instructions for installing access doors. B. Set frames accurately in position and attach securely to supports with plane of face panels aligned with adjacent finished surfaces. C. Install concealed -frame access doors flush with adjacent finish surfaces. 3.3 ADJUST AND CLEAN A. Adjust hardware and panels after installation for proper operation. B. Remove and replace panels or frames that are warped, bowed, or otherwise 1 damaged. END OF SECTION 08305 - 3 1 .. 1 1 1 1 1. 1 PART1 GENERAL 1.01 WORK INCLUDED A. Hardware for steel doors. 1.02 RELATED WORK A. Section 08111 - Standard Steel Frames. B. Section 10441 - Plastic Signs. 1.03 REFERENCES NORTH WIND WEIR PARK RESTROOM SECTION 08712 DOOR HARDWARE A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. C. BHMA - Builders' Hardware Manufacturers Association. D. DHI - Door and Hardware Institute. E. NAAMM - National Association of Architectural Metal Manufacturers. F. NFPA 101 - Life Safety Code. 1.05 COORDINATION A. Coordinate work of this Section with other directly affected Sections involving manufacturer of any intemal reinforcement for door hardware. 1.06 QUALITY ASSURANCE A. Manufacturers: Companies specializing in manufacturing door hardware with minimum three years experience. B. Hardware Supplier: Company specializing in supplying commercial and institutional door hardware. 1.07 SUBMITTALS A. Provide product data and catalog cuts on specified hardware. 08712 - 1 NORTH WIND WEIR PARK RESTROOM SECTION 08712 DOOR HARDWARE 1.08 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data under provisions of Section 01700. B. Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. 1.09 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01400. B. Store and protect products under provisions of Section 01400. C. Deliver keys to Owner by security shipment direct from hardware supplier. 1.10 MAINTENANCE MATERIALS A. Provide special wrenches and tools applicable to each different or special hardware component. B. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART 2 PRODUCTS 2.02 ACCEPTABLE MANUFACTURERS A. Butts: McKinney (specified), Hager, Yale. B. Stops: Ives (specified), Glynn, Johnson. C. Lock Sets: Corbin Russwin. D. Closers: LCN (specified), Rixson, Sargent, Norton. E. Protection Plates: Ives (specified), Best, Corbin, Lawrence, Tice. F. Stops - Ives (specified), Glynn Johnson G. Locks: Best. 08712 - 2 C. Supply keys in the following quantities: 1. 2 master keys. 2. 2 grand master keys. 3. 2 construction keys. 2.04 FINISHES NORTH WIND WEIR PARK RESTROOM SECTION 08712 DOOR HARDWARE H. Threshold: Pemko (Specified), Reese I. Push /Pulls: Builder's Brass Works (specified). J. Overhead Door Stop: Glynn Johnson (specified). K. Substitutions: Under provisions of Section 01400. 2.03 KEYING A. Door Locks: Master keyed including construction keying, control keying for core removable cylinders. B. Supply 3 keys for each lock. A. Finishes are identified in Schedule at end of this Section. PART 3 EXECUTION 3.01 INSPECTION A. Verify that doors and frames are ready to receive work and dimensions are as instructed by the manufacturer. B. Beginning of installation means acceptance of existing conditions. 3.02 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and regulatory requirements. B. Use the templates provided by hardware item manufacturer. C. Conform to ANSI A117.1 for positioning requirements for the handicapped. 08712 - 3 3.03 SCHEDULE HW -1 1 -1/2 Pair 1 each 1 each 1 each 1 each 2 each 1 each 1 each HW -2 1 -1/2 Pair 1 each 1 each 2 each 1 each NORTH WIND WEIR PARK RESTROOM SECTION 08712 DOOR HARDWARE Butts Dead Lock Closer Pull Wall Stop Kick Plate Key Cylinder Push Butts Lockset Key Cylinder Kick Plate Overhead Door Stop END OF SECTION 08712 - 4 T4A 3386 4 -1/2 x 4 -1/2 US32D DL2011 US32D 4040 1616 4" x 16" US32D 408US32D 8400 US32D 6" x 34" Best Grand Master System 5035E 4" x 16" US32D T4A 3386 4 -1/2 x 4 -1/2 US32D ML2265 LSR US32D Best Grandmaster 8400 US32D 6" x 34" J100 Series NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING PART 1 GENERAL 1.01 RELATED WORK A. Section 06601, CARPENTRY WORK B. Section 08111, STANDARD STEEL DOORS AND METAL FRAMES C. Section 15000, MECHANCIAL D. Section 16000, ELECTRICAL 1.02 DESCRIPTION A. Unless specifically scheduled or specified otherwise, all exposed surfaces are to receive paint finish as specified herein. 1.03 REFERENCED STANDARDS A. Architectural Specification Manual -- Painting, Wallcovering and Gypsum Wallboard Finishing, latest edition, published by Specification Services, P.O. Box 6225 Federal Way, Washington 98003, Telephone (206) 941 -8823. The words "Specifying Authority" as used in the Standard Specifications Section shall mean the Architect. B. Structural Steel Painting Council (SSPC) 1.04 SURFACES NOT TO BE PAINTED A. Unless specifically specified otherwise, the following surfaces are not to be painted. 1. Exposed finish metals (aluminum, brass, bronze, stainless steel, copper, chrome). 2. Sealant, interior and exterior. 3. Items having a complete factory finish, except items built into surfaces which have painted finish. 4. Permanently concealed surfaces need not be painted, except for prime coats on metal and millwork. 09900 -1 1.05 COLORS 1.06 SUBMITTALS NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING A. Colors: As selected by the Architect. Do not start painting until colors are selected or scheduled. A maximum of 7 colors will be selected. A. Number of Samples: Submit of each stain and paint finish in duplicate. Sample for paint finishes of each color and each gloss texture. Supply one quart of each approved paint to Owner. Each quart is to be labeled for type and color. B. Preparation of Samples: Approximately 4" x 12" size. C. Timing for Submittal of Samples: Submit after material list is approved and colors are selected; before materials are delivered to job; in ample time to permit consideration without delaying construction schedule. D. Material Lists: Submit list of all products proposed for use for Architect's approval. Submit 3 copies before commencing painting complete with name of manufacturer, trade name or number, and purpose for which material is proposed. Obtain Architect's approval before ordering. Use same manufacturer's products for all coats of each individual finish unless otherwise approved by Architect. Contractor's option to use any one of the named manufacturers for each separate finish provided exact colors selected by Architect are available. E. Manufacturers' Specification, Directions and Recommendations: Conform to manufacturer's specifications, directions and recommendations for best results in use of each of their products for each condition. Should they be at a variance with these specifications, report discrepancy to Architect for decision. F. Color Formula List: At time of acceptance of the project furnish to the Owner a typewritten list of all colors and types of paint installed therein, complete with either the color formula for duplication or identifying paint manufacturer's number for replacement paint. G. Certificate from protective coating manufacturer stating applicator as qualified and authorized to install product. H. Product Data: Submit manufacturer's published literature for manufacturer's specifications, physical characteristics and performance data. Submit as a supplement, manufacturer's instructions and directions for application if not included in manufacturer's published literature. 09900 - 2 1.07 HANDLING PART 2 PRODUCTS 2.01 MATERIALS NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING A. Delivery and Storage of Materials: Deliver in unopened containers; manufacturer's original labels thereon. Do not open until approved by Architect. Store and mix material where directed by Architect. B. Inflammable Material: Take extraordinary care to prevent fire. Open cans of paint and vamish only as needed. Keep rubbing cloths and oil rags in tightly closed metal containers or remove from building at close of each day's work. A. Unless otherwise specified, fumish paint, vamish, stain, enamel, lacquer, fillers and related products for prime, intermediate and finish coats, of a type, brand and manufacturer listed in Chapter 7 of the Architectural Specification Manual, (Standard Specifications), factory- labeled for positive identification. Materials not specifically noted in the Architectural Specification Manual (Standard Specifications), and required for the work such as linseed oil, shellac, thinners or other materials required for the work, shall be of quality not less than required by applicable published Federal or State Specification Standards, and as manufactured by approved firms. B. Tung, Phenolic, oil modified urethane. Daly's Pro Fin or approved. C. Protective Coating: Chemed chemical Company's "Fight Back" W -610 Heavy Duty Water Sealer. D. Epoxy - Polyamide coating, Tnemec Series Epoxoline primer or approved equal. E. Acrylic Polyurethane enamel, Tnemec Series 73 Endura - Shield III or approved equal. F. Anti - Graffiti Coating: American Restoration Technology, "Expel 3, Fightback" or approved equal. 2.02 MIXING AND THINNING A. Mix according to manufacturer's directions or as directed by Architect. 09900 - 3 2.03 SHEEN A. Where gloss or sheen is specified or is listed as a standard for approval for the project, the terms refer to tested luster, shine or sheen of the dry film and for purposes of this specification are defined as follows, when tested with a 60- degree reflector meter. 1. Flat: 10- degree gloss or less. 2. Eggshell: 11 to 19- degree gloss. 3. Satin: 20 to 30- degree gloss. 4. Semi - gloss: 31 to 74- degree gloss. 5. Gloss: 75- degree gloss or more. B. Unless otherwise specified provide semi -gloss sheen. PART 3 EXECUTION 3.01 PREPARATION FOR PAINTING A. All surfaces must be smooth, dry, uniform in texture, clean and free of all greases, dust, dirt and other detrimental substances. Remove or protect all hardware, lighting fixtures and similar finished items; return same to their original state on completion of painting. Determine that proper temperatures have been attained and will be maintained. B. Preparation of Surfaces NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING 1. Galvanized Metal Surfaces: Field prepare in accordance with SSPC -SP -1 solvent cleaning. 2. Ferrous Metal Surfaces: Remove all rust and scale; wash with appropriate solvent; wire brush all unpainted welds; touch up all bare metal and scratched and abraded surfaces; recoat all wire brushed surfaces. 3. Wood Surfaces: Sand as necessary to obtain perfectly smooth surfaces. See that all nails are properly set and filled. 4. All Other Surfaces: Neutralize if necessary as directed by Architect. C. Prime Coating and Backpriming: Prime wood trim which is to be painted and must be cut and fitted at the job. Perform all other priming and backpriming at the mill. Apply prime coats as hereinafter specified. D. Protect metal surfaces from contact with graffiti resistant coating. This includes but is not limited to hardware, name plates, tags, etc. 09900 - 4 3.02 APPLICATION OF FINISHES NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING A. Number of Coats: As specified hereinafter for each type of finish. On shop primed work an additional prime coat is not intended, except touch -up. If necessary to obtain uniform color or sheen, add additional coats. B. Thickness of Coats: Use ample undiluted materials; apply in uniform thickness over entire areas; do not exceed manufacturer's recommended spreading rate per gallon. Conform to Standard Specifications. C. Colors of Coats: Tint prime coats if necessary to obtain uniform finish coats. Vary color between coats; finial coat to exactly match samples. D. Approval of Successive Coats: Obtain Architect's approval of each coat before succeeding coat is applied; without this approval, Architect reserves right to require an additional coat. E. Workmanship: Highest quality of skilled workmen to Architect's satisfaction. Spread material evenly without runs, sags, thin spots and skips. Cut sharp lines against unpainted surfaces and other colors. Allow each coat to harden at least 24 hours between coats. Finish surfaces uniform, free from streaks, blotches and other defects. F. Doors: Finish all edges same as faces of doors. G. Touch -up Steel Work: Touch -up abraded spots as soon after erection as possible before other than very Tight rusting can occur. Use same material as used for shop coat. Remove all rust before paint is applied. H. Follow manufacturer's recommendations for graffiti resistant coating. 3.03 EXTERIOR AND INTERIOR A. Paint all ferrous, galvanized and shop- primed metal surfaces, except items specified not to be painted. Paint all metal surfaces of mechanical and electrical items. Paint all items as specified hereinafter. B. Galvanized Metal 1. 1 coat epoxy polyamide primer, Tnemec Series 66 or approved equal. 2. 1 coat Acrylic Polyurethane enamel, Tnemec Series 73 Endura - Shield III or approved equal. 09900 - 5 NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING C. Galvanized Framing Anchors and Misc. Ferrous Metal 1. 1 coat pretreatment primer 2. 2 coats exterior alkyd semi -gloss enamel D. Wood 1. 2 coats exterior penetrating oil stain, semi - transparent. E. Concrete Masonry Unit - Exterior 1. 1 coat protective coating. F. Concrete Masonry Unit - Interior 1. 1 coat block filler 2. 1 coat epoxy primer for C.M.U. 3. 1 coat epoxy finish 3.04 PAINTING OF MECHANICAL AND ELECTRICAL WORK A. Paint the following items 2 coats to match adjacent surfaces where adjacent surfaces are painted or where any painting is scheduled in those spaces. 1. All items which receive prime coat under Mechanical and Electrical specifications. 2. All conduit, boxes, panelboards and similar. 3.05 CLEANING A. Clean paint spatters, spots and stains from finished surfaces. Replace or repair damaged surfaces which are not satisfactorily cleaned as directed by the Architect. 09900 - 6 3.06 DEFECTIVE WORK NORTH WIND WEIR PARK RESTROOM SECTION 09900 PAINTING A. Contractor responsible, from whatever cause; refinish without extra cost. Repair all work damaged during construction; leave in first -class condition. Where uniform color and sheen of surface is not obtained, add additional costs as directed by Architect, at no additional cost to Owner. END OF SECTION 09900 - 7 NORTH WIND WEIR PARK RESTROOM SECTION 10160 TOILET COMPARTMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Toilet compartments, floor mounted, overhead braced. 1.02 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ASTM A167 - Stainless and Heat Resisting Chromium - Nickel Steel Plate, Sheet and Strip. C. FS RR -P -1352 - Partitions, Toilet, Complete. 1.03 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Indicate on shop drawings, partition plan and elevation views, dimensions, details of wall and floor supports, and door swings. C. Provide product data on panel construction, hardware, and accessories. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Santana: Poly- Mar -HD, floor mounted overhead braced. A. Bobric: Series 1080 Phenolic Core. 2.02 MATERIALS A. Phenolic 1" net thickness with radiused edges. B. Overhead Brace: 3" high stainless steel, 20 gauge. C. Head Rails: Hollow steel 1 x 1 -5/8 inch size, with cast socket wall brackets. 10160 -1 NORTH WIND WEIR PARK RESTROOM SECTION 10160 TOILET COMPARTMENTS D. Attachments, Screws, and Bolts: Stainless steel; tamper proof type; heavy duty extruded aluminum brackets. E. Hardware: Chrome plated non - ferrous case pivot hinges, gravity type, adjustable for door close positioning; nylon bearings; thumb tum door latch; door strike and keeper with rubber bumper; cast alloy chrome plated coat hook and bumper. 2.03 FABRICATION A. Fabricate partitions in accordance with FS RR -P -1352. B. Doors and Panels: 3/4 inch thick by 24 inch wide x 58 inch high, solid phenolic with manufacturer's laminate surface; 32 inch wide door swinging out on stalls for handicapped use. C. Pilasters: 1 -1/4 inch thick, constructed same as doors, of sizes required to suit cubicle width and spacing. D. Pilaster Shoes: Formed chromed steel with satin finish. E. Doors, Panels, and Pilasters: Grind edges smooth. F. Internal Reinforcement: Provide in areas of attached hardware and fittings. Mark locations of reinforcement for partition mounted washroom accessories. 2.04 FACTORY FINISHING A. Provide manufacturer's laminate finish surface. Color selected from manufacturer's full range of colors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that site conditions are ready to receive work and opening dimensions are as indicated on shop drawings. B. Verify correct spacing of plumbing fixtures. 10160 - 2 i 1 i NORTH WIND WEIR PARK RESTROOM SECTION 10160 TOILET COMPARTMENTS C. Verify correct location of built -in framing, anchorage, and bracing, where required. D. Beginning of installation means acceptance of existing surfaces. 3.02 INSTALLATION A. Install partitions secure, plumb, and level and in accordance with manufacturers' instructions. B. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end pilasters. C. Attach panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to bracket with through sleeve tamperproof bolts and nuts. Locate headrail joints at pilaster center lines. E. Adjust hinges to locate doors in partial opening position when unlatched. Return outswing doors to close position. 3.03 ADJUSTING A. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. 3.04 CLEANING A. Remove protective maskings. Clean surfaces. B. Field touch -up of scratches or damaged finish will not be permitted. C. Replace damaged or scratched materials with new materials. END OF SECTION 10160 -3 NORTH WIND WEIR PARK RESTROOM SECTION 10441 SIGNS C. PART1 GENERAL 1.01 SECTION INCLUDES A. Plastic signs. 1 1.02 RELATED SECTIONS ( A. Section 04210 - Concrete Masonry Unit: Installation of anchors. 1.03 SUBMITTALS A. Submit manufacturer's catalog cuts under provisions of Section 01300 showing sign style, graphic design and overall dimensions. B. Submit sample of specified letter style showing exact materials and finish. C. Submit manufacturer's installation instructions under provisions of Section 01300. D. Include installation template and hardware. 1.04 DELIVERY, STORAGE, AND HANDLING 1 . A. Deliver products to site under provisions of Section 01400. PART 2 PRODUCTS [. 2.01 PRODUCTS A. ASI Sign System, Sign Etch 1 Series metal signs with vandal resistant screw mounting, .125 -inch thick, size as noted or approved equal. White letters and symbols on international blue field. Provide Grade 2 Braille and raised characters per WAC 51 -20. See sketch at end• of section. 10441 -1 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts existing surfaces. 3.02 INSTALLATION ; A. Install in accordance with manufacturer's instructions and approved shop drawings. B. Install signs after surfaces are finished, in locations scheduled. Set rigid, straight and plumb. C. Locate signs on wall surface, level as indicated on drawings. D. Clean and polish. NORTH WIND WEIR PARK RESTROOM SECTION 10441 SIGNS END OF SECTION 10441 -2 1 1 i 1. NORTH WIND WEIR PARK RESTROOM SECTION 10800 TOILET AND BATH ACCESSORIES PART1 GENERAL 1.01 SECTION INCLUDES A. Toilet and washroom accessories. B. Attachment hardware. 1.02 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 04210: Installation of concealed anchor devices. 1.03 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ANSI /ASTM Al23 - Zinc (Hot -Dip Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strips. C. ANSI /ASTM A366 - Steel, Carbon, Cold - Rolled Sheet, Commercial Quality. D. ANSI /ASTM A386 - Zinc Coating (Hot -Dip) on Assembled Steel Products. E. ANSI /ASTM B456- Electro- deposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. F. ASTM A167 - Stainless and Heat - Resisting Chromium - Nickel Steel Plate, Sheet and Strip. G. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 1.03 SUBMITTALS A. Submit product data under provisions of Section 01300. 10800 -1 NORTH WIND WEIR PARK RESTROOM SECTION 10800 TOILET AND BATH ACCESSORIES B. Provide product data on accessories describing size, finish, details of function, attachment methods. C. Submit manufacturer's installation instructions under provisions of Section 01300. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Bradley B. Bobrick C. McKinney D. Coromatic E. Substitutions: Under provisions of Section 01400. 2.02 MATERIALS A. Toilet Paper Dispensers: Coromatic #6500 or approved, provide one (1) in each toilet compartment. B. Grab Bars: Bobrick B6106 Series or approved, provide one (1) in each handicap toilet compartment. C. Hand Dryer: World Model XA5. No substitutions. D. Soap Dispenser: Bobrick B -2111 Series or approved, surface mounted, provide (2). E. Mirrors: Bobrick B1556 2436, frameless stainless steel mirrors, provide (2). F. Seat Cover Dispenser: Bobrick B221, surface mounted stainless steel, provide (1) in each toilet compartment. G. Sanitary Napkin Disposal: Bobrick B270, surface mounted, provide (2). H. Adhesive: Two component epoxy type, waterproof. 10800 - 2 l_ { I. Fasteners, Screws, and Bolts: Chrome or stainless steel tamper proof, t_ security type. i i 1 NORTH WIND WEIR PARK RESTROOM SECTION 10800 TOILET AND BATH ACCESSORIES J. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. K. Plumbing Piping Cover: Plumbing softeners "P- Trap" Safety insulator KIP. 2.03 FABRICATION A. Weld and grind smooth joints of fabricated components. B. Form exposed surfaces from single sheet of stock, free of joints. C. Form surfaces flat without distortion. Maintain flat surfaces without scratches or dents. D. Back paint components where contact is made with building finishes to prevent electrolysis. E. Shop assemble components and package complete with anchors and fittings. F. Provide steel anchor plates, adapters, and anchor components for installation. G. Hot dip galvanize exposed and painted ferrous metal and fastening devices. 2.04 FACTORY FINISHING A. Chrome /Nickel Plating: ANSI /ASTM B456, Type SC2 satin finish. B. Stainless Steel: No. 4 satin luster finish. 10800. -. 3 NORTH WIND WEIR PARK RESTROOM SECTION 10800 TOILET AND BATH ACCESSORIES PART 3 EXECUTION 3.01 EXAMINATION A. Verify that site conditions are ready to receive work and dimensions are as indicated by the manufacturer. B. Beginning of installation means acceptance of existing conditions. 3.02 PREPARATION A. Deliver inserts and rough -in frames to site at appropriate time for building -in. B. Provide templates and rough -in measurements as required. C. Very exact location of accessories for installation. 3.03 INSTALLATION A. Install fixtures, accessories and items in accordance with manufacturer's instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Insulate exposed drain pipes and supply pipe under lavatories with plumbing pipe cover. END OF SECTION 10800 - 4 NORTH WIND WIER PARK RESTROOM SECTION 15000 MECHANICAL GENERAL PROVISIONS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS Conform to General Conditions, Supplementary Conditions, the modifications thereto and Division 1 - General Requirements for all work in the sections of Divisions 15. 1.02 SCOPE OF WORK Provide labor, materials and appliances and perform operations in connection with satisfactory installation of mechanical work ready to operate in strict accordance with these specifications and drawings. Work of Division 15 includes, but is not limited to, that as delineated in the following specification sections: 15000 General Provisions 15055 Basic Materials and Methods 15400 Plumbing Systems 1.03 CODES AND STANDARDS A. Conform to following code and agency requirements having jurisdictional authority over mechanical installation. Uniform Plumbing Code (UPC) with local amendments. Uniform Mechanical Code (UMC) with local amendments. Uniform Building Code (UBC) with local amendments. Requirements of OSHA and EPA. ASME code for construction of pressure vessels. ASTM, ANSI and NEMA standards, as referenced in subsequent sections. Local Sewer District Requirements. Local Water District Requirements. . - Local Health Department Requirements. B. ASME code stamp required on all pressure vessels and relief valves. Certificate required from the State Boiler Inspector showing approval of the equipment and its installation. 15000 -1 1.04 COORDINATION A. Visit site and become familiar with existing conditions affecting work. B. Verify locations of any overhead or buried utilities on or near site. Determine such locations in conjunction with all public and private utility companies and with all authorities having jurisdiction. C. Mechanical drawings are diagrammatic. Verify all measurements, dimensions and connections on the site, and coordinate between trades to preclude interferences. D. When discrepancies occur between plans and specifications, the Architect will determine which takes precedence and the Contractor shall perform the selected requirement at no additional cost. E. Check mechanical and electrical drawings and specifications to assure proper location and electrical characteristics of outlets serving mechanical and electrical equipment. F. Advise the Architect of any modifications required to suit equipment fumished. G. Locate all piping to avoid conflict and interference with the ductwork and lighting fixtures that may be installed after the plumbing and piping. In general, give ductwork preference over piping, unless directed otherwise by the Architect. 1.05 FINAL APPROVAL A. Contingent upon completion of the following: Execution of Architect's final observation report Operation and maintenance manuals Operation instruction period Permit submittals Record drawings Valve list posted Balancing Testing and cleaning B, The Contractor shall submit a completed Project Completion Form at the time final acceptance of the mechanical work is requested. A copy of the form to be used is attached to this section. C. See Division 1. 15000 -2 1.06 TERMS OF CONTRACT A. Submittals: 1. Submit for review six (6) copies of shop drawings, brochures (catalog data), and lists in accord with Division 1. Turn in all Division 15 submittals as a single unit. Only Fire Protection (Section 15300) and Energy Management (Section 15900) may be submitted separately. 2. Unless otherwise indicated, material and equipment to be submitted include all items specified in Part 2 (Products) in each section of Division 15 and as listed on equipment schedules on drawings. 3. Clearly indicate on each page the equipment schedule designation, as applicable, and model intended for use. 4. Do no fabrication or manufacture of products until return of submittals. 5. Provide shop drawings for all products, systems, system components, and special supports which are not a standard catalog product and which may be fabricated for the Contractor or by the Contractor. Layout drawings to scale and show dimensions where accuracy of location is necessary for coordination or communication purposes. B. Substitutions: 1. Manufacturers and models of equipment and material indicated herein and on drawings are those upon which mechanical design is based. Other manufacturers with products considered equal in general quality may be listed without specific model designation. 2. For substitution of any other manufacturers' equipment, see Division 1. In selecting substitute equipment, Contractor is responsible for and must guarantee equal performance and fit. 3. Unless indicated otherwise, "or approved" may be assumed for all products in Division 15. 1.07 DOCUMENTATION A. Permits: Submitted, paid for and obtained by Contractor. Submit copies of signed, approved permits to the Architect upon request. B. Record Drawings: See Division 1. Show location of equipment and size of piping and ductwork. Locate all valves, cocks, dampers and similar equipment with tag or label identification. Indicate locations and elevations of exterior pipe and utility connections. Maintain continuously updated drawings during progress of project. 15000 -3 1.08 OPERATING AND MAINTENANCE MANUALS A. Contents: Furnish, in accord with Division 1, three (3) bound copies of operating and maintenance manuals to include the following: - Manufacturers, suppliers, contractor and mechanical subcontractors' names, addresses and phone numbers. - Warranty service contractors' names, address and phone numbers (if different from above). - Schedule and description of routine maintenance for each component to include oiling, lubrication and greasing data and belt sizes, types and lengths. Balancing log and test data. - Manufacturer's cuts and rating tables, including brochures for all submittal items. Part numbers of all replaceable items. - Control diagrams and operation sequence. - Written guarantees. Record drawings corrected and completed. B. Binders: 1. Furnish typewritten or printed index and tabbed dividers between principal categories. 2. Bind each manual in a hard - backed loose -leaf binder. 3. Imprint on cover: Name of project. Owner. ▪ Location of project. • Architect. ▪ Contractor. • Year of completion. 4. Imprint on backing: ▪ Name of project. ▪ Year of completion. C. Submittals: 1. Preliminary Copies: Prior to scheduled completion of the project, submit two copies for review by the Architect. 2. Final Copies: After approval of the preliminary copies, submit three (3) finished copies to the Owner. 15000 -4 1.09 OPERATING AND MAINTENANCE INSTRUCTIONS A. General: In addition to requirements of Division 1, following initial operation of mechanical systems and prior to acceptance by the Architect, perform the following services. 1. At least two weeks prior to each instruction period, give written notification of readiness to proceed to the Architect and Owner, and obtain mutually acceptable dates. 2. Conduct demonstrations and instructions for the Owner's representatives, pointing out requirements for servicing and maintaining equipment and systems. 3. If requested by the Architect, furnish qualifications of Contractor's personnel in charge of the instruction; foreman position is minimum acceptable. 4. Include preliminary discussion, information from maintenance manual and contract drawings; conduct tours of the new construction, explaining maintenance, operation and adjustment of each piece of equipment. B. Minimum duration of instruction periods: Plumbing 4 hours 1.10 CUTTING, FITTING, REPAIRING AND PATCHING A. Arrange and pay for all cutting, fitting, repairing, patching and finishing of work by other trades where necessary for installation of mechanical work. Perform work only with craftsmen skilled in their respective trades. B. Avoid cutting, where possible, by setting sleeves, frames, etc., and by coordinating for openings in advance. Assist other trades in securing correct location and placement of rough- frames, sleeves, openings, etc. for ducts and piping. C. Before cutting, obtain written permission from Architect. Use only approved methods. Cut all holes neatly and as small as possible to admit work. Include . cutting where sleeves or openings have been omitted. Perform cutting in manner so as not to weaken walls, partitions or floors. Drill holes required to be cut in floors without breaking out around holes. 1.11 TESTING AND INSPECTION A. Testing and balancing of mechanical systems shall be performed as described in following sections and as required by the various codes and ordinances. B. Do not allow any work to be covered up or enclosed until inspected, tested and approved by the Architect and all authorities having jurisdiction over the work. C. Should any work be enclosed or covered up before such inspection and test, Contractor shall at his own expense uncover work, and after it has been inspected, tested and approved, make all repairs as necessary to restore all work distributed by him to its original condition. 1.12 SALVAGE Remove excess piping and sheet metal work and plug or cap any unused branch connections. Remove scrap pipe and sheet metal and all other excess materials from the site. 1.13 CONTRACTOR'S GUARANTEE A. All work, material and equipment shall be free of defect, complete and in perfect operating order at time of delivery to Owner. B. Without cost to Owner, correct all defects and failures discovered within one year from date of final acceptance, except when in the opinion of the Architect such condition is due to neglect or carelessness of the Owner. C. The guarantee of the Contractor is independent of shorter time limits by any manufacturer of equipment he has furnished. Submit with Operation and Maintenance Manual all guarantees which exceed one year (e.g.: water heaters). D. Make all necessary adjustments during first year of operation. E. The presence of any inspector or observer during any construction does not relieve the Contractor from responsibility for defects discovered after completion of the work. 1.14 PROJECT CLOSE -OUT A. At end of project, Contractor shall verify that the following have been accomplished: • Test and Balance Reports submitted. • Operation and Maintenance Manuals submitted. ▪ Record Drawings submitted. Operating Instructions completed. B. The Contractor shall submit a Project Completion Form properly filled out at the time final acceptance of the mechanical work is requested. A copy of the form to be used is attached to this section. END OF SECTION 15000 -6 D. Spare Parts and Keys: PROJECT COMPLETION (PLUMBING) �._ PROJECT NAME: PROJECT LOCATION: DATE: Owner's Rep. Date L B. Record Drawings: 1_ A. The following systems have been demonstrated to the Owner's representative: Plumbing Systems Transmitted to: Quantity: Date: ntenance Manuals: C. Operation Instructions/Maintenance L Transmitted to: Quantity: Date: Transmitted to: Quantity: Date: E. The work is complete and in accordance with contract documents and authorized changes except: Mechanical Subcontractor Representative Date 15000 -7 NORTH WIND WIER PARK RESTROOM SECTION 15055 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS Conform to General Conditions, the modifications thereto, and Division 1 - General Requirements. 1.02 SCOPE This section includes products, assemblies and methods applicable to more than one of the systems specified in the following sections of Division 15. 1.03 MATERIALS AND EQUIPMENT A. Use products of a single manufacturer, where two or more units of same class of equipment are required. Use new equipment and materials. B. Protect materials stored on site against weather, corrosion and dirt. C. Provide major components of equipment with manufacturer's name, address, catalog number and capacity indicated on a nameplate, securely affixed in a conspicuous place. PART 2 - PRODUCTS 2.01 PIPE AND FITTINGS A. Cast Iron Soil Pipe and Fittings: Bell and Spigot: ASTM A -74 No -Hub: CISPI 301 B. Steel Pipe, Black and Galvanized: ASTM A -120 Fittings: Malleable iron screwed: ANSI B16.3 Cast iron screwed: ANSI B16.4 C. Copper Tubing: ASTM B-88 Fittings: Wrought copper, ANSI 816.22 D. Copper DWV: ASTM 8306 Fittings: Cast brass, 816.23 E. Copper Refrigerant Piping: ASTM B280 -88, "Specification for Seamless Copper Tube for AC &R Field Service." 2.02 VALVES AND SPECIALTIES Operating Valves: Nibco, Crane, Stockham or Milwaukee equal to Nibco model numbers listed: Gate: T -111 Globe: T -211 Check: T-413 Ball: T -580 -Y 2.03 PIPING SPECIALTIES A. Unions: Ground joint, malleable type. Grinnell, Crane, Walworth, Syspac. B. Access Panels: Same type and construction as those specified in Section 08300 or Milcor, Type "K" with screwdriver operated lock. Stainless steel access panels in tile walls. C. Insulating Union: Epco, Capitol. D. Escutcheon: Grinnell Fig. 2 or 13, nickel plated. 2.04 MECHANICAL SUPPORTING DEVICES A. Pipe Straps: Perforated galvanized sheet steel, #18 gauge, 3/4" wide with 1/4" holes 1/2" O.C. B. Pipe Hangers: Components and assemblies in accord with MSS SP -58 and ANSI 831.1. C. Duct Hangers: In accord with SMACNA Low Pressure Duct Construction Standards. 2.05 IDENTIFICATION A. Valve Tags: 1-1/2" diameter brass, aluminum, or 3/32" plastic stamped to indicate service and valve number, 1/2" lettering, chain hanger. Valve list to be posted under glass or plastic in appropriate mechanical room and to be included in maintenance manual. 15055 -2 B. Pipe Marking: Semi -rigid plastic coil markers with written legend, color - coded background, and flow arrow all in accord with ANSI A13.1 Letters to reflect drawings legend designations. 2.06 PAINT Factory Finished Equipment: See individual equipment specification. 2.07 PIPE INSULATION A. Preformed Glass Fiber: 4 Ib. density, 0.24K at 75° F mean temp., laminate jacket. Manville Micro -Lock, APT or equal. B. Foamed Plastic: 0.27K at 75° F mean temp., continuously sealed joints. Armstrong Armaflex or equal. PART 3 - EXECUTION 3.01 PIPE AND PIPE FITTINGS A. Underground Ferrous Piping & Fittings (Except cast iron soil piping): Machine wrap with polyvinyl chloride (PVC) pressure sensitive tape 0.020" thick (Scotchwrap) to include risers at buildings to a minimum of 6" above grade. B. Pipes: Remove burrs by reaming. Use pipe cement on male threads only. C. Openings in Pipes: Keep closed during progress of work. D. Concealed Piping: Install so as not to interfere with light fixtures or other trade components. E. Close Nipples: Not permitted on any part of work. Use standard short nipples for short pipe connections. Use of bushings not permitted. F. Copper Tubing: Continuous. Copper tubing inserts in runs of steel pipe not permitted. Solder joints in copper piping. Do not lay copper tubing on rocks or gravel. . G. Pipes of Dissimilar Metals: Make connections with insulating (Dielectric) unions. H. Cutting Copper Pipe: Use a cutter. Smooth sharp edges with emery cloth. I. Saddles on Pipe: Not permitted. 3.02 VALVES AND SPECIALTIES A. Unions: Install at final connections to equipment and on control side of all valves in mains, branches and risers. 15055 -3 B. Escutcheons: Install at all places where exposed uncovered piping passes through walls, floors or ceilings. C. Galvanized Iron Sleeves: Not less than 20 gauge, cast in concrete installed wherever piping passes through concrete floors or walls. Sleeves for insulated pipe shall be of sufficient size to allow the covering to pass through sleeve. Use steel pipe extended 1" above finished floor for sleeves in floors of rooms exposed to water. For penetration of floors and walls from buried pipe, caulk annular space between pipe and sleeve with first quality oakum and fill with pitch. 3.03 MECHANICAL SUPPORTING DEVICES A. General: Mechanical equipment and materials are not to be suspended or supported from pipe, electrical conduit, ceiling systems or any non- structural member. B. Pipe Hangers and Supports: Item selections, hanger spacings, rod diameters, and protection shields in accord with MSS SP-69, except as otherwise indicated. Pipes shall not be hung or supported from each other. C. Concealed Piping: 1" and smaller may be hung with pipe straps. D. Multiple Pipe Supports: Where a number of pipes are hung with a common support e.g.: trapeze hanger), submit design criteria/calculation. E. Structural Attachments: Beam clamps where possible. F. Vertical Adjusting Device: Provide on all rigid hangers. G. Protection Shield /Protection Saddle: Use on insulated pipe. H. Risers: Provide support at tee or elbow at base of risers. Provide pipe clamp support at each floor. 3.04 IDENTIFICATION Pipe Marking: Every 30 feet, at wall or partitions, and at pipe junctions. Lettering oriented to be read from below horizontal centerline. 15055 -4 3.05 INSULATION A. Application: 1. Pipe Insulation PIPE SIZE Insul Fluid Tvue Runouts 1" , 11/4 " -2" Domestic PGF /FP 1/2 1/2" 1/2" CW Domestic PGF 1" 1" 1" HW END OF SECTION B. Installation 1. Apply covering when building is thoroughly dry to prevent shrinkage. 2. Apply insulating cement to all fittings and valves equal to adjacent thickness and finish with preformed PVC fitting jackets. 3. Insulate all risers, branches and connections to equipment. 4. Insulate pipe at hangers and provide protection saddles or shields. 5. Do not insulate direct burial rainleader or cold water. 6. Do not insulate over equipment data labels. NORTH WIND WIER PARK RESTROOM SECTION 15400 PLUMBING SYSTEMS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS Conform to General Conditions, Supplementary Conditions, the Modifications thereto, and Division 1 - General Requirements. 1.02 SCOPE This section includes plumbing piping, fixtures, equipment and accessories. PART 2 - PRODUCTS 2.01 WATER PIPE AND FITTINGS A. Above Grade: Type "L ", hard drawn.copper with wrought copper fittings; 95 -5 solder. Chrome - plated brass for exposed piping to fixtures. B. Below Grade: Type "K", soft temper copper, 95 -5 solder. 2.02 WATER HAMMER ARRESTORS Factory fabricated, PDI certified unit with stainless steel construction and nitrogen charge. Wade Shockstop or approved. 2.03 WATER HEATERS (ELECTRIC) Electric automatic vertical storage type, glass Tined 150 psi construction, magnesium anode, high limit control and conformance with Washington State Energy Code. A.O. Smith, Ruud, State or approved. 2.04 WASTE AND VENT PIPE - UNDERGROUND A. Cast iron bell- and - spigot, long pattern fittings, rubber ring joints. B. Cast iron, no -hub, long pattern fittings, stainless steel sleeve joints. C. ABS plastic sewer pipe, solvent cement joints. 2.05 WASTE AND VENT PIPE - ABOVE GROUND A. Cast iron, bell- and - spigot, long pattern fittings, rubber ring joints. B. Galvanized, schedule 40, long pattern recessed C.I. screw fittings. C. DWV copper, long pattern cast brass fittings - 50/50 solder. D. Cast iron, no -hub, long pattern fittings, stainless steel sleeve joints. E. ABS plastic DWV, solvent cement joints. 2.06 CLEANOUTS Wade, Zum, J.R. Smith or Josam equal to Wade models listed. - Floor Cleanout - Floor Cleanout - Wall Cleanout 6000 -2 -75 6000 -TS -1 8590 -E /R 2.07 FLASHING AND COUNTERFLASHING 2.08 PLUMBING FIXTURES AND TRIM bronze tapered thread plug. use in tile floors. bronze plug chrome cover. 31b. lead soldered joints and seams, 24x24 base pad and counterflashed into pipe. As scheduled on drawings and as manufactured by Acorn, Bradley or approved. 2.09 FAUCETS Of one manufacturer and containing interchangeable operating units. 2.10 HOSE BIBBS AND FLOOR DRAINS Manufactured by Wade, J.R. Smith, Zum, or Josam, equal to Wade models scheduled. 2.11 VANDAL PROOF FEATURES Provide on faucets, aerators, bubblers and pop -up waste assemblies on fixtures in public areas. 15400 -2 2.12 FIXTURE SUPPLIES Install for all required fixtures, equal to Speedway Flexible Supplies (TR39A) (SRI715A) or similar (fixed key angle stop) (loose key stop) type as applicable to specific fixtures. 2.13 TRAPS A. Adjustable type with cleanout plug as applicable to specific fixture. B. Provide trap primers on all floor drains. Provide access to primer valves. PART 3 - EXECUTION 3.01 WATER SYSTEMS A. Provide connections to water mains in accord with Water District procedures. Regardless of whether connections are made by Contractor or Water Department, Contractor shall bear all costs of such connections. B. Grade: Grade piping to drain at low points. Provide hose bibb if low point is not at plumbing fixture. C. Exterior Walls: Install water piping on interior side of building insulation. D. Water Hammer Arrestors: Install on hot and cold water of each fixture group (e.g.: one arrestor may serve each service to a toilet). Select unit sizes and install in accord with PDI Standard WH -201. E. Cleaning: Clean pipe prior to testing by thoroughly flushing with water until all dirt and foreign materials have been removed. Maintain flushing operations for not less than one hour and until piping is clean. Not less than 80 psi flushing pressure. F. Sterilization: Sterilize pipe with chlorine before acceptance. Apply amount of chlorine such as to provide a dosage of not less than 50 parts per million. After a contact period of not less than 8 hours, flush system with clean water until residual chlorine content is not greater that 0.2 parts per million. Open all valves in lines being sterilized and close several . times during contact period. G. Testing: Test pipe for a period of not less than 4 hours at 50 psig above building operating pressure, 110 psig minimum. 3.02 WASTE AND VENT SYSTEMS A. Grade: Grade at 1/4" per foot where possible, but in no case less than 1/8" per foot. 15400 -3 B. Vents: Flash and counterflash. Install vents passing through roof with roof flashing and counterflashing assemblies. C. Cleanouts: Provide every 50 feet and install at all locations required by code and to permit cleaning of all waste piping. Provide cleanouts full size of pipe, but not larger than 4 ". Coordinate with Architect when cleanouts are located in finished rooms. Install cleanout threads with graphite. Locate cleanouts to clear cabinet work and to be easily accessible. D. Testing: Subject all work to hydrostatic test of 10 feet head of water. Notify Architect at least 2 normal working days prior to testing. E. Approvals: Obtain written approval of local plumbing authority prior to covering or concealing any work. 3.03 PLUMBING FIXTURES A. Exposed Piping at Fixtures: Chromium plated. B. Fixtures and Equipment: Furnish all traps, valves, tailpieces and other trim not furnished with equipment. • C. Shut -Off Valves: Provide on all water lines to fixture groups. D. Fixtures: Locate in accordance with details on architectural drawings and/or Architect's direction in field. E. Fixtures and Equipment: Align fixtures and equipment in accord with architectural drawings. Fit fixtures on finished walls without noticeable warpage on either the wall or fixture and grout with G.E. silicone or similar approved material. F. Water Connections: Install individual (fixed) (loose) key stops on all fixtures. If water connections are concealed, install valves in lieu of stops. END OF SECTION 15400 -4 1 NORTH WIND WEIR PARK RESTROOM SECTION 16010 ELECTRICAL - GENERAL PROVISIONS PART 1 - GENERAL 1.01 APPLICABLE PROVISIONS A. The General Conditions, Supplementary General Conditions, and applicable portions of the Special Conditions are hereby made a part of this Division. 1.02 SCOPE OF WORK A. Scope of work shall consist of, but not be limited to, the following: 1. Demolition. 2. 120/240V,1 phase 3 wire underground service and metering. 3. Branch circuit panel for power and lighting. 4. Branch circuit conduit, boxes, wiring, devices and trim. 5. Automatic lighting controls. 6. Construction power facilities. 7. Lighting fixtures, complete with lamps and mounting hardware. 8. Telephone underground service conduit. 9. Electric heating equipment and controls. 10. All other electrical equipment and services as indicated or needed to complete a usable and operable facility in accordance with all pertinent codes and regulations. 1.03 CODES, STANDARDS AND PERMITS A. Install in accordance with City of Seattle Electrical Code, National Electrical Code, OSHA and WISHA, Seattle City Light Standards and U. S. West Communications Standards. B. Obtain and pay for all required licenses, permits and inspections. C. All equipment and devices shall bear U.L. Label. If no label is available, the label of an approved testing agency is required. 16010 -1 1.04 QUALITY ASSURANCE NORTH WIND WEIR PARK RESTROOM SECTION 16010 ELECTRICAL - GENERAL PROVISIONS A. For the actual fabrication, installation and testing of the work of this section, use only thoroughly trained and experienced personnel who are completely familiar with the requirements for this work and with the installation recommendations of the manufacturers of the specified items. B. In acceptance or rejection of installed electrical system, no allowance will be made for lack of skill on the part of installers. 1.05 PRODUCT HANDLING A. Protection: Use all means necessary to protect electrical system materials before, during, and after installation and to protect the installed work and materials of all other trades. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.06 SUBMITTALS A. Provide submittals in bound folders (6 sets) to Owner within twenty (20) working days after award of electrical subcontract. Items requiring submittal information: lighting fixtures, service equipment, panel, time switch, photoelectric control, all wiring devices and trim, electric heating equipment and controls. 1.07 RECORD DRAWINGS AND OPERATIONS MANUAL A. Keep one set of marked up "as- built" blue line prints. These are to be at jobsite at all times for inspection and are to be updated daily for an accurate record of electrical installation. At completion of project, submit the marked -up set of drawings to Owner. B. Operations manual including all submittals, wiring diagrams, names, addresses and telephone numbers of manufacturers' representatives and all technical data useful to the Owner shall be submitted in hard back three -ring binder. Two copies with tabs are required. 1.08 SUBSTITUTIONS A. Approval of substitutions must be submitted, with complete descriptive literature or drawings to Engineer, not less than ten (10) working days before bid date. No substitutions will be approved after bid date. 16010 -2 1.09 TESTS A. Perform all tests required by these specifications. B. The Contractor shall notify the Architect, Engineer, and Owner at least 48 hours prior to conducting any tests required by these Specifications. C. All wiring shall test free from short circuits and ground faults, shall be free from mechanical and electrical defects and shall show insulation resistance between phase conductors and neutral and grounding conductors of not Tess than the rated insulation resistance values of the specified conductors. The system ground, service entrance conductors, and all feeders shall be tested with appropriate meggers, or other approved instruments and methods, to determine ground and insulation resistance values. Such tests shall be witnessed by the Engineer or his delegated representative. D. Perform additional tests when required under other sections of this specification. During final observation, the Contractor shall conduct an operation test of entire electrical system for approval. The installation shall be demonstrated to operate satisfactorily in accordance with the requirements of these specifications and contract drawings. E. Panel loads shall be balanced as closely as possible among all phases. Test and rebalance as required prior to final observation. Upon completion of the electrical system with all electrical equipment connected, take reading of voltage and amperage at main service and at end or longest branch circuit run at no load and full load conditions. Record results in tabulated, typed format and submit to Electrical Engineer. 1.10 COORDINATION NORTH WIND WEIR PARK RESTROOM SECTION 16010 ELECTRICAL - GENERAL PROVISIONS A. The Contractor shall coordinate work among all the various trades doing work in the building and shall examine all drawings, including the several divisions of Civil, Structural, and General, for construction details and necessary work coordination. B. Immediately notify the Owner of any discrepancy. C. Do not proceed with installation in areas of discrepancy until fully resolved. 1.11 CLEAN UP 1.12 GUARANTEE NORTH WIND WEIR PARK RESTROOM SECTION 16010 ELECTRICAL- GENERAL PROVISIONS A. Upon completion of the work, and before final acceptance and payment, the Electrical Contractor shall, at his own expense, remove from the site and adjoining property and dispose of all surplus and discarded materials, rubbish, temporary buildings, equipment, and debris which may have accumulated during the prosecution of the electrical work. B. All fixtures and equipment shall be left thoroughly clean and in proper condition. A. The Contractor shall be responsible for all work put in under this specification and drawings. He shall make good, repair or replace, at his own expense, as may be necessary, any defective work, materials, or parts which may show itself within one year after final acceptance, two years for ballasts with installation due to imperfection in material or workmanship. ** *END OF SECTION * ** 16010 -4 7J NORTH WIND WEIR PARK RESTROOM SECTION 16110 RACEWAYS AND FITTINGS PART 1 - GENERAL 1.01 RACEWAYS A. Conduit shall be rigid galvanized steel conduit, heavy wall Schedule 40 PVC plastic conduit or EMT unless specifically noted otherwise. B. Flexible steel conduit shall be used for equipment connections only. PART 2 - PRODUCTS 2.01 RACEWAYS AND FITTINGS A. Rigid galvanized steel conduit (heavy wall) and/or heavy wall PVC (Schedule 40) shall be used for all raceways underground. B. Underground conduits shall be joined to prevent entrance of moisture. Use joint sealing compound on threaded fittings in rigid galvanized steel conduit. PVC conduit shall be solvent welded to prevent entrance of moisture. C. PVC fittings shall be produced by same manufacturer supplying conduit. All joints shall be solvent welded. Threaded joints will not be permitted on PVC conduit. Installation of PVC conduit shall be in accordance with manufacturer's recommendations. PVC conduit shall not be used to support fixtures or equipment. D. Install insulating bushings on all rigid galvanized steel conduits terminating in panels, cabinets, junction or outlet boxes. Material in these bushings must not melt or support flames. E. Electric metallic tubing shall be used for all raceways above slab and ground where not subject to mechanical injury or dampness. Under no circumstances will electric metallic tubing be permitted underground. Tubing shall be joined with compression or set -screw type fittings. F. Flexible metal conduit shall be zinc - coated steel using set -screw type fittings. Flexible conduit may be used for branch circuit wiring where concealed from view and permitted by Code. Flexible conduit shall be liquid -tight with approved fittings in wet or damp locations. G. All connections to motors or other vibrating equipment or at other locations where required shall be made with not less than 24" of flexible steel conduit. 16110 -1 PART 3 - EXECUTION 3.01 INSTALLATION NORTH WIND WEIR PARK RESTROOM SECTION 16110 RACEWAYS AND FITTINGS A. All underground conduits shall be installed 18" minimum below the finished grade line. Included under this section shall be the responsibility for verifying finished grade line in areas where raceways will be installed underground before grading is complete. B. Rigid steel box connections shall be made with double locknuts and bushings. Transition from rigid conduit to PVC shall be made using factory rigid conduit ells. PVC shall not be stubbed above grade from underground in exposed locations. C. All conduit runs, whether terminated in boxes or not, shall be capped during the course of construction, and until wires are pulled in, and covers in place. No conductors shall be pulled into conduit until construction work which might damage the conduit has been completed. 3.02 TRENCHING A. Perform all cutting, trenching, backfilling and patching of pavement required for installation of raceways. B. Compact backfill as required by Owner. * ** END OF SECTION * ** 16110 -2 PART 1 - GENERAL 1.01 DESCRIPTION NORTH WIND WEIR PARK RESTROOM SECTION 16120 CONDUCTORS A. Conductors shall be copper, 600 volt with type THWN or XHHW insulation. Aluminum wire will not be permitted. B. Unless otherwise approved, color code shall be as follows: Neutral - white; Ground Wire - green; 120 /240V, Phase A - black, Phase B - red. PART 2 - PRODUCTS 2.01 MATERIALS A. All wire sizes shall be as shown on drawings. If no size is shown, wire shall be No. 12 GA. B. All taps and splices in No. 8 or smaller wire shall be fastened together by means of "solderless twist -on type" connectors. All taps and splices in wire larger than No. 8 shall be made with solderless compression or indentor type lugs and taped to provide insulation equal to wire. C. All power feeders and branch circuits No. 2 and smaller shall be wired with color coded wire with the same color used for a phase throughout the building. Power feeders above No. 2 shall either be fully color coded or shall have black insulation, and be similarly color coded with marking tape in all junction boxes and panels. PART 3 - EXECUTION 3.01 INSTALLATION A. Protect all conductors from damage during construction. B. Splices in junction boxes exposed to moisture shall be made using waterproof epoxy resin type splice kits - 3M 'Scotchcast' or prior approved. ** *END OF SECTION * ** 16120 -1 PART 3 - EXECUTION 3.01 INSTALLATION NORTH WIND WEIR PARK RESTROOM SECTION 16130 OUTLET AND JUNCTION BOXES PART 1 - GENERAL 1.01 DESCRIPTION A. At all concealed or surface outlets for electric lighting fixtures, switches, receptacles, etc., code - approved outlet boxes shall be provided. B. Surface or flush junction and pull boxes shall be provided as indicated and as required by Code. PART 2 - PRODUCTS 2.01 MATERIALS, SIZING AND TRIM A. Interior outlet boxes shall be standard stamped galvanized steel, one - piece. Folded and crimped boxes will not be permitted. B. Outlet boxes shall be of such form and dimension as to be adapted to the specific use and location, type of device or fixture to be used. Box sizes shall be determined in accordance with NEC requirements for conductor fill, with or without devices as necessary. C. Outlet boxes shall be 4" square x 2 -1/8" deep or larger as required with appropriate trim rings and fixture or device mounting hardware as required. D. Outlet boxes exposed to weather shall be heavy cast iron with threaded hubs for conduits. Boxes will be weatherproof or watertight as required by Code. A. Height of wall outlets to centerline above finished floors shall be as follows, unless specifically noted otherwise. Note: Verify with architectural plans and shop drawings before installing. Switches - 4' -0 "; receptacles - 4' -0 ". B. Height of wall mounted Tight fixtures shall be as indicated. Fixture outlet boxes shall be equipped with fixture studs or other support devices as required. C. Surface outlet boxes shall be securely fastened in place using toggle bolts on hollow walls or ceilings with lead expansion anchors on concrete or brick. Wood screws shall be used on wood or on plaster walls or ceilings with wood lathe. 16130 -1 NORTH WIND WEIR PARK RESTROOM SECTION 16130 OUTLET AND JUNCTION BOXES D. Outlet boxes shall be mounted true and straight in relation to surrounding building elements. * * * END OF SECTION * * * 16130 -2 5 7 NORTH WIND WEIR PARK RESTROOM SECTION 16134 PANELBOARD PART 1 - GENERAL 1.01 DESCRIPTION A. Panelboard shall be deadfront design equipped with plug -on, quick -make, quick -break circuit breakers of the thermal magnetic type. B. Provide main breaker as indicated. PART 2- PRODUCTS 2.01 MATERIALS A. Main breaker shall be bottom mounted. B. Double pole breakers shall be of the common trip, single - handle type. All branch breakers shall have minimum 10,000 Amps R.M.S. interrupting rating. C. Size of wiring gutters and gauge of steel shall be in accordance with NEMA Standards Publication No. PBI 175 and UL Standards No. 67. D. Panel shall be rated for voltage and class of service to which applied. E. Provide NEMA 4X enclosure where indicated. F. Panel shall be manufactured by Square D Company Type 'NQOD' or equal by G. E., Siemens, Eaton. PART 3 - EXECUTION 3.01 INSTALLATION A. Install panel as indicated. B. Mount a typewritten directory showing the actual circuit numbers and load served. * * * END OF SECTION * * * NORTH WIND WEIR PARK RESTROOM SECTION 16140 WIRING DEVICES AND COVER PLATES ** *END OF SECTION * ** 16140 -1 PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all wiring devices including switches, GFI receptacles and power receptacles. B. Provide all cover plates. PART 2 - PRODUCTS 2.01 MATERIALS A. Wiring devices shall be specification grade. Switches shall be quiet type, 20 Amp. Receptacles shall be 20 Amp duplex GFI type. Manufacturer: P &S or prior approved. Switch: P &S #5021; GFI Receptacle: P &S #5362 or equal by Hubbell, Leviton. B. Receptacles and switches shall be brown color. C. Device covers shall be smooth brown plastic. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all devices straight and plumb. Cover plates shall fit securely and tightly against box and devices. Cover plates shall not support devices. 11. NORTH WIND WEIR RESTROOM PARK SECTION 16170 PHOTOELECTRIC CELL AND TIME SWITCH PART 1 - GENERAL 1.01 DESCRIPTION A. Provide photocell control for initiating 'ON' outdoor lighting. B. Provide separate time switches for indoor and outdoor lighting control. PART 2 - PRODUCTS 2.01 MATERIALS A. Photoelectric cell shall be sealed cadmium sulfide type with operating i range of -30 degrees F. to +140 degrees F., thermal inertia to provide delay of 15 seconds to minimize cycling. Unit to have 1/2" threaded nipple with slider to adjust trip level. B. Indoor light control time switch 5/2 -day, single pole, 20 Amps, NEMA 1. BRK Electronics #TE300/TC- 210/TLA24/TL240 or equal by Paragon, Tork or Intermatic. C. Outdoor light control time switch 5/2 -day, photocell initiated, 3 pole, 20 Amp, NEMA 1 - BRK Electronics #TE300/TC- 210/TLA24/TL240 or equal by Paragon, Tork or Intermatic. PART 3 - EXECUTION 3.01 INSTALLATION A. Install photoelectric cell as directed by Owner. B. Set up time switch schedule as directed by Owner. ** *END OF SECTION * ** 16170 -1 PART 1 - GENERAL 1.01 DESCRIPTION 2.01 MATERIALS PART 3 - EXECUTION 3.01 INSTALLATION AND REMOVAL NORTH WIND WEIR PARK RESTROOM • SECTION 16410 CONSTRUCTION POWER FACILITIES A. The facilities and equipment required to provide all electric power for construction, lighting, balancing and testing prior to final acceptance of the project shall be provided. PART 2 - PRODUCTS A. All wiring, outlets and other work required to provide this power at the . site and within the building for all trades shall be arranged for, furnished and installed. A. Facilities and equipment shall be furnished in a neat and safe manner in compliance with governing codes and good working practice. B. Coordinate with all other trades to provide adequate and safe lighting and power arrangements. C. Facilities and equipment shall be removed when no longer required. * * * END OF SECTION * * * 16410 -1 NORTH WIND WEIR PARK RESTROOM SECTION 16430 SERVICE PART 1 - GENERAL 1.01 DESCRIPTION A. Provide 120/240 volt, 1 phase, 3 wire underground service from utility pole to panel. B. Provide meter base. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide all conduit, cable, etc. and install secondary service as indicated and in accordance with Seattle City Light Standards. B. Meter base shall conform to Seattle City Light standards. Meter base shall be flush mount type. PART 3 - EXECUTION 3.01 INSTALLATION A. Coordinate all work with Seattle City Light. B. Coordinate with Architect as to exact location of secondary service and equipment prior to any installation. C. Conceal service conduit in wall. ** *END OF SECTION * ** 16430 -1 PART 1 - GENERAL 1.01 SERVICE AND EQUIPMENT NORTH WIND WEIR PARK RESTROOM SECTION 16450 GROUNDING SYSTEM A. All electrical equipment, metallic conduit, motor frames, panelboard, etc. shall be grounded with a separate code sized, copper THHN green insulated system grounding conductor run from the main ground to panel and from grounding lugs on panel to each branch circuit outlet box and device in accordance with NEC requirements. Conduits may be used as equipment grounding conductor where permitted by Code and properly installed to provide grounding path. PART 2 - PRODUCTS 2.01 MATERIALS A. System shall be grounded at main service entrance with a copper conductor. B. Panel shall have a separate grounding bar isolated from neutral bar for grounding. C. All conduit runs for power and lighting shall be equipped with a green, insulated, copper grounding conductor, code sized. Bond to boxes and equipment or device at each termination. D. Conduit sizes shall be adjusted as required to allow for equipment grounding conductor. PART 3 - EXECUTION 3.01 TESTING A. Test entire grounding system for continuity and correct any discontinuities or high resistance circuits. * * * END OF SECTION * * * NORTH WIND WEIR PARK RESTROOM SECTION 16510 INTERIOR LIGHTING FIXTURES PART 1 - GENERAL 1.01 DESCRIPTION A. Fixtures furnished under this division shall be complete with lamps and all necessary trim and mounting hardware, and installed where shown on the drawings. B. Fixtures shall be as specified in "Lighting Fixture Schedule" on drawings. PART 2 - PRODUCTS 2.01 MATERIALS A. Fluorescent ballasts shall be Class P, CBM -ETL H.P.F. approved and shall be of the automatic thermal resetting type "A" sound rated. B. Fluorescent ballasts shall be energy efficient type, Advance "Kool Koil Mark Ill" or equal. Provide low temperature ballasts in unheated areas. C. H.I.D. ballasts shall be high power factor type for low temperature operation. D. Fluorescent and H.I.D. lamps shall be as specified in "Lighting Fixture Schedule." PART 3 - EXECUTION 3.01 INSTALLATION A. Fixtures shall be neatly and firmly mounted, using standard supports for outlets and fixtures. B. Coordinate mounting heights for all wall mounted fixtures with Architect prior to rough -in. * * *ENDOFSECTION* ** 16510 -1 2.01 MATERIALS ** *END OF SECTION * ** 16530 -1 NORTH WIND WEIR PARK RESTROOM SECTION 16530 EXTERIOR LIGHTING FIXTURES PART 1 - GENERAL 1.01 DESCRIPTION A. All lighting fixtures mounted outdoors subject to dampness and insects shall have gasketed material between lens and frame to completely seal interior of fixture where enclosed fixtures are used. B. All fixtures specified in the "LIGHT FIXTURE SCHEDULE" on the drawings shall be complete with lamps, shielding, brackets and all necessary fittings and accessories for a complete installation. PART 2 - PRODUCTS A. Lighting fixtures used outdoors shall be rated and stamped for wet location use. B. All high intensity discharge ballasts shall be CBM -ETL approved H.P.F. C. HID lamps shall be as specified in "LIGHT FIXTURE SCHEDULE." PART 3 - EXECUTION 3.01 INSTALLATION A. Fixtures shall be securely installed, straight and plumb in accordance with manufacturer's directions. B. Clean all fixtures and diffusers shortly before acceptance. NORTH WIND WEIR PARK RESTROOM SECTION 16850 ELECTRIC HEATING EQUIPMENT & CONTROLS PART 1 - GENERAL 1.01 GENERAL A. Provide ceiling suspended electric fan forced unit heaters and mounting hardware. B. Heater wattage shall be as indicated on drawings. PART 2 - PRODUCTS 2.01 MATERIALS A. Electric fan forced unit heaters shall be 240 volt, 1 phase suspended from ceiling, heavy duty element with 5 year warranty, steel housing with painted finish. Manufacturer: Markel #HF685T or equal by Berko or King. B. Thermostat shall be integral mounted with maximum setting of 40 degrees F. C. Thermal safety cutouts shall be factory installed to automatically shut off heater in event of overheating due to any cause whatsoever. PART 3 - EXECUTION 3.01 INSTALLATION A. Verify exact locations of heaters and installation with Architect prior to rough -in. B. Install all heating equipment in accordance with manufacturer's written instructions. ** *END OF SECTION * ** 16850 -1 APPENDIX 1 Geotechnical Report January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 MacLeod Reckord 231 Sununit Avenue East Seattle, Washington 98102 Attention: Ms. Connie Reckord Subject: Supplemental Geotechnical Engineering Report Green River Trail - Phase 2 North Wind Weir Park Restroom King County, Washington Reference: Geotechnical Investigation, Final Report, Green River Trail Project, King County, Tukwila and Seattle, Washington, consultant report prepared by Hong West & Associates, dated November 12, 1991. Dear Connie: In accordance with your request, Hong West & Associates, Inc. (HWA) prepared the following supplemental geotechnical engineering report for the Green River Trail project. HWA's original geotechnical report for the project, which did not include recommendations pertaining to geotechnical aspects of the currently proposed restroom at North Wind Weir Park, is referenced above. The purpose of this report is to summarize the results of our supplemental subsurface exploration program, and to provide geotechnical recommendations for design and construction of foundations for the proposed restroom structure. To. provide a basis for this supplemental report, we discussed project design considerations with you and the project structural engineer, and reviewed Sheet C1 of the project plans, titled Restroom Building Site Plan, dated January 9, 1996. A proposal for geotechnical services related to Phase 2 of the Green River Trail project was issued by HWA on March 31, 1994 (revised May 25, 1994). On August 4, 1994, an addendum to the above referenced proposal was issued by HWA to include preparation of a geotechnical engineering report for the proposed restroom based on data extrapolated from the nearest available subsurface exploration, located several hundred feet southeast of the project site. The scope of work described in HWA's addendum letter was included in the Green River Phase 2 Design Services Agreement, which was authorized by MacLeod Reckord on January 10, 1995. On January 24, 1996, HWA issued an additional proposal to conduct a boring at the proposed site of the restroom; perform additional LW HONG WEST & ASSOCIATES, INC. • Geotechnical Engineering Hydrogeology Geoenvironmental Services Testing & Inspection 19730 -64th Avenue West Lynnwood, WA 98036 -5904 Tel. 206 - 774 -0106 Fax. 206 - 775 -7506 L. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 engineering analyses; and refine the geotechnical recommendations presented in the draft version of this report, dated January 22, 1996. HWA received verbal authorization to proceed with the additional scope of work on January 24, 1996. PROJECT BACKGROUND We understand that the proposed project will consist of constructing a public restroom on the west bank of the Duwamish Waterway at North Wind Weir Park. The proposed restroom will be located adjacent to a portion of Green River Trail Phase 1, approximately 200 feet from the top of the river bank, as shown on the Site Plan, Figure 2. The proposed structure, which will be of concrete masonry unit construction, will be approximately 560 square feet. It is anticipated that final grades throughout the site will be close to those existing and that fills on the order of 1 to 2 feet will be required. Other improvements proposed include paved parking stalls for about 16 vehicles, a paved path to provide access to the Duwamish Waterway, and landscaping. Previous work performed by HWA in the vicinity of the proposed restroom included exploratory borings to evaluate geotechnical characteristics of site soils along the alignment of Green River Trail Phase 1. The approximate location of the nearest previous exploration (BH -12) to the proposed site of the public restroom is shown on the Site Plan, Figure 2; HWA's 1991 geotechnical engineering report includes summary logs for BH -12 and the other explorations completed as part of the previous investigation. FIELD AND LABORATORY INVESTIGATIONS The field investigation for this project consisted of a site reconnaissance and excavation of a boring at the proposed location of the new restroom. Laboratory tests were conducted on selected soil samples obtained from the boring to characterize certain engineering (physical) properties of the on -site soils. Details of the field investigation and laboratory testing programs are described below. FIELD INVESTIGATION A subsurface exploration program at the proposed restroom site was conducted on January 29, 1996. The exploration program consisted of drilling and sampling an exploratory boring (BH -1) to a depth of about 30Y2 feet below the existing ground surface. The borehole was located in the field by taping distances from established site features and plotted on the Site Plan, Figure 2. A legend to the terms and symbols used on the boring log, which is presented on Figure 4, is included as Figure 3. 90102LR2.DOC HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 Geotechnical drilling was performed by Gregory Drilling, Inc. of Redmond, Washington under subcontract to HWA The boring was drilled with a truck- mounted CME 85 drill rig advancing 41/4-inch inside diameter, continuous flight hollow stem augers. The drill rig was equipped with a trip - release mechanism for performing Standard Penetration Tests (SPTs). Upon completion of drilling, the boring was backfilled with bentonite chips. The boring was drilled under the full-time observation of an HWA engineer. Pertinent information including soil sample depths, stratigraphy, soil engineering characteristics, and groundwater occurrence was recorded. The stratigraphic contacts shown on the summary log represent the approximate boundaries between soil types; actual conditions may be more gradual. In addition, the soil and groundwater conditions depicted are only for the specific date and location reported, and therefore, are not necessarily representative of other locations and times. LABORATORY TESTING Disturbed soil samples obtained from the boring were classified in the field and representative portions were placed in air -tight, plastic bags to prevent moisture loss. The collected soil samples were then returned to our Lynnwood, Washington laboratory for further examination and testing. Laboratory tests, as described below, included determination of the natural moisture content and Atterberg Limits. The moisture contents of selected soil samples were determined in general accordance with ASTM D 2216. The test results are shown at the appropriate sampled intervals on the borehole log, Figure 4. The liquid limit (LL), plastic limit (PL), and plasticity index (PI) of a selected sample were determined in general accordance with ASTM D 4318. The test was conducted on a fine- grained soil sample for classification purposes, and to aid in estimating soil compressibility and shear strength using empirical correlations. The test results are summarized on Figure 5 and shown on the borehole log, Figure 4. 90102LR2.DOC EXISTING SITE CONDITIONS SURFACE CONDITIONS The project site is located within a primarily industrial neighborhood of King County, Washington. The site is bounded on the north and south by relatively undeveloped property, on the west by West Marginal Way (State Route 99), and on the east by the Duwamish Waterway. Site topography, which slopes downward to the northeast, is relatively gentle. Maximum relief across the site is on the order of about 10 feet, with 3 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 existing grades ranging from approximately Elevation 20 feet in the southwest corner of the site to about Elevation 10 feet in the northeast corner. With respect to vegetation, the project site can be divided into two distinct zones that are roughly separated by West Marginal Place (see Figure 2). In general, the portion of the site located east of West Marginal Place is covered with low -lying grasses and assorted ornamental and fruit trees. Vegetation to the west of West Marginal Place is generally limited to small shrubs that were planted during construction of Green River Trail Phase 1 and low -lying grasses. SUBSURFACE CONDITIONS Soils Based on the soil conditions observed in our exploration, the project site appears to be underlain by alluvium which is in turn underlain by a glacial deposit that extended to the full depth of our exploration. The glacial deposit observed within our exploration was interpreted to be till. Descriptions of the soil units observed in our exploration are listed below in the order of stratigraphic sequence by which they were deposited, with the youngest unit described first. The generalized depth ranges given are for descriptive purposes only and may not represent actual conditions at a given location. The attached summary log (Figure 4) provides more detail relative to soil and groundwater conditions observed at the specific location the boring was advanced. • Alluvium - Alluvium was observed at the ground surface in boring BH -1. Where encountered, the alluvium extended to a depth of about 25 feet below the existing ground surface. The alluvium was observed directly over the till unit. In general, the upper 18 feet of the alluvium consisted of very soft, dark brown to gray, silt with thin interbeds of silty sand and trace amounts of organics (roots and wood). The lower 7 feet of this unit consisted of very loose, olive brown, poorly graded fine to medium grained sand with silt. • • Till - Till was observed directly beneath the alluvial deposit at a depth of about 25 feet below the ground surface. Where encountered, the till generally consisted of very dense, gray, silt with sand to sandy silt. The till unit was not fully penetrated and extended to the full depth of boring BH -1. 90102LR2.DOC 4 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 Groundwater At the time of our field investigation in late January 1996, groundwater was observed in boring BH -1 at a depth of about 12 feet below the ground surface. It is anticipated that groundwater conditions will change in response to rainfall, time of year, and other factors such as tidal fluctuations and the level of the Duwamish Waterway. Furthermore, the groundwater condition reported above is for the specific date and location indicated, and therefore, may not necessarily be indicative of other times and/or locations. CONCLUSIONS AND RECOMMENDATIONS Based on the engineering analyses performed and the results of our supplemental field exploration program, it is our opinion that the proposed improvements are feasible as planned; however, due to the presence of compressible soils in the vicinity of the proposed structure, preloading and use of either a spread or mat foundation is recommended to mitigate potential settlement - related structural damage. Other alternatives to preloading, including the use of a deep foundation system and removal and replacement of the upper portion of the alluvial soils with structural fill, were discussed and considered by the owner and project team. Upon evaluation of the various methods available to overcome large, total and differential settlements, preloading was selected as the most desirable alternative. Further recommendations related to preloading are provided in the sections that follow. Recommendations for site preparation and earthwork, concrete slab -on -grade floors, pavement design, and site drainage and erosion control are also provided. EARTHWORK Site Preparation Site preparation should begin with removal of any loose existing fill, debris, asphalt, concrete, deleterious matter, vegetation and/or organic materials from the area within the footprint of the proposed improvements. Undesirable material not suitable for landscaped areas should be exported from the site. Following site preparation, the contractor should perform subgrade preparation and site earthwork as recommended below. Subgrade Preparation Subgrades for the proposed structural/preload fills and pavement areas should be proof - rolled with a fully- loaded dump truck under the full-time observation of a representative of the geotechnical engineer. Successive passes of the dump truck, spaced approximately 12 90102LR2.DOC 5 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 inches apart, should be made. Such proof - rolling will provide visual information for the assessment of the subgrade and the evaluation of its acceptability as a bearing stratum. Any soft, yielding areas identified during the proof - rolling process should be over - excavated and replaced. Areas of unstable subgrade should be over - excavated 12 inches and covered with a layer of geotextile. The geotextile used should consist of Mlrafi 160N or equivalent, placed with sheets overlapping at least two feet. A working surface, consisting of a minimum 12 -inch layer of gravel borrow as described in Earthwork Materials and Compaction, should be placed on top of the geotextile fabric. Placement of geotextile and construction of the working surface, if necessary, should be observed by the geotechnical consultant. Earthwork Materials and Compaction Material used as structural fill or as fill beneath the proposed paved areas should consist of granular soils conforming to the gradation requirements for Gravel Borrow, as specified in Section 9 -03.14 of the 1994 WSDOT Standard Specifications for Roach Bridge, and Municipal Construction ( WSDOT Standard Specifications). Materials with a higher fines content than specified for Gravel Borrow may be acceptable for use on site, provided the contractor's methods are conducive to proper compaction, and the required minimum relative compaction is achieved during construction. All compacted fill soils should be moisture conditioned to within about 3 percent of optimum moisture content, placed in loose, horizontal lifts less than 8 inches in thickness, and systematically compacted to a dense and relatively unyielding condition and at least 95 percent of the maximum dry density, as determined using test method ASTM D 1557. The 95 percent compaction criteria should apply to embankment fill material, base material, and any material intended to support structures and pavement sections. Placement of structural fill material should be performed under the full -time observation of a representative of the geotechnical engineer, to verify that the work is being accomplished in accordance with the project specifications and the recommendations contained herein. Wet Weather Earthwork The on -site fill and native soils are highly moisture sensitive and may be difficult to compact and traverse with construction equipment during periods of wet weather. General recommendations relative to earthwork performed in wet weather or in wet conditions are presented below. 90102LR2.DOC 6 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 • Earthwork should be performed in small areas to minimize exposure to wet weather. Excavation or the removal of unsuitable soil should be followed promptly by the placement and compaction of clean structural fill. The size and type of construction equipment used may have to be limited to prevent soil disturbance. Under some circumstances, it may be necessary to excavate soils with a backhoe to minimize subgrade disturbance caused by equipment traffic. • Material imported for use as structural fill should consist of clean, granular soil with less than 7 percent passing the U.S. No. 200 sieve, based on wet sieving the fraction passing the' /, -inch sieve. The fine- grained portion of the structural fill soils should be non - plastic. • The ground surface within the construction area should be graded to promote run -off of surface water and prevent the ponding of water. • The ground surface within the construction area should be sealed by a smooth drum vibratory roller, or equivalent, and under no circumstances should soil be left uncompacted and exposed to moisture. • Bales of straw and/or geotextile silt fences should be strategically located around the construction site to control erosion and the movement of soil. SITE PRELOADING As discussed above, the proposed site of the new restroom appears to be underlain by very loose/very soft alluvial soils. Such soils are highly compressible and may experience long- term settlements due to the loads that will be imposed by the proposed structure and accompanying fill. Consequently, we anticipate that the existing soils will not be suitable to support the proposed restroom without soil modification. Preloading is considered a feasible soil modification method to overcome large, unacceptable total and differential settlements. Following a successful preloading program, a spread footing foundation system or mat foundation may be utilized to support the proposed structure and floor slab loads, as discussed in Foundation Support. Based on our analysis, the preload should extend 6 feet above the planned finished floor elevation of 14 feet. Temporary preload fill slopes should be placed no steeper than 11/2H:1V. The preload should be constructed such that the top of the preload fill extends at least 5 feet beyond the building footprint. A preload duration of 30 to 45 days should be assumed in the project schedule. The necessary duration of preloading could be 90102LR2.DOC 7 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 reduced through the use of wick drains or sand columns, or by increasing the preload height. Any necessary remedial grading, and placement and compaction of structural fill, should be performed prior to placement of the preload. Density testing during placement of the preload fill is not required; however, a reasonable compactive effort should be made by track - walking or wheel rolling with equipment. A preload with a total unit weight of 120 pounds per cubic foot (pcf) was assumed for the settlement analysis; the density of the preload fill should therefore not be less than 120 pcf. Settlement of the preload fill should be monitored during and after fill placement. Monitoring of settlements should be performed using settlement plates or other instruments, with the type, number and location of settlement monitoring devices, as well as the monitoring frequency, determined prior to grading. The settlement monitoring program should be performed and evaluated by the geotechnical consultant, to determine the timing of preload fill removal. FOUNDATION SUPPORT A shallow conventional continuous spread footing or mat foundation may be used to support the proposed restroom following a properly implemented preloading program. Spread, strip, and mat foundations bearing on a properly preloaded subgrade may be proportioned for a maximum allowable bearing pressure of 1,000 pounds per square foot. The recommended allowable bearing pressures may be increased by 1/3 for transient conditions such as short term wind and seismic loading. All exterior footings should be founded at least 18 inches below the lowest adjacent finished grade; interior footings may be founded a minimum of 12 inches below top of slab. We recommend minimum footing widths of 18 and 24 inches for continuous strip and isolated column footings, respectively. Ha mat foundation is utilized, it should be founded at least 18 inches below the lowest adjacent finished grade. Assuming the site of the proposed restroom is preloaded as recommended herein, and for the foundation loads anticipated, we estimate total settlement of shallow foundations of less than about 1 inch and differential settlement of less than about 1/2 inch. Winds, earthquakes, and unbalanced earth loads will subject the proposed structures to lateral forces. Lateral forces on a structure will be resisted by a combination of sliding resistance of its base or footing on the underlying soil and passive earth pressure against the buried portions of the structure. 90102LR2.DOC 8 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 The sliding resistance of cast -in -place concrete on structural fill may be calculated using a coefficient of friction of 0.5. The passive earth pressure offered by compacted structural fill placed against the sides of a structure may be estimated using an equivalent fluid pressure of 300 pounds per cubic foot. The recommended value is based on the assumption that the ground surface adjacent to the structure is level in the direction of movement to a distance equal or greater than twice the embedment depth. The passive pressure provided by the upper 2 feet of soil should be neglected in design computations unless the surficial soils are protected by pavement or a concrete slab -on- grade. The recommended coefficient of friction and passive earth pressure values include a safety factor of about 1.5. FLOOR SLAB SUPPORT Conventional slab -on -grade floor construction is considered feasible for the proposed building, provided preloading of the existing soils fills is performed as recommended herein (see Site Preloading). Specific recommendations relating to concrete slab -on -grade floors are provided below. If concrete slab -on -grade floors are used, subgrade preparation should be performed in accordance with the recommendations discussed under Subgrade Preparation. Interior slab -on -grade floors should be provided with an adequate moisture break. The capillary break material should consist of a minimum of 8 inches of free - draining, granular material containing less than 3 percent passing the U.S. No. 200 sieve. In areas where moisture will be detrimental to equipment or floor coverings inside the proposed restroom, a 10 -mil polyethylene vapor barrier should be placed over the capillary break. An approximately 2 -inch thick layer of sand may be placed over the vapor barrier to protect it from damage and to aid in curing of the concrete. If used, concrete slab -on -grade floors should have a minimum thickness of 4 inches. This recommendation is based on geotechnical conditions only; structural considerations such as heavy, concentrated loads may dictate thicker floor slabs. Where concrete slabs are designed as beams on an elastic foundation, the compacted structural fill soils may be assumed to have a modulus of subgrade reaction of 120 pounds per cubic inch. PAVEMENT DESIGN The recommended pavement section presented in HWA's November 12, 1991 report may be used for the proposed paved paths that will provide access to the Duwamish Waterway. Detailed analysis of pavement requirements for access road and parking areas was outside the current scope of services. However, based on our previous experience and laboratory 90102LR2.DOC 9 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 testing conducted during the previous geotechnical study, we would anticipate a minimum pavement section of 3 inches asphaltic concrete pavement over 6 inches crushed rock base course. Additional gravel borrow and/or use of geotextile fabric, as discussed in Subgrade Preparation, may be required if areas of unstable subgrade are encountered during construction. SITE DRAINAGE AND EROSION CONSIDERATIONS Surface Water Control Surface runoff can be controlled during construction by careful grading practices. Typically, these include the construction of shallow, upgrade perimeter ditches or low earthen berms, and the use of temporary sumps to collect runoff and prevent water from damaging exposed subgrades. Also, measures should be taken to avoid ponding of surface water during construction. Adequate surface gradients and drainage systems should be incorporated in the final grading design such that surface runoff is permanently directed away from structures and paved areas and into swales or other controlled drainage devices. Erosion Control Erosion at the site during construction can be minimized by implementing the recommendations presented in Wet Weather Earthwork and by judicious use of straw bales and silt fences. If used, these erosion control devices should be in place and remain in place throughout site preparation and construction. Erosion and sedimentation of exposed soils can also be minimized by quickly revegetating exposed areas of soil, and by staging construction such that large areas of the project site are not denuded and exposed at the same time. Areas of exposed soil requiring immediate and/or temporary protection against exposure should be covered with either mulch or erosion control netting/blankets. Areas of exposed soil requiring permanent stabilization should be seeded with an approved grass seed mixture, or hydroseeded with an approved seed - mulch - fertilizer mixture. UNCERTAINTY AND LIMITATIONS We have prepared this letter report for the King County Department of Parks, Culture and Natural Resources and MacLeod Reckord for use in design of a portion of this project. This report and applicable previous reports should be provided in their entirety to prospective contractors for bidding and estimating purposes; however, the conclusions 90102LR2.DOC 10 HONG WEST & ASSOCIATES, INC. January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 90102LR2.DOC and interpretations presented in this and other reports should not be construed as a warranty of the subsurface conditions. Experience has shown that soil and groundwater conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations that may not be detected by a geotechnical study. It during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary. If there is a substantial lapse of time between submission of this report and the start of construction, or if conditions change due to construction operations at or adjacent to the project site, it is recommended that this report be reviewed to determine the applicability of the conclusions and recommendations considering the changed conditions and time lapse. This report is issued with the understanding that it is the responsibility of the owner, or his representative, to ensure that the information and recommendations contained herein are brought to the attention of the appropriate design team personnel and incorporated into the project plans and specifications, and the necessary steps are taken to see that the contractor and subcontractors carry out such recommendations in the field. This report should be considered supplemental to the previous geotechnical report (HWA, 1991). The recommendations of the previous report remain applicable, unless specifically superseded herein. Within the limitations of scope, schedule and budget, HWA attempted to execute these services in accordance with generally accepted professional principles and practices in the fields of geotechnical engineering and engineering geology at the time the report was prepared. No warranty, express or implied, is made. This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and cannot be responsible for the safety of personnel other than our own on the site. As such, the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. 11 HONG WEST & ASSOCIATES, INC. r L January 22, 1996 Revised February 6, 1996 HWA Project No. 90102 -2 O.O We enjoyed working with you and appreciate the opportunity to provide geotechnical services on this project. Should you have any questions or comments, or if we may be of further service, please do not hesitate to call. Sincerely, HONG WEST & ASSOCIATES, INC. Scott L. Hardman, P.E. Senior Geotechnical Engineer SRW:SLH:srw Enclosures: 90102LR2.DOC !EXPIRES 4 / 24/9(. Steven R. Wright, P.E. Geotechnical Engineer Figure 1. Vicinity Map Figure 2. Site Plan Figure 3. Legend of Terms and Symbols Used on Exploration Logs Figure 4. Boring Log BH-1 Figure 5. Plasticity Chart 12 HONG WEST & ASSOCIATES, INC. HONG WEST &ASSOCIATES,INC. 77;75.77 GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM VICINITY MAP NOT TO SCALE PROJECT NO.: 90102-2 FIGURE: 1 • ■ REFERENCE: Bose map provided by MACLEOD RECKORD. cvosma+ot- t\se+otaomme ■ ESS G1 11Ki 1 MI AA8 /OC IA TI INC. 4 -011 -1 BORING DESIGNATION AND APPROXIMATE LOCATION 4-111-12 BORING DESIGNATION AND APPROXIMATE LOCATION (IiWA. 1991) GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM 0' 20' 40' SCALES 1•=40' SITE PLAN 80' PROJECT NO.: 901 02 FIGURE: 2 MAJOR DIVISIONS GROUP DESCRIPTIONS Coarse Groined Soils More than 507 Retained on No. 200 Sieve Size Gravel and Gravelly Soils More than 507. of Coarse Fraction Retained on No. 4 Sieve Cleon Gravel a aq GW Well— graded GRAVEL (little or no fines) l' •.•.• GP Poorly— graded GRAVEL Grovel with Fines (appreciable amount of fines) } I I I ! GM Silty GRAVEL �, GC Clayey GRAVEL Sand and Sandy Soils 507, or More of Coarse Fraction Passing on No. 4 Sieve Clean Sond (little or no fines) . SW Well— graded SAND SP Poorly— graded SAND Sond with Fines (appreciable • , • SM Silty SAND amount of fines) ;• SC Clayey SAND Fine Grained Soils 507 or More N ossing No. 200 Sieve Size Silt ML SILT Liquid Limit -' and Cloy Less than 507 / CL Lean CLAY OL Organic SILT / Orgonic CLAY. Silt M H Elastic SILT. Liquid Limit and 50% or More CH y Fat CLAY OH Organic Sat /Organic Clay. Highly Organic Soils PT PEAT COHESIONLESS SOILS COHESIVE SOILS Density N (blows /ft) Approximate sit Relative Density(%) Consistency N (blows /ft) Approximate Undroined Shear Strength (psf) <250 250 — 500 500 — 1000 1000 — 2000 2000 — 4000 >4000 Very Loose Loose Medium Dense Dense Very Dense 0 to 4 4 to 10 10 to 30 30 to 50 over 50 0 — 15 15 — 35 35 — 65 65 — 85 85 — 100 Very Soft Soft Medium Stiff Stiff Very Stiff Hord 0 to 2 2 to 4 4 to 8 8 to 15 15 to 30 over 30 COMPONENT SIZE RANGE Boulders Larger than 12 in Cobbles 3 in to 12 in Grovel 3 in to No 4 (4.5mm) Coarse gravel 3 in to 3/4 in Fine grovel 3/4 in to No 4 (4.5mm) Sand No. 4 (4.5 mm) to No. 200 (0.074 mm) Coarse sand No. 4 (4.5 mm) to No. 10 (2.0 mm) Medium sond No. 10 (2.0 mm) to No. 40 (0.42 mm) Fine sand No. 40 (0.42 mm) to No. 200 (0.074 mm) Silt and Clay Smaller thon No. 200 (0.074mm) DESCRIPTIVE TERMS RANGE OF PROPORTION Trace 0 — 57. Few 5 — 107 Little 15 — 257 Some 30 — 45% Mostly 50 — 100% 1 RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N —VALUE NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation in general accordance with ASTM D 2487 and ASTM D 2488. Soil descriptions ore presented in the following general order. Density /consistency. co or. modifier (if any) CROUP NAME. additions to group name (if any), moistws content. Proportion gradation and angularity of constituents. additional comments (CEOLOC!C INTERPRETATION) Please refer to the discussion in the report text as well as the exploration logs for a more complete description of subsurface conditions. gal HONGWEST bASSOCIATES, INC. c \A JWN`STD\LEGEND.DWG ASTM SOIL CLASSIFICATION SYSTEM COMPONENT DEFINITIONS GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM GS %F CN TX UC os I< PP TV CBR MD PID AL I 0 z v TEST SYMBOLS Grain Size Distribution Percent Fines Consolidation Trioxial Compression Unconfined Compression Direct Shear Permeability Pocket Penetrometer Approximate Compressive Strength (tsf) Torvone Approximate Shear Strength (tsf) California Bearing Ratio Moisture /Density Relationship Photoionization Device Reading Atterberg Limits: PL Plastic Limit LL Liquid Limit SAMPLE TYPE SYMBOLS 2.0 OD Split Spoon (SPT) (140 Ib. hammer with 30 in drop) Shelby Tube 3.0 OD Split Spoon with Bross Rings Small Bog Somple Large Bog (Bulk) Sample Core Run Non — standard Penetration Test (with split spoon sampler) COMPONENT PROPORTIONS GROUNDWATER WELL COMPLETIONS Locking Well Security Casing Well Cap Concrete Seal Well Casing Bentonite Seal Groundwater Level (measured of time of drilling) Groundwater Level (measured in well after water level stabilized) Slotted Well Casing Sond Backlit' MOISTURE CONTENT DRY MOIST WET Absence of moisture. dusty, dry to the touch. Damp but no visible water. Visible free water. usually soil is below water table. LEGEND OF TERMS AND SYMBOLS USED ON EXPLORATION LOGS PROJECT NO.: 901 02 - 200 FIGURE 3 HONG WEST & ASSOCIATES , INC. DRILLING COMPANY: Gregory Drilling. Inc. DRILLING METHOD: CME 85. 414 inch ID CFHS Auger SAMPLING METHOD: SPT BORING LOG TOTAL DEPTH: 30.6 Feet • SURFACE ELEVATION: 13141 Feet MEASURING POINT EL.: Feet 20 25 10 15 35 40 E S-1 0-0-2 2 42 E S -2 0-0-1 I 38 N S-4 0-0-2 2 30 N S-5 0-0-I 1 25 ® S-8 23-50/3' 50f 15 ® S -7 40 -50 /r 504 14 E S -3 0-0-1 I 37 AL (ALLUVIUM) DESCRIPTION Very soft, dark brown, SILT, moist. With thin interbeds of silty sand: some organics. ML Very soft, gray to dark gray, SILT, moist to wet. With thin interbeds of silty sand: trace organics, trace fine subrounded grave). Very loose, olive brown. poorly graded fine to SM medium grained SAND with silt, wet. With thin interbeds of silt. ML Very dense, gray, SILT with sand to sandy SILT, moist. Fine to coarse grained sand, trace fine subrounded graveL (TILL) Bottom of boring at 30.8 feet. Groundwater observed 12 feet below ground surface at time of drilling. • Moist. Cont. (2) 1 Pen. Resistance (blows /foot) 20 40 80 80 1 1 • • P • • • • 50+ 504 NOTE: This log of subsurface conditions apples only at the specified location and on the date Indicated, and therefore, may not necessarily be Indicative of other times and /or locations. PROJECT: GREEN RIVER TRAIL LOCATION: King County. Washington DATE COMPLETED: January 29. 1998 LOGGED BY: S.R. Wright BORING: BH-1 PROJECT NUMBER: 90102 -2 PAGE: 1 OF 1 Figure 4 HoNGWEST ar ASSOCIATES, INC. C: \ACLTWIN \STD \PLAST1TY.DWC GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM PLASTICITY CHART 70 10 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) PROJECT NO.: 90102-200 FIGURE: 5 DEPTH LL PI ,17 / (FEET) 7 (7) .,?..\ BH -1 10 -11.5 38 11 / f G) o / , / / MH 0 O or OH • A1 4 ,, ML or OL �'.f1IU�. I HoNGWEST ar ASSOCIATES, INC. C: \ACLTWIN \STD \PLAST1TY.DWC GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM PLASTICITY CHART 70 10 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) PROJECT NO.: 90102-200 FIGURE: 5 DEPTH LL PI SYMBOL BORING (FEET) ( %) (7) • BH -1 10 -11.5 38 11 HoNGWEST ar ASSOCIATES, INC. C: \ACLTWIN \STD \PLAST1TY.DWC GREEN RIVER TRAIL NORTH WIND WEIR PARK RESTROOM PLASTICITY CHART 70 10 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) PROJECT NO.: 90102-200 FIGURE: 5 APPENDIX 2 Pump Station Calculations North Wind Wier Park (Green River Trail) Lift Station Pumping Requirements Discharge @ PS = Elev. 6.0 +/- Discharge @ MI-I = Elev. 11.0 + /- 5.0' Head 840 Feet of 2" Sch. 40 w /fittings, bends, etc. - add +1- 60 LF 900' Hr = 0.2083 (100) 1.852 C ( _ALT ) x Foot per 100 ft. of pipe d 4.8655 Use q = 22.5 gpm d =2" = 0.2083 ( 100 )1.852 ( 22.5 1.852 )( 900 ) 150 2 4.8655 100 = 9.7 Total Head = 5 + 9.7 = 14.7 @ 22.5 gpm. Use SPGL200 Aurora Grinder 18 TDH @ 22.5 gpm North Wind Wier Park (Green River Trail) Check Lift Station for Floatation Water Displaced: Weight = (7t R (h)(62.41b. /cf) = (zt 2 - 5)(62.4) = 7450 lbs. Weight of Lift Station MH: Barrell = (14.5 - 5)0)(2.67 - 2 /cf) = 14,000 lbs. > 7450 lbs. Check Pumping Cycle Assume +/- 100 Visits/day @ 5 gallons /visit Daily Usage = (5)(100) = 500 gallons /day Pumping Per Cycle = (6.9 - 5.4)(Tt 2 gallons /cf) = 141 gal. / 25 gpm +/- = 6 Min. +/- Pump 500 gal / 141 gal = 4 cycles / day +/- If usage is +/- 200 visits/day Qt per visit = 10 gal. then will require 8 cycles/day. IA Ai APPENDIX 3 Structural Calculations ENE Consulting Engineers 1201 Third Aven u , Suite 900 Sulfite, Washington 98101 (208) 622-5822 Fax (206) 622.8130 —2464 e2 p STS moo I000tlon ... 7 S c•9G GuL,47 oNS L 0.912M'l .4 C� /T�•t� /A A :Zell/ AT/4v 5 h 's9•e AMU-- L '4' , 4.s vie ' AvAL. _ VesY 4/ .� 4t77 OeS /'/ bf�l� ea. 03/!6 M,.., Me. roe no 9977 92 5 6 -/3 i ./N& 77aP1/ . - ‹14- e_0I.,/ 44t I OU 7 p,SrC c = ZSGo t 3 ,y /e5) e x .tzirc&w4 F A O s7 - v'v0 .L7,c Gege ,2/e ,) - fcli Sl-r- /" N I v/= - L-42 c , ' /1/4' z- rfG 77 z so �,,o fj� \ N. . • -.. - . i I • i i \ 1 1 1 E. 1 1 /:: Consulting Engineers 1201 7hird Avenue, Suite 900 Seattle, Washington 98101 (206) 622.5822 Fax (206) 622•8130 Ser,/ ,d•-3e-esse.,46 • f L • e. /sei,e.., 2E V 4z-deez., sosf A; 14 8' • 4‘—z • 4 :/4 6), /4%7 z-a=c7 , s" / 4 8 Lk L I, r / 0. 3 7 Z. 0 = 6 1 LZKas' "bor 01- 441":: I 0 ps-F WALL = 6.7 .■-s" 6 4.6 rrti 41 --e-okvictee E \ • die,r4ez fri/.4 • /4ggf • 12..z/N 70 .1..9.7s. W E0 7.1:3 36 6 7) t ($7044)(41:ig Doo 5Ne42 " v 9 ' 4 4 : wa/14k74.7c s ' . 1/, P• e A •c" 22 do's inset no hoe no. , #f79,..fra . 4 ,007 .4r 7./ ,sr '&31/404 Peeves= a c f oS ' se". • Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622 -5822 Fax (206) 622 -8130 , - - i - ii✓G /a/ & ssv,02ES .494- • = %DX (Le k36. 6 7 >t;en , .r(64)(t9 (Ze 67) )22, `m A - riA/ ._s = 8 1+(e.s4427( /5) - /95 s f /z- s o 6Z5 /ES ,OOi : 1.,3G Q ) L L A s x , F Z S ( / 0 Z 6 Z6 k I) s •/s rs /c 1/ b A p-ral s V -4- /O . 96 A ` s C- /pi / s7'- evc. _ A. )-4(09 - (z aJ (o ? ' 9S) - -z- 7k > ixoioet acanon Oe/120l41+• cll•nt ,5v_1 4.1 sle.� 441// - /z Lf Z L� q = p zs = 77O o.. aTitit 96 Zp� � by ol4d o S+ / i dri p � 7_,- �. z, I A 85 9 UMW no. 100 no P79}7 94, 516 9 $ 1 • - • I v 1 " d - a v e . - i ✓1 1:6 v. 3 3 Mid Atr �5 - 0 /0°P y Z 2.cor 1. . DL (;. es} /2.2)9s c 53 Z °' f > Z32 �' d 0 8 /Ai E / • - 1'bei4 }o dal- .!J►' /IGv-v Naa.d'/V /,-d o/te a3 9O3 7 ©f _ 2 '' %V wv -L000 Z / -6' 79'1 7/�iS✓!� El fS ou aol 'au NAN ,.fii.Hc::wtri:.tY37Y{:wd:3`,xA 5 .25/2 . o / = _Ler 'r76ers pf : "170? 7tit' o -LN•-s ,‘• = -9N'/1/3,0i'o Iv_'. ,.- r . (12 - ! - - b . 7 ph4 7 .,' )- e'b'9a 07 3 /wry s7r.M /ram* og = Gra2o'S O #' if -, /s1 , 1 7 &/ = le,'szp- -� - iz -k - 7a4- - oeef,‘ sVA- 'S r 1, —*?' D # /'9 /5 - 774 4 1 •ra/� 's -' ,' 9$f x brr/ Jir Or' `'>tiDIQA uopooq osl8-Zl9 (9oZ) xed ,g99129 (90J) 10186 uo1 'ona.eS 006 WINMS VoileAV RiU IOZI sr060603 6upinsua0 • :4ii.iw'✓SSFR+i4'4M' its.+ iy. n.. a' w.. W': Mwyti�. J. T..+. wr-.v«.... ni.-....... w....... w. w. w....... nw...-..... Iwu. w. sw. nw... e. a....•. ti........... w.......»»...»»......«................» w.,....».+.»... w.....«.... »........._...- ..-- ...w+....+.w »..n.�..tin .f Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622 -5822 Fax (206) 622.8130 icr )L 1 ;c/s! ivy 1x6 po 1, f/i 5 1 M6 "P 6 ore_xi. . w ¢ x 8 ,a Weise location /e CIISnt k SECT / J by /oiQer u».r no. Jab no. ?f7, 'r� - Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622 -5822 Fax (206) 622 -8130 Ties ,4007 ?o f'Vo // �v— /QG' / rl e 7 4-49 Ties - ' - /7- s loeotlon client �Oo T ;e00/ L$ .c:Ae.e Lie c, 9� 1 ,� c4.„04 Z3 LA t G a lya !!/,:,e/ "t.s moo s� . 's ,, 74-1.; ' ( 2- I 6' .J , Z �r Cc.c.7 .dy '7 7ZI ,t -z? -c (i3 655:� tyi v o sF�6- BO spy,„, P�tc'os c..-vi.. 1) / r , jr . 8 "t /D — n e - -. 79' ?e'77/ � ea e CGo.."c/7 /€ss 74., ,4-Z-' 3' w• 'e..4✓0 of od .^f. Sat 4 s s /6 0, (2,465.4.9 - 77 41 is e-t-c .5,4 7i59i v.s.. p > B a •1b� .x/ / (Z3 65. d) ham+ /s iY.�G/ 2 ' vec1 D : // 5�. 1 " OCi Q `f C7 se 7 �LZA -Z3.q EMI Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622-5822 Fax (206) 622-8130 Ter y ,t.7 EG.r S,.di4N s / - XcG c z3 - T - [J WOO location „ 4" .. e . 31 /iflpw� etl•nt • C 95 449 c) 1 - z000 ,ps 0, t13. do. 03 pP sel ," ve co *eV no. B 1 no P979t -ri;" ; 30 P => ,'.: Z /O tom" z s 6 /IOIp , / V '�i�fr�i ✓{. > Z /O 4� i 1 i Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622.5822 Fax (206) 622 -8130 1 - r 8 , 6 ' 4 ' - 1 - : f 9 / cf) /44749.% % {� 601 L = /v Snr/C.e /one 500;4/✓ pope location client .4: 3. 5" d= 7 5 5L .vim / • f :-- cps` Lv .2, T'9 = 4 / 7f 0 -2 SiiressAtS. /7,64,11, 3Z.. // 98/3 Z (3,5 )(7 6Ps < 95'; Z �Lf l+/m.. e5 ve se 21 x = i gvo s GC 25r'�' 4.7 "ElL e.42 w s:.nyv A 00 dow " = ''< /o -'©" of //= 3 -, J F G- 'A/T'L EVE€ ; Lc le' M ON no 9 MI no. G � 5, dL fL L +bows. S lens are shown in l U- inches (1 In 4 = 304.8 tam, 1 inch = 25.4 mitt) and me limited to to 26 feel (7925 min) and less. rD • .• 0 X m C F N T N Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622-5822 Fax (206) 622-8130 L-a9c7 , 34.11 -L 1000 nen cDont . 514344/ L = 8 - O 67 (i'bsT> = 7 F..? " 04-7 'C'i9 f - 7 - 6 s , // ie4 (5o ,0 ,-, GV , /rare-16-e /.0' 4,/' —r s.� 4' I. 1 �pbsT 7 • / 4 '/ V: / /ISx2= zz96 z2.9£ x467 = 38 2- 7 6..es /L1 y„cf;r , -o -09 P4- /So) • A • 0 f„ 7 j 4 . 7-- = //50„p3; 541/ow -I /, /5 / 3 L 7.� s z , LgalP S /Vow / /5 /O 7 / iP S Show rr 3 6z, 7x /? - /s"t Tb z - S7 Z.o G a : � o (3 5)(9_ f)7 ? 6 r 9 _ /4, _ Z Z 9'4(3- _ /O ; •os o , X51 g e 4_ -7 4/.//v „4:74 L (s-ee„ ieat7qe, z /SO alp Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622.5822 Fax (206) 622.8130 1-r /0 f4 /p OrcOoct lxollon �C.Q client e.vtia 14//7 HP 1 1'o "�. �O y J9 S svr, ,� ✓�i'e i7 c i € ea.,/ 0�2 `bre7 /o/'✓ 41;s4+ 30 40 : 34,0 % :1/ -T :f - GIs /7-16 r 3 '- y 1= 7 9,10, ,s : id '33 v 3D' J /19a17r ,19T . /� ' 6 � -G r� "761- G // �:i % 4A a5 ; 6 ' a'a' 6, 1 ' ro m*. Jfl T shoot no. 4 707 2-1 / 2 6 1 3, Consulting Engineers 1201 Third Avenue, Suite 900 Seattle, Washington 98101 (206) 622-5822 Fax (206) 622-8130 Cielact location A dpy, ClItaa '/T'0 /air- (2<“e' r 5 v., b (1z-0-r i(o) 3 3 5751Plz, //a ?"-- (322 c 2- 5 -0.10 = 4 $ .1:0 'arr .vvz -?‘ L thilet no 100 no. O 1 7 6 68O — /155 -7- 9 1-11 Consulting Engineers 1201 Thins Avenue, Suite 900 Seattle, Washington 98101 (206) 622-5822 Fax (206) 622 -8130 O �b s r c.q.° 46-E' 6' AP7c f r ptolect /Yo / "W Mr/, ie/s r A location 1 er.nt X J io , l c — pbsT . SF 3A' ' . 4-T i'O "e S Ne ��cE z -z, f P s / vvo /aft L.04os {coI -, .e.,174-6" f = Z z- 96 W rceo,M // /F=. "1' = /5 Zv /15 r gGGo w , /7 3 /6jis 7 / ij/_vo a- /O .r / 4, 33 bs dos. 3 0/6 = 3 S 5 - 0-°(-5 s C / ; /o Zc7 /a =.o L /080 o//G - 3 404, -►/OT /•vGL `.19 vs z.y haws €t /47. -Z 9'o.e's /074.7..2l.s giant no. As- e. c.'C OWNER King County Department of Parks, Cultural and Natural Resources King County Facilities Management Division 320 King County Administration Bldg. Seattle WA 98104 MacLeod Reckord 231 Summit Avenue East Seattle WA 98102 Arai /Jackson 1601 East John Seattle WA 98112 KPFF 1201 Third Avenue, Suite 900 Seattle WA 98101 PACE, Inc. 750 Sixth Street South, Suite 200 Kirkland WA 98033 Atkinson Reichard 706 East Denny Way Seattle WA 98122 Sider & Byers Associates, Inc. 180 Nickerson Street, Suite 304 Seattle WA 98109 Hong West & Associates, Inc. 19730 64th Avenue West Lynnwood WA 98036 Architects Phone: (206) 323 - 8800 Fax: (206) 323 - 8518 Structural Phone: (206) 622 - 5822 Fax: (206) 622 - 8130 Civil Phone: (206) 827 - 2014 Fax: (206) 827 - 5043 Electrical Phone: (206) 323 - 2530 Fax: (206) 323 - 2544 Mechanical Phone: (206) 285 - 2966 Fax: (206) 285 - 1045 Geotechnical Phone: (206) 774 - 0106 Fax: (206) 775 -7506 Phone: (206) 296 - 0648 Fax: (206) 296 - 0186 Landscape Architects Phone: (206) 323 - 7919 Fax: (206) 323 - 9242 DRAWING INDEX RESTROOM BUILDING SITE PLAN RESTROOM SEWER FACILITIES PLANS & EXTERIOR ELEVATION BUILDING SECTION, WALL SECTION & DETAILS STRUCTURAL PLANS & BUILDING SECTION STRUCTURAL SECTIONS & DETAILS PLUMBING PLAN DETAILS AND SCHEDULES ELECTRICAL PLAN LEGAL DESCRIPTION Gordon's Addition No. 2 as recorded in Volume 36 of Plats, page 42, in King County, Washington, EXCEPT that portion conveyed to the State of Washington for highway ptuposen Together with that portion of the Southeast quarter of the Southwest quarter of the Southeast quarter of Section 4, Township 23 North, Range 4 East, W. M., in King County Washington, lying westerly of the Duwamish River and easterly of said Plat; Together with the North 51.74 feet of the following described property: All that portion of Government Lot 1, Section 9, Township 23 North, Range 4 East. W. M., in King County; Washington lying east of the W. W Beck County Road, westerly of the Duwamish River and northerly of a line bearing N69' 31 11 E from a point on the Easterly margin of said W. W. Beck CO., Road which point is 775.31 feet southeasterly as measured along said Easterly marginal line from its intersection with the North boundary line of said Section 9; EXCEPT that portion thereof conveyed m the State of Washington for highway purposes. PROJECT # 316004 BID # C63348C NORTH WIND WEIR PARK RESTROOM Cl if(o 0 i /40 C2 Al A2 51 S2 P1 El VICINITY MAP 1 nv l �ote� nd;ha. I e Plan Check d S t d . PProJ o 1 Unde, to 001 ,5i0n5 �.�n to eriots l� .c o aicr _ ins iu _t Jt r ,, ra_ r ♦Qe_ Cia f3 4 arts ordinanc r. da o� s acknowley ed. -- ��oi�i�e,, C., of apP� Dyed P ��aCtcr'SCO �Y By - Date �Z— I PermlcNo RECEIVED JUL D11996 TUKWILA �'UBLIC WORKS RECEIVEC cm ol= Tul<wl� a .i . I_ it 1996 PERMIT CENTEF REVISION& Couplin Welded To Plaie DETAIL NOIES GEOTECHNICAL ENGINEER'S SURVEYOR TO RECOR MEASUREMENT ROD AT THE RECOMMENDED TIME ELEVATION OF THE ADJACENT FILL SURFACE. SITE PLAN 1" =20' l Og(o - 1— SETTLEMENT PL DATE K V -v ' Ca sin g , 2" Uia. Pipe /— (Set an Flate, Not Fos[ened) v Measurement Rod, 1/2" Dio. Steel Pipe, Threaded Both Ends • Settlement Plate, 16'x16 "z1 /4" Steel NEW 4" DEPTH OF 5/8" MINUS CRUSHED ROCK PATH 1 , W FOUNDATI /DRAIN LINE \ L.F. ADS T MIN 2% I. \ OUTFALL 12.0 1 ` NEW A C. SURF WALK Y 200' SETBACC FROM TOP OE B NEW PAR ST A� G FIRE HYDRANT EX E ME1E� 0i K SERVICE ESTROOM B LDING PER SHEETS Al AN A2 LLEL TO kXI : TING TRAIL E LOCATI I , FOR APPROVAL f Use Silica Sand to Provide r -.. - �— Level Base if Necessary 1 16" LOCATIONS OF SETTLEMENT PLATES SHALL BE CLEARLY MSRKED AND READILY VISIBLE (RED FLAGGED) TO EQUIPMENT OPERATORS. CONTRACTOR SHALL. MAINTAIN 10 —FOOT HORIZONTAL CLEARANCE OR HEAVY EQUIPMENT WITHIN 5 FEET (VERTICAL) OFI PLATE BASE. A ER 5 FEET (VERTICAL) OF FILL IS IN PLACE, THE CONTRACTOR SHALL MAINTAIN 5 FEET HORIZONTAL EQUIPMENT CLEAR.�NCE. FILL WITHIN CLEARANCE AREA SHALL BE HAND COMPACTED TO PROJECT SPECIFICATIONS. IN THE EVENT OF DAMAGE TO SETTLEMENT PLATE OR EXTENSION RESULTING FROM EQUIPMENT OPERATING WITHIN PRESCRIBED CLEARANCE AREA. CONTRACTOR SHALL IMMEDIATELY NOTIFY GEC TECHNICAL N ER AND SHALL BE RESPONSIBLE FOR RESTORIING THE SETTLEMENT PLATES TO WORK[ORKIN7; ORDER. INSTALL PLATES ON FIRM GROUND OR ON SAND PADS IF NEEDED FOR STABILITY. TAKE INITIAL READING ON TOP OF ROp AND AT ADJACENT GROUND LEVEL PRIOR TO PLACEMENT OF FILL. FOR EASE IN HANDLING, ROD AND CASING ARE USUALLY INSTALLED IN 5 —FOOT SECTIONS. AS FILL PROGRESSES, COUPLINGS ARE! USED TO INSTALL ADDITIONAL LENGTHS. CONTINUITY IS MAINTAINED BY READING THE TOP OF THE MEASUREMENT ROD, TliEN IMMEDIATELY ADDING THE NEW SECTION AND READING THE TOP OF THE ADDED ROD. BOTH READINGS ARE RECORDEd. THE ELEVATION OF THE TOP OF TliE NTERVALS. EACH TIME, NOTE THE G. GEOTECHNICAL ENGINEER'S SURVEYOR TO READ THE MEASUREMENT ROD TO THE NEAREST 0.01 FOOT OR 0.005 FOOT IF POSSIBLE. NOTE HE FILL ELEVATION TO THE NEAREST 0.1 FOOT. 1. THE ELEVATIONS SHOULD BE REFERENCED TO A TEMPORARY BENCHMARK LOCATED ON STABLE GROUND AT LEAST 100 FEET FROM THE EMBANKMENT. zNM SETTLEMENT PLATE DFIL AND OTF Rol 1 " =20' SECTION A OAD EL FUTURE FINISH GRADE ELEV 20 0 EV 14.0 CLIENT AGENCY: KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 SMITH TOWER 506 2ND AVENUE SEATTLE, WA 98104 FLOOD INFORMATION (KCAS) STANDARD PROJECT FLOOD (C.O.E.) 100 YR FLOOD & ZERO RISE FLOOD (FEMA) MEAN HIGHER HIGH WATER (MHHW) MEAN HIGH WATER (MHW) ORDINARY HIGH WATER (OHW) 2 PRELOAD SECTION & PLAN EL. 7.1 EL. 9.0 EL. 4.8 EL. 3.9 EL. 5.0 NORTH /SOUTH 30' -0" EAST /WEST FUTURE BUILDING .�" PROFILE 1.5 SIDE SLOPES PRELOAD MATERIAL SETTLEMENT PLATE LOCATION PLAN KING COUNTY FACILITIES MANAGEMENT DIVISION —PARKS CIP 320 <ing County Administration Building Seattle, Washington 98104 Telephone 12061296 -0648 Fax (2061296 -0186 253 ED 254 255 EARTHWORK QUANTITIES Temporary Fill (Preload) 460 CY Permanent Fill 160 CY APPROXIMATE TOE LOCATION OF PRELOAD FILL WITH 1.5H 1V SIDE SLOPES ACTUAL TOE LOCATION TO BE DETERMINED BY CONTRACTOR SETTLEMENT PLATE LOCATION P � 0 S \ON UPPER LIMITS OF PRELOAD FILL. MINIMUM ELEVATION OF 20.0 FT. CROWN PRELOAD SURFACE TO PROMOTE WATER DRAINAGE AND TO PREVENT PONDING OF WATER NOTE: PRELOAD MATERIAL TO REMAIN IN PLACE A MINIMUM OF 45 DAYS OR AS APPROVED. SEE SPECIFICATION SECTION 02210 AND APPENDIX 1 GEOTECHNICAL REPORT 256 2 PEDESTRIAN NEW BENCHMARK, ELEVATION 13.61 NGVD 257 BRIDGE LOCATED WITH A PAINT MARK "X" ON NORTHEAST CORNER OF WEST PEDESTRIAN BRIDGE ABUTMENT, LOWER LEDGE WHERE BRIDGE SPAN RESTS. Mac_eoc RecKord Land .:ape Architects 5 1 ink E9',C. J 9 SCALE 0 ID DATE 1 -8 -1996 O O SCALE 1_"=20'_ DATE. 5/16/96 DRAWN BY CHECKED BY: JOB NO 16 NORTH 20 30' 40' 50 NEW VEG N LINE 5 VERTICAL DATUM ELEVATION REFERENCE MARK BM141 AT 20.84' NGVD (NOT SHOWN ON THIS DRAWING) LOCATED ON SOUTHEAST CORNER OF CONCRETE WINGWALL OF PACIFIC HIGHWAY SOUTH BRIDGE WAS USED TO ESTABLISH: ED VEG LEGEND INT E 100 62 Plans have been reviewed by the Pubic Works Department for conformance with cure City standards. Acceptance is subject to errors and omi / sions which do net authorize violations of adopted standards or ordinances. The responsibility for the adequacy of the design rests totally with the designer. Additions, deletions or revisions to these drawings after this date will void this acceptance and will require a resubmittal of revised drawings for subsequent approval. Final acceptance is subject to field inspection by the Public Works utilities inspector. Date: 18/ 3 / C By: PG17E 6 ON 7 ■ EXISTING WATER LINES C(7 D a i y NEW WATER LINE IIIIIR11unRHUU NEW SEWER LINE PER SHEET C2 NEW LIFT STATION PER SHEET '.72 NEW FOUNDATION DRAIN LINE 4" DIA. CORRUGATED PERFORATED PIPE PER DETAIL i n NEW DRAIN LINE 4" DIA. SOLID WALL ADS RECEIVED JUL 5 T UKWILA -'ULLIC WORKS RECEIVED CITY OF TUKWILF L L 1 1996 PERMIT CENTEF. NORTH WIND WEIR PARK RESTROOM BUILDING SITE PLAN DF REG:STENED NCGCAFE A2CHIEC7 //yip to TERRANNCE K. RECKORD CERTIFICATE NO. 238 C1 16 10 DESIGNED ZOZ GRAwN MAA CHECKED. PDC FLANGES MUST BE SQLJARE. AND SPACING AROUND FLANGES MUST BE EVEN. 1%4" DISCHARGE PIPE — CEMENT DISCH. PIPE IN POSITION 2 HOLES fib" DIA. IN EACH BASE PLATE FOR ANCHOR BOLTS (4 HOLES TOTAL) Dclb 0140 TO DISCHARGE DONN FORM NEW CONCRETE IN EX. MH PER VAL 1U£. SEWER DISTRICT STANDARDS 2" 90' ELBOW DISCHARGE TO CHANNEL DISCHARGE TO CHANNEL BOTTOM IN V, 1,88 2' 90' EL801Y.� As GAP. 411 " STUDS (4) HOLES 1 GUIDE RAILS 3 REVISED PER CITY OF TUKWILA REVIEW 2 REVISED PER VAL VUE SEWER DIST. REVIEW t - REVISED PER KING COUNTY PARKS REVIEW SYM REVISION INV 1.68 OUT (PER RECORD DWG) 48" TYPE MANHOLE 8/96 6/96 M AA MAA INLET PIPE CEMENT INLET PIPE IN POSITION `r PUMPS I CONDUIT SEAL TO BE SUPPLIED BY 71 ".. CONTRACTOR TO MEET CODES & PREVENT SURFACE WATER FROM CE PUMPS ENTERING J. BOX PDC PDC 4/96 TDB PDC DATE "BY 8510 DUPLEX PUMP STATION NTS FL Penhallegon Associates 750 SIXTH STREET SOUTH 0.2% EX. 48' MH DETAIL 2' -6" x 2.. -6' METAL HATCH MODEL K -2 BY BILCO.OR' APPROVED 'EQUAL GATE VALVE EXTENSION PROVIDED FOR DISCH. GREATER THAN 2' FROM TOP OF BASIN INTERMEDIATE BRACE REQ'D. FOR EXTENSIONS .LONGER THAN 10' -0" 114" N.P.T. GATE VALVE 100 YR. (FEMA) FLOOD ELEV. 8.8 ELEV. 8.0± DUPLEX PUMPS HYDROMATIC SPG —G1X OR APPROVED EQUAL 50 PLAN INSTALL LOCATE TAPE IN FORCEM0N TRENCH. w (TYPICAL) PROFILE CHANNEL EX. MANHOLE PER VAL VUE SEWER DISTRICT STANDARDS. Engineering Planning Surveying Consulting Engineers, Inc. RKLAND, WA 98033. (206) 827 -2014, GRAPHIC SCALE 0 25 50 100. 2' -0• - MIN. BURY NEW PUMP STATION SEE DETAILS' THIS SHEET 8 0. 1 1' CL MIN. 5 1 45 . RECOMMENDED HOPPER - BOTTOM RIM. FG = 14.5 HYDRAULIC SEALING FLANGE BALL CHECK VALVE STRAIN RELIEF CORD CONNECTOR'. PROTECTIVE CABLE SHROUD 48" MIN. MANHOLE SECTION (60 MAO.) I.E. 9.0 - -- CE INLET BOTH PUMPS ON ELEV., 8.0 PUMP ON ELEV. 6.9 PUMP OFF ELEV. 5.4 ELEV. = 5.0 6" PEAGRAVEL COMPACTED BASE INFLUENT PIPE 4" PVC ® 2% MIN. FROM RESTROOM KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 11 08 SMITH TOWER 506 2ND AVENUE SEATTLE, WA 98104 ALARM ELEV. 9.0 NEW RESTROOM 3 WALK NEW RESTROOM ly/ RECEIVED ;AUG 2 0 1996 TUKVVILA .'PUBLIC WORKS RECEIVED CITY OF TUKWILA PERMIT CENTER 15 10 5 0 SL? 3 1996 CONTROL PANEL INSIDE CHASE �,vv"-- OF BUILDING PROVIDE REMOTE FLASHING LIGHT W/ WIRE GUARD O t N ISON AND IONS ON PER HYDROMATIC PANEL ,,,,,AIDING SPECIFICATIONS. These plans have been reviewed by the Public Works Department for conformance with current City standards. Acceptance is subject to errors and omissions which do not authorize violations of adopted standards or ordinances. The responsibility for the adequacy of the design rests totally with the designer. Additions, deletions or revisions to these drawings after this date will void this acceptance and will require a resub oval l of revised drawings for subsequent app Final acceptance is subject to field inspection by the Public Works utilities 8 sector. Date: ZV16 By. NORTH WIND WIER PARK RESTROOM SEWER FACILITIES ARCHITECTURAL SYMBOLS MATERIAL SYMBOLS O . P ANE \ \ �� " .. $ I' UMBER ■ FI. -D.O S r 0FRP — 1 DETAIL SYMBOL 016 I MTL 0/ I E 6 O / G D -TY ROO PA L -TE- SHIE D GKIN - (SE'S IN WI 2X'56 CT.) ILL HIN 2 r ! u \o V SHEET - OP rF W/MOP RACK . : -. OV / + 0 UMBER • • 0 • • �. EXP. JT: IO Zer Al EXTERIOR ELEVATIONS SYMBOL ON SHEET NUMBER -' SECTION SYMBOL I N SHEET UMBER ----- V SHEET '-' POOR NUMESER 0 / / /i / / / / / /Aso Aiiioorii //Aoriii /iil. / /i //� / / // Agg / /doo 7 � 2'-O ' . � ! . 1 `.82 LRMIN • Q01,6 O . P ANE \ \ �� " .. $ I' H -6� J S 6 / OVE: EAD J/ �� ARTION URINAL SCREEN O .�. A ® I 1 j P 6" GMU PARTITION ` \ r� PARTIAL HT. FI. -D.O S r 0FRP — 1 or WA 016 I MTL 0/ I E 6 O / G D -TY ROO PA L -TE- SHIE D GKIN - (SE'S IN WI 2X'56 CT.) ILL HIN 2 r ! u \o -.M NDE OP rF W/MOP RACK . : -. OV / + 0 G. TO / /.I • 0 • • �. EXP. JT: IO Zer Al I / / /i / / / / / /Aso Aiiioorii //Aoriii /iil. / /i //� / / // Agg / /doo 7 � 2'-O ' . � ! . 1 `.82 LRMIN • Q01,6 O . P ANE \ \ �� " .. $ I' H -6� J S 6 / OVE: EAD J/ �� ARTION URINAL SCREEN O .�. A ® I 1 j P 6" GMU PARTITION ` \ r� PARTIAL HT. FI. -D.O S r 0FRP — 1 or WA 0 SINK -TYP. - , •VIDE FLOOR 24X36 CH O E55 1. � SINK II SOAP DISP. r O' 5' -8" I 4 O" � HA pTYP. % % / /r % / / / 4' -0" 5' -8" Alr A . oor a . i O / //� � i W/MOP RACK . : -. OV / + 0 // 6" CM) PARTITION PARTIAL HT. ... _ 'D it O 103 r r / /.I roo /AI EXP. JT r ,,,, I EXP. JT: IO Zer Al 1 NORTH ELEVATION J , SCALE I 04210 CM), SPL',T FACE (YIP., women 1 4 � EAST ELEVATION DATE ---- MOUNT DRINKING FOUNTAIN ON SMOOTH GMU BLOCK CLIENT AGENCY: 01611 METAL. ROOF 06601 4X12 FACIA SPLICE ® ROOF RAFTER -TYP. PAINT ALL EXPOSED WOOD 04210 GMU, SMOOTH FACE (TYP.) 04210 GMU, SPLIT FACE (TYP) GENERAL NOTES. I. SEE LANDSCAPE PLANS FOR EXTENT OF PAVING BEYOND EXTERIOR WALL. 2. SEE. MEGH. B ELEG DINGS FOR OTHER ROOF E WALL MOUNTED ITEMS. NAT'Ee 5 5AL ALL GMU . 07611 METAL ROOFING KICK PLATE 06601 WOOD TRIM PLATE SEE DETAIL 6/A2 (TYPICAL) ROOM FINISH SCHEDULE RM. ROOM NAME FLOOR BASE N.WALL E.WALL S.WALL W.WALLCEILING REMARKS NO i0I MEN 102 CHASE 103 ADMEN ST =STAIN P =PAINT 5 =SEALER W0 =11000 GONG =CONCRETE DOOR SCHEDULE DR. DOOR SIZE NO 3' -0" x 1' -0" x 13/4" I '1 /A2 8/A2 O 2 3' -0" x T -0" x l 3/4" 2 7/A2 8/A2 O 3' -0" x 7' -0" x 13/4 1 7/A2 8/A2 P =PAINT WALL MOUNT LIGHT FIXTURES SEE ELEG DRAWINGS (TYP) 04210 GNU, SMOOTH FACE (TYP) 10441 PLASTIC SIGNS ON LATCH SIDE (TYF) 12 WEST ELEVATION SCALE 1/4" = KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 GMU P COW, 5 - WD ST GMU P GMU F CMU P AD. 5T. GONG. 5 - GNU P GMU P CMU P GMU P AD. P OMJ GONG. 5 — - GMU P GMU P WD ST CMN P NO. ST.' HDWE DETAILS GROUP HEAD JAMB ELL SOUTH ELEVATION SCALE I/4" I " -O" DESIGNED BY: FINISH REMARKS P ELECTRIC METER L7 RD Y4/ �c HOSE BIBB 07611 METAL ROOF • .! 06601 WOOD TRIM 8" MIGROGRAMMA BOLD LONER CASE PAINTED LETTERS (TYPICAL) 04210 GMU, SPLIT FACE (TYP) Aug /,p Architects & Planners 1501 Boat John • sat WA 98112 TeE 206•323•8800 Pa: 206•323•8518 06 WOOD TRIM PAINT ALL EXPOSED W00D -TYP: 4' -0" • -TYP_ I I /4" DIA / I'-6" Mw. GRAB BARS -TYP.. 6 ,_ 0 " FLOOR PLAN SCALE 1/4" = I' - O" ROOF PLAN SCALE 1/4" _ r - 0" Registered Architect Ce ,.y , am_... State of WaslN EN a• 10-4" 8' -0" ' AS SHOWN DATE 6 -25 -46 CHECKED eY. DRA. E. T. PIKE e ND.: 44202 `- 4 X 12 FASCIA (TYP) Ilk MI 28' -8" 36" MAX. 10' -4" NORTH WIND WEIR PARK RESTROOM SANITARY NAPKIN DISPOSAL -TYP. TOILET PAPER DISPENSER -TYP. EXP. JOINT 6' -O" PUBLIC WORKS 32" GLR. MIN. 4' -0" • PLANS & EXTERIOR ELEVATIONS RECEIVED, n-Y OFZ ILA JUL 011996 JUL 0 4 1996 TUKWILA PERMIT CENTER INSECT rx.REEN (CONTINUOUS) State of Washyagton IX3 CEDAR TRIM I X6 CLEAR CEDAR BEVEL SIDING, OVER I/2" CDX PLYWOOD RIDGE BEAM DETAIL 2X6 CEDAR TRIM NOTCH 0 PLYWOOD -- E SCALE ! 1/2" DETAIL © POST SCALE i/2" i' -O" Ark SCALE 1/4" = 1' - 0" HIP RIDGE CONNECTOR (PAINT TO MATCH STAIN) >± 1X6 CEDAR TrCIM 2X6 CEDAR IM (NOTCH ® PLY ) DATE PROVIDE 2" VENTILATION SPACE BETWEEN DECKING AND TOP OF WALL 2X6 ®16" 0.0. INFILL WALL POST GAP RIDGE BEAM POST 2 PLATE R -i9 BATT INSULATION (1 2X TREATED PLATE -RIP FROM 2300 1/2' MDO PL B00D �D BONBE D BEAM O EAVE FLASH GAP W/ DRIP EXTENDED 6" UP ROOF BENEATH END OF PANEL OFFSET CLEAT T6G DECKING 1/ I X b CLEAR CEDAR BEVEL BOTTOM I/4" X 1/4" KERF BOTTOM OF BEAM 8 RIDGE RAFTER. HIP RAFTER BEYOND -TYP. 1— RAFTERS BEYOND -TYP. I 2 X8 JOISTS 0 24 " .. . O.G. "P 1 R -19 BATT I NS/L '.) 1 /2" MDO PLYWD. IX3 CEDAR TRIM —CMU WALLS,. -TYP. GONG. SLAB BUILDING SECTION A -A CLIENT AGENCY 2 EAVE DETAIL 2" HIGH MIGROBRAMMA BOLD LOWERCASE LETTERS, PAINT WHITE - CENTER WSH PLATE. "PUSH" ON EXT. SIDE OF DOOR AND "PULL" ON INTERIOR SIDE. PUSH PLATE DOOR PULL - CENTER ON PLATE DOOR EDGE ELEV. 0.00' SCALE 3 "=1' -O" 4X8 RAFTER -TYP. 2X6 T66 DECKING MTL. ROOF OVER ICE 6 WATER SHIELD ELEV. 10.00' pt TOP OF. CM) WA-L- TOP OF GONG. SLAB (MATCH ELEV. OF EXIST. RESTROOM FLOOR) KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 DESIGNED BY: 01611 METAL ROOF CLIPS, REFER TO MANUF. DETAILS ICE 4 WATER SHIELD OVER T66 DECKING 01900 SEALANT APPLY BETWEEN EAVE TRIM 6 OFFSET CLEAT OFFSET CLEAT FASTEN THROUGH POINT OF CAULK ® 0" O.G. NOTE: PAINT ALL EXPOSED WOOD -TYP. 5 3/4" PUSH PLATE ELEVATION CD DOOR HEAD NTS SCALE I I/2 ° =1' -0" 04210 MASONRY 01900 SEALANT EA. SIDE 08111 METAL DOOR 6 FRAME, GROUT FRAME VENT PIPE. NOTE= I. DO NOT PIN BASE TO SUBSTRATE. 2. CLOSURES NOT SHOWN FOR CLARITY. 3. BASE 15 OPTIONAL, DEPENDS ON LOCATION AND SIZE OF PIPE. 4: FOR SMALLER PENETRATIONS WHERE THE SASE OF THE PIPE FLASHING WOULD NOT DAM UP THE WATER IN A VALLEY, THE EPDM PIPE FLASHING IS NOT REQUIRED. 1 VENT DETAIL. -SIM. ) NTS CMU WALL CAP SCALE 1 1/2" I'-0" IJ Irang Architects 8c Planners 1601 Rua John Seattle, WA 98112 de 206. 323• 8800 Pas 206. 323.8518 CONCRETE GAP UNIT (b x 2 x 16. SOLID) CONT. SEE STRUGT. FOR REINFORCING. TO t FIN. FLR. — CMU WALL 01900 SEALANT EA. SIDE. 03111 METAL DOORS 6 FRAME GROUT FRAME ELASTOMERIG PIPE FLASHING SEALANT - CONTINUOUS BEAD ® BASE OF ELASTOMERIC FLASHING BASE METAL ROOF PANEL "LASCO" FRP WAINSCOTING ON WALLS WITHIN 2 FT. OF URINAL OR W.G. 10800 GRAS BARS - SEAT COVER DI5P. (TYP. 0 EA. W.G. 2 ro 10163 URINAL SCREEN 10165 TOILET PARTION MI/ 2" VENT SPACE A. NORTH ® WOMENS SOUTH ELEV. SIMILAR) SCALE 1/4" = I' -0" 01611 METAL ROOF OVER 30$ UNDERLAYMENT OVER 2X6 T8G DECKING 2X BLOCKING (PAINT BLACK), PROVIDE CONTINUOUS 1" VENTILATION AREA 0 TOP WITH INSECT SCREEN APPLIED TO THE INSIDE TREATED PLATE '� 1X6 CEDAR TRIM �'�� 1111 11 L'J 1111 1111 1111 1111 1111 LJ 1111 111 1111 1111 6 1111 4' -0" EXT. CMU WALL INSTALL SPLIT FACE CMU AT COURSE 4 14. EXTERIOR SIDE ONLY. FOR AREA AROUND DOORS SEE ELEVATIONS. ALL OTHER BLOCKS TO BE SMOOTH FACE UNLESS NOTED OTHERI1.15E... 1/2" EXPANSION JOINT WITH 01.100 SEALANT I/4"/FT. SLOPE GRADE - FOOTING DRAIN TYP. SEE SZ FOR DETAIL AND SHEET C1 FOR LAYOUT 2-4 " EXTERIOR WALL SECTION SCALE 3/4" =1' -0" 06601 POOD SIDING 06601 WOOD TRIM ---- 04210 CMU SMOOTH FACE 10800 HAND DRYER SOAP DISPENSER: HOSE BIB 1X6 CEDAR TRIM S ECT SCREEN 24 2" SAND OVER 4 MIL VAPOR BARRIER, OVER 6" GRAVEL BASE (SEE STRUCTURAL). -TYP. \' SOIL (SEE STRUCTURAL) -TYP. 1 BUILDING SECTION, WALL SECTIONS & DETAILS 1 CITY S=9-g TUKWILP. JUL 0 1 1996 PERMIT CENTER gUt RECEIVED JUL 011996 TUKWILA PUBLIC WORKS 1O \ INTERIOR WALL SECTION SCALE 3/4" =1' -0" SHEET A2 (1 Faux, sp/ 5) 1C-4" 8' -0" 10' -4" 111111111111MIII ( 7 EOIi ,VICES) Gib PARMKRJ J I ■ ------___ -------,.J . 4' -0" I Sk N37i , / ` \ \ 1 n — I I 6' - 0 ° 3' - 4" 3' - 4" 3' - 4" 3' - 4" 3' - 4" 6' - 0" STRUCTURAL NOTES L[VE LOADS ROOF 25PSF LATERAL WIND EXPOSURE 8, 80 MPH SEISMIC Base shear V= OUNDATIONS Assumed bearing capacity of 1000psf. Ail exterior footings shall extend o minimum of 18" below adajacent exterior finished grade. LAB ON GRADE Floor slab on grade shall be supported as indicated on the drawings. Provide 4" slab on grade with 6x6 - W2.9xW2.9 WWM unless noted otherwise. CONCRETE Concrete shall have a minimum streng,,, of 2,500 psi (5 1/2 sacks of concrete per cubic yard minimum) at 28 days. No special inspection required. Maximum slump is 4 inches. MASONRY Concrete block shall meet ASTM C90 grade N -1 with a min. strength of 1500 psi. Provide 1 #5 @ 32" OC vertical and 1 #6 © 48" OC horizontal for all walls unless noted otherwise. Mortar shall be type S meeting ASTM C270 and UBC table 21A with a strength of 1800psi. Grout shall meet ASTM C476 with a strength of 2000psi. All cells shall grouted solid unless noted otherwise. Provide 8" bond beam at the top of wall with 1-#6 top & bottom. See details for other required reinforcing. REINFORCING BARS All reinforcing bars shall meet ASTM A615 grade 60. Welded wire mesh shall meet ASTM A185. Splicing and detailing of re -bars shall be in accordance with ACI 318 and ACI 315. Provide matching corner bars and dowels for all wall and footing corners and intersections. Bars in footing shall be supported on metal chairs or well cured concrete blocks as specified in ACI 315. Concrete Cover: ZIC Rw W =10 kips Z =0.3, Zone 3 1 =1.0 =275 Rw-=6 W =70 Kips (TOTAL DEAD WEIGHT) Footing: 3 "© bottom, 2" © sides Slab: 1 1 /2" clear @ bottom Wall: centered unless detailed FRAMING LUMBER All lumber and misc. lumber shall conform to WCLB grading and dressing rules: 4xBeams: Douglas Fir -Larch No.1 Fb =1300 psi (single use) 2xdecking: Douglas Fir -Larch Select Fb =1750 psi (single use) Post : Douglas Fir -Larch No.1 Fb = 950 psi (single use) Lumber not noted: Douglas Fir -Larch No.2 & Better Fb= 150 psi (single use) Unless noted otherwise, provide minimum nailings in accordance with UBC Table 23 -I -Q. All plates and ledgers in contact with concrete or masonry shall be treated. Hangers and anchors shall be Simpson Strong Ties or equal certified by ICBO and approved by the Architect. Provide ,washers for all bolts in contoct with wood members. Bolts shall be machine bolts meeting ASTM A307. Expansion bolts shall be Parobolts by USM Co. or equal meeting ICBO #2350. CLIENT AGENCY: 4 R 4" CCNC AAO W /6,6 W2,9:2.9 W.WF. AOPE Ix 10 MAIN A5 9i2A/N, LICK' ?t2A9M F4d5Ii SAM JON( 1/8' DFEP KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 C1R OF WILT. FOUNDATION PLAN SC/iE 1/4" - 1' -0" n =n 1 - 'ai =n n n =il n 14, n =11 =n =n Li BUILDING SECTION Up, %AU I/ 4" 1' - 0" • • cww E,gi„.s 1201 Third Avenue. Suite 900 Seattle Washing. 9801 (2061 622-5822 Far ,2 061 622 -800 1110TFAED 9,443 W/ 2 - at CHI WA.k FLAN Fat-Oa 0P was IOP CrCMI1WAL 10Y OF Car APO FGOIM FOR DRAM LGCAIM5 ra7HFCnt2n. 5EF ARCMtEC11RIL DRAWRJCS 6 IRCHIEC J1V. DRN4AY.6 B0110M'0F FOOTING scAE: I /4" -1-O" CHECKED BY: J06 CMU WALL PLAN SC/i.E 1/4" -I' -0" ROOF FRAMING PLAI7ECEIVECJ CITY OF P SCALE I /Y' -1' -0' JUL 011Sea6 JUL. 0 1 1996 PERMIT CENTER NORTH WIND WEIR PARK RESTROOM o'z' 6/26/% STRUCTURAL PLANS & BUILDING SECTION PIO 94795.40 56'6" 4 X12 FP9CIA (IW) TUKWILA PUBLIC WORKS - CMU WPC - 51AW50tJ WD 48 W/ 45 DEC7EE STEW i-0 495, 9 c w A5 tECE59fY. PAM MA1'015tAN. (111TIGi.) S 1NG 01\1 SHEE S1 1GB EXPIRE 9/10/5 111111111111MIII ( 7 EOIi ,VICES) 1 J I ■ ------___ -------,.J . 2X6 &G MCKING 1' I o J 4X6 P051 4XI0 RUCE I I ( STRUCTURAL NOTES L[VE LOADS ROOF 25PSF LATERAL WIND EXPOSURE 8, 80 MPH SEISMIC Base shear V= OUNDATIONS Assumed bearing capacity of 1000psf. Ail exterior footings shall extend o minimum of 18" below adajacent exterior finished grade. LAB ON GRADE Floor slab on grade shall be supported as indicated on the drawings. Provide 4" slab on grade with 6x6 - W2.9xW2.9 WWM unless noted otherwise. CONCRETE Concrete shall have a minimum streng,,, of 2,500 psi (5 1/2 sacks of concrete per cubic yard minimum) at 28 days. No special inspection required. Maximum slump is 4 inches. MASONRY Concrete block shall meet ASTM C90 grade N -1 with a min. strength of 1500 psi. Provide 1 #5 @ 32" OC vertical and 1 #6 © 48" OC horizontal for all walls unless noted otherwise. Mortar shall be type S meeting ASTM C270 and UBC table 21A with a strength of 1800psi. Grout shall meet ASTM C476 with a strength of 2000psi. All cells shall grouted solid unless noted otherwise. Provide 8" bond beam at the top of wall with 1-#6 top & bottom. See details for other required reinforcing. REINFORCING BARS All reinforcing bars shall meet ASTM A615 grade 60. Welded wire mesh shall meet ASTM A185. Splicing and detailing of re -bars shall be in accordance with ACI 318 and ACI 315. Provide matching corner bars and dowels for all wall and footing corners and intersections. Bars in footing shall be supported on metal chairs or well cured concrete blocks as specified in ACI 315. Concrete Cover: ZIC Rw W =10 kips Z =0.3, Zone 3 1 =1.0 =275 Rw-=6 W =70 Kips (TOTAL DEAD WEIGHT) Footing: 3 "© bottom, 2" © sides Slab: 1 1 /2" clear @ bottom Wall: centered unless detailed FRAMING LUMBER All lumber and misc. lumber shall conform to WCLB grading and dressing rules: 4xBeams: Douglas Fir -Larch No.1 Fb =1300 psi (single use) 2xdecking: Douglas Fir -Larch Select Fb =1750 psi (single use) Post : Douglas Fir -Larch No.1 Fb = 950 psi (single use) Lumber not noted: Douglas Fir -Larch No.2 & Better Fb= 150 psi (single use) Unless noted otherwise, provide minimum nailings in accordance with UBC Table 23 -I -Q. All plates and ledgers in contact with concrete or masonry shall be treated. Hangers and anchors shall be Simpson Strong Ties or equal certified by ICBO and approved by the Architect. Provide ,washers for all bolts in contoct with wood members. Bolts shall be machine bolts meeting ASTM A307. Expansion bolts shall be Parobolts by USM Co. or equal meeting ICBO #2350. CLIENT AGENCY: 4 R 4" CCNC AAO W /6,6 W2,9:2.9 W.WF. AOPE Ix 10 MAIN A5 9i2A/N, LICK' ?t2A9M F4d5Ii SAM JON( 1/8' DFEP KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 C1R OF WILT. FOUNDATION PLAN SC/iE 1/4" - 1' -0" n =n 1 - 'ai =n n n =il n 14, n =11 =n =n Li BUILDING SECTION Up, %AU I/ 4" 1' - 0" • • cww E,gi„.s 1201 Third Avenue. Suite 900 Seattle Washing. 9801 (2061 622-5822 Far ,2 061 622 -800 1110TFAED 9,443 W/ 2 - at CHI WA.k FLAN Fat-Oa 0P was IOP CrCMI1WAL 10Y OF Car APO FGOIM FOR DRAM LGCAIM5 ra7HFCnt2n. 5EF ARCMtEC11RIL DRAWRJCS 6 IRCHIEC J1V. DRN4AY.6 B0110M'0F FOOTING scAE: I /4" -1-O" CHECKED BY: J06 CMU WALL PLAN SC/i.E 1/4" -I' -0" ROOF FRAMING PLAI7ECEIVECJ CITY OF P SCALE I /Y' -1' -0' JUL 011Sea6 JUL. 0 1 1996 PERMIT CENTER NORTH WIND WEIR PARK RESTROOM o'z' 6/26/% STRUCTURAL PLANS & BUILDING SECTION PIO 94795.40 56'6" 4 X12 FP9CIA (IW) TUKWILA PUBLIC WORKS - CMU WPC - 51AW50tJ WD 48 W/ 45 DEC7EE STEW i-0 495, 9 c w A5 tECE59fY. PAM MA1'015tAN. (111TIGi.) S 1NG 01\1 SHEE S1 1GB EXPIRE 9/10/5 4 , -0" 28 19 4 ( 7 EOIi ,VICES) 2X6 &G MCKING VI a-- 4X6 P051 4XI0 RUCE ` / I �! I 1 i i 1 P !I ! I I I ! ! I ■ A STRUCTURAL NOTES L[VE LOADS ROOF 25PSF LATERAL WIND EXPOSURE 8, 80 MPH SEISMIC Base shear V= OUNDATIONS Assumed bearing capacity of 1000psf. Ail exterior footings shall extend o minimum of 18" below adajacent exterior finished grade. LAB ON GRADE Floor slab on grade shall be supported as indicated on the drawings. Provide 4" slab on grade with 6x6 - W2.9xW2.9 WWM unless noted otherwise. CONCRETE Concrete shall have a minimum streng,,, of 2,500 psi (5 1/2 sacks of concrete per cubic yard minimum) at 28 days. No special inspection required. Maximum slump is 4 inches. MASONRY Concrete block shall meet ASTM C90 grade N -1 with a min. strength of 1500 psi. Provide 1 #5 @ 32" OC vertical and 1 #6 © 48" OC horizontal for all walls unless noted otherwise. Mortar shall be type S meeting ASTM C270 and UBC table 21A with a strength of 1800psi. Grout shall meet ASTM C476 with a strength of 2000psi. All cells shall grouted solid unless noted otherwise. Provide 8" bond beam at the top of wall with 1-#6 top & bottom. See details for other required reinforcing. REINFORCING BARS All reinforcing bars shall meet ASTM A615 grade 60. Welded wire mesh shall meet ASTM A185. Splicing and detailing of re -bars shall be in accordance with ACI 318 and ACI 315. Provide matching corner bars and dowels for all wall and footing corners and intersections. Bars in footing shall be supported on metal chairs or well cured concrete blocks as specified in ACI 315. Concrete Cover: ZIC Rw W =10 kips Z =0.3, Zone 3 1 =1.0 =275 Rw-=6 W =70 Kips (TOTAL DEAD WEIGHT) Footing: 3 "© bottom, 2" © sides Slab: 1 1 /2" clear @ bottom Wall: centered unless detailed FRAMING LUMBER All lumber and misc. lumber shall conform to WCLB grading and dressing rules: 4xBeams: Douglas Fir -Larch No.1 Fb =1300 psi (single use) 2xdecking: Douglas Fir -Larch Select Fb =1750 psi (single use) Post : Douglas Fir -Larch No.1 Fb = 950 psi (single use) Lumber not noted: Douglas Fir -Larch No.2 & Better Fb= 150 psi (single use) Unless noted otherwise, provide minimum nailings in accordance with UBC Table 23 -I -Q. All plates and ledgers in contact with concrete or masonry shall be treated. Hangers and anchors shall be Simpson Strong Ties or equal certified by ICBO and approved by the Architect. Provide ,washers for all bolts in contoct with wood members. Bolts shall be machine bolts meeting ASTM A307. Expansion bolts shall be Parobolts by USM Co. or equal meeting ICBO #2350. CLIENT AGENCY: 4 R 4" CCNC AAO W /6,6 W2,9:2.9 W.WF. AOPE Ix 10 MAIN A5 9i2A/N, LICK' ?t2A9M F4d5Ii SAM JON( 1/8' DFEP KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 C1R OF WILT. FOUNDATION PLAN SC/iE 1/4" - 1' -0" n =n 1 - 'ai =n n n =il n 14, n =11 =n =n Li BUILDING SECTION Up, %AU I/ 4" 1' - 0" • • cww E,gi„.s 1201 Third Avenue. Suite 900 Seattle Washing. 9801 (2061 622-5822 Far ,2 061 622 -800 1110TFAED 9,443 W/ 2 - at CHI WA.k FLAN Fat-Oa 0P was IOP CrCMI1WAL 10Y OF Car APO FGOIM FOR DRAM LGCAIM5 ra7HFCnt2n. 5EF ARCMtEC11RIL DRAWRJCS 6 IRCHIEC J1V. DRN4AY.6 B0110M'0F FOOTING scAE: I /4" -1-O" CHECKED BY: J06 CMU WALL PLAN SC/i.E 1/4" -I' -0" ROOF FRAMING PLAI7ECEIVECJ CITY OF P SCALE I /Y' -1' -0' JUL 011Sea6 JUL. 0 1 1996 PERMIT CENTER NORTH WIND WEIR PARK RESTROOM o'z' 6/26/% STRUCTURAL PLANS & BUILDING SECTION PIO 94795.40 56'6" 4 X12 FP9CIA (IW) TUKWILA PUBLIC WORKS - CMU WPC - 51AW50tJ WD 48 W/ 45 DEC7EE STEW i-0 495, 9 c w A5 tECE59fY. PAM MA1'015tAN. (111TIGi.) S 1NG 01\1 SHEE S1 1GB EXPIRE 9/10/5 EVSK)NS BLOCKN0, `:`E ARCH CMU WALL- GUMP ROCK DRAWMG CI - -_ FOR LAM #5 a 16" OC., &M AT HOCK 2.6 f e G GECK.NG H3 FLKRIC/AE NYNORS a Eio1 SUE GF 4X8RAf 5& AXJO HP I) (5" DC' LFM5 W/ I- fOP & 80IfOM 2) WS1PU I - WOAIEiXH 5Ck LF DOOR OPENING, WRL FKV5 &IN1 01101/5. GIL. 7/- 1/426ROVD NAM SOL.OR 12" 5U X 11J FU, c- 50e 3/4 " -1' -0" q 0 1-1-0 1111 r0011146 WAN SEE DRAW4JG CI — 4" DIA PERF Fin FW1 Rant, To 4' `3GLOV:' FIN. 6- 1 EXTERIOR WALL CLIENT AGENCY: 18M 5ENR31 � - 5/8" PVk i140; 80 1 - 48" 00 SE SI WK I- NOTES FOR WPI.L IMGECtla j & A.C1f 00 JONI SET Mal DETAIL o32 "O.C. 24 bl -T 51W �'-- VAFOR BNR SEE AAai. 6" CRAU. BAa 2 -5 f0? & BOffOM e A FOR DEf%L a DOCK SCALE KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 INTERIOR WALL DETAIL WO Consulting Engneers 1201 Third Ave° . Suite 900 Seattle. Washington 98101 (2061 622 -5822 Fa, (2061 622 -800 111M IM71 KEG 5EE MOH —� EAVE DETAIL SCNk 3" •1'-O" &G DECKING 4X4X /4EENIPLA4E 4" LONG a EACH 5DE WM12 -5/ V1A 80.15 CAN. (61Offl) FASCIA CORNER DETAIL (Th MASONRY REINF. ® DOORS / SCALE 1/4" -I' -0" SCALE: DATE: AEPHAL1 `YE 511 - DRAWN Ht: A5 NOW 6/26/96 NHJ CHECKED BY: JOB NO.: 94793,10 FAB RIDGE BEAM CONNECTION _J.E 1- I/2" -1' -0" DETAIL ® POST SOLE 1- 1/2 " -I'-0" `CII 3" -I' -0' n % OIJO�O O OQ C O • �OCrUO�i 41 FOUNDATION ® DOOR RECEIVED JUL 011996 TUKWILA PUBLIC WORKS NORTH WIND WEIR PARK RESTROOM STRUCTURAL SECTIONS & DETAILS 5IhPSON 1-PC44If RDCE Calf -CfOR (PANT f0 M9101 SINN) NU WR1. SEE iP01 5IP504 4X10 Pia VMS 4X6 P05r RECEIVED CITY OF TUKW. JUL 0 1 1996 PERMIT CENTER CONOE4 FLOOR 9.AB reocAre FErf. DIR5 a DOOR OPENING SHEET v � LI I/2'�I Clv 2' v ti t 3/4' NU/- / //4' V 2' 1UA TER SERVICE SEE PLUMB /NG PLAN / 2' 2' 1U- / l/2' CIU N.T.S. -o14a 2• v- 7' V r U (TYP.) 4' I(/ - 7-3/4 WATER, WASTE AND VENT RISER DIAGRAM N.T.S. �4`!U (TYP) mP -1 ►� V 4' VTR 2' v 3/4' HIV TO DIST. 3 /4' all INLET .. V DIELECTRIC UNION (TYPICAL) R -IC STYROFOAM PAD LINDER IUATER NEATER FLOOR TEMP/PRESS. RELIEF VAL vE, PIPE TO P -4. -GATE VALVE (TYPICAL) PROV IDE SIESM /C STRAPS AND ANCHOR TO WALL. 3' HIGH CONCRETE NCU5EKEEP/W PAO. WATER HEATER DETAIL DATE CLIENT AGENCY: KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 DESIGNED BY: /7Z WATER SERI! /CE, SEE Gl vIL DILGS. FOR CONTI NUATION. 4' FCO 1LI 11EN INSTALL 2' STOP UUAGTE VALVE EQUAL TO MUELLER MAR( 2 STOP t WASTE AT BOTTOM OF GRAVEL BOTTOM VALVE BOX PROVIDE LOCKABLE COVER FL USN WITH SLAB OR GRADE. GENERAL NOTES: SYMBOLS LEGEND SYMBOL P -1 4'FCO DESCRIPTION Gate Valve BELOW FLOOR PLAN PLUMBING SCALE 114• - 1' -0' Plumbing Equipment Cold Water Hot Water Buried Waste Above Ground Waste Floor Cleanout (FCO) Vent Through Roof KING COUNTY FACILITIES MANAGEMENT DIVISION -PARKS CIP 320 King County Administration Building Seattle, Washington 98104 Telephone (206) 296 -0648 Fax (206) 296 -0186 CONNECT 4' WASTE TO SITE UTILITIES. SEE CIVIL DtLC7 4' GRADE CLEANOUT FINISHED FLOOR ELEV l4PJID' 1. P -traps for lavatorys shall be extended into plumbing chase. Trap shall be easily disassembled for cleaning. 2. Contractor shall install factory made wall sleeves for all plumbing fixtures as necessary. 3. Contractor shall install trap primers on floor drains. 4. Pipe sizes shall remain full size as shown on drawings with appropriate reduction made at point of connection. 5. Piping in chase shall "hug" walls and ceiling to permit maximum work and 'storage room in chase. 6 All water and vent lines, that, cross the middle of the. pipe . chase must' run a minimum of 6 feet above finished floor. 7. All water and vent lines running parallel with flush valves must be installed a minimum of 2 feet higher than e. the flush valves. PLUMBING FIXTURE SCHEDULE MARK ITEM P -I Water Closet P -2 SCALE DATE: DRAWS BY: CHECKED BY 2-22-96 55G. JD. JOB NO.: 96004.. Flush Valve Woste Connection Urinal Waste Connection Faucet MFG: MODEL Acorn Wolf mount, 14 go. 1675- W- i-- HS- CKI -SW stainless steel, hinged plastic steel, wall sleeve, for CMU wall. Royal Sloan: 952 -FW Acorn DESCRIPTION Wall mount, push button w /valve in pipe chose Slip joint waste connection w /cleanout. Acorn: 1705- W -I -SW Wall mount, 14 ga. stainless steel, wall sleeve for CMU wall. Flush Valve Royal Sloon:999 -FW Wall mount, push button w /valve in pipe chose. Acorn: P -3 Lavatory Acorn: 1652- I- LF -3-DS • Slip joint waste connection w /cleanout. 18 "xl8" wall mount, 14 ga. stainless steel w /angle braces, chrome plated filler spout, 1/2 P -trap w /C.O. in pipe chase, wolf sleeve for CMU wall. P -4 Service Sink Fiat: MSB -2424 Floor style 24 "x24 "x10 molded composition stone, 3 dia. flat strainer, #E -77 -AA vinyl bumperguard, white. Chicago: 897 Wall mount, w /broce, vac. bkr., bucket hook, 3/4" hose thread, Provide 30 " hose with one threaded fitting. Floor Drain Wade: 1103 -G8 -27 3 C.I. body, 8 " square adj. nickle bronze strainer, trap primer, sediment bucket. FD -1 FD -2 Floor Drain HB -I HB -2 WH -1 Water Heater A.O. Smith: ELJF -15 DF -1 Drinking Murdock: Fountain Model M53 WHA Water hammer Zurn: Z -1700 arrestor Shoktrol Wade: 1103 -G8 -27 Hose Bibb Woodford: 24 Hose Bibb Woodford (Frostfree) Model B65 4" C.I. body, 8 "x8 sq. adj. nickle bronze strainer, trop primer tapping. Interior use, brass const. , chrome plate, 3/4" hose end, voc. bkr. wheel. handle. Recessed wolf mount brass constr & finish, 3/4" hose end, voc.bkr. Loose Key Handle 15 gallon storage, 1500 watt element 120V, single phose. Wal! mount, Alum /MAC costing, teflor. coated brass bowl, lend free brass bubbler, 3/8' mounting bolts & backing plate. Locate P -trop inside plumbing chose. Stainless steel sizes as required. EXPIRES 5/10/97 NORTH WIND WIER PARK RESTROOM RECEIVED JUL 011996 TUKWIL/.. PUBLIC WORKS PLUMBING PLAN, DETAILS & SERrnit AND SCHEDULES - APPROVAL REQUIRED RECEIVED CITY SP E., JUL 9 11996 PERMIT CENTER SIDER & BYERS ASSOCIATES. INC. ....CAL ENGINEERS 180 NICxERSON, SUITE 04 'FAX WASHINGTON 9800 (208) 285 -2988 FAX (200) 285 -1045 BMEET P-1 REJIS10 L F i XTUIE SCE-- EiDuLE TYPE DESCRIPTION A WALL BRACKET, VANDAL RESISTANT 8 INDUSTRIAL FLUORESCENT, 10. UPLIGHT C WALL BRACKET, DAMP L.QBLE NEW SERVICE LATERAL WITH WEATHERHEAD. MOUNT ON EXISTING UTILITY POLE FERS.C.L. REQUIREMENTS: VERIFY HEIGHT OF WEATHERHEAD WITH S.C:L. EXISTING UTILITY POLE WITH TRANSFORMER SEE 'POUTER RISER' - - -- STUB TELEPHONE CONDUIT UP AT BASE OF POLE 2' ABOVE FIN. GRADE, CAP AND STRAP TO POLE. SEWAGE LIFT STATION HAS DUPLEX PUMPS AT 1 1/2HP, 240V, IFH, POWER AND CONTROL WIRING AND LOCAL DISCONNECTS WILL BE PROVIDE BY THE PUMP STATION INSTALLER MFR/MODEL FAIL -SAFE •l-w 505 120 -FF LITHONIA •AFIO 248 120 ES HUBBELL TJRG -301 NOT TO SCALE F'OWE1R fizISE LAMP'S) I -50W HPS 2 - P401.1.AU/UJM I -50W HPS — NEW PANEL 'A', AS SCHEDULED -- 3 *3, XHHWCCU IN 1 C. - - -- 1 0 8, TW.CU IN 1/2' C. GROUND PER NEC 250 AND LOCAL CODES. SERVICE LATERAL, 3 •3, XHHW,CU N 1 1/2' C. 120/240V, IPH, 3W, LINE VOLTAGE METER BASE PER S.C.L. REQUIREMENTS. THREE (3) EXISTING UTILITY POLES 4 OVERHEAD PRIMARY TO BE REMOVED BY SEATTLE CITY LIGHT. COORDINATE UU/ S.C.L. — NEW U.G. SERVICE LATERAL AND METER BASE SEE 'POWER RISER'. PROVIDE 1 1/4' TELEPHONE CONDUIT IN TRENCH WITH SERVICE LATERAL. VERIFY LIFT STATION LOC PRIOR TO TRENCHING. REMOVE EXISTING UNDERGROUND CONDUIT, WIRE AND CONTROLLER CABINET. ELECT !C4L SITE FLAN 1<irrF4 P 50,-0. CLIENT AGENCY: KING COUNTY DEPARTMENT OF PARKS, CULTURAL AND NATURAL RESOURCES 1108 Smith Tower 506 Second Avenue Seattle, WA 98104 ELECTIC4L SE /ICE LOAID CALCULATION LIGHTING: INSTALLED x 12S% RECEPTACLES: 2 x 180VA NAND DRYERS: 2 x 1TKVA UNIT HEATER: 1 x 3.0KVA EWN: Ix 1.5KVA LIFT PUMP: I x 2.8 x 12E% TOTAL DEMAND LOAD • I20/240V, IpH, 3W • 4810 AMPS DESIGNED BY: 08KVA 0AKVA 2AKVA 3.0KVA I5KVA 3.EKVA I1.6KVA PHOTOCELL, MOUNTED ON FACIA WITH UNOBSTRUCTED VIEW OF THE SKY AS DIRECTED ARCHITCT. EXTERIOR LTG TIME SWITCH 2. \. RI vms Nis 4 INTERIOR LTG TIME SWITCH 1. PC A -1 KING COUNTY FACILITIES MANAGEMENT DIVISION -PARKS CIP 320 King County Administration Building Seattle, Washington 98104 Telephone ( 206 296 =0648 Fax (206) 296 -0186 A -2:4 I /4' • 1' -0' CO : ., LO AD: D_ :. -..; :D 'AC ..... SEE LOAD CALCULATIONS. 10.8 45.0 METER BASE, SEE 'POWER RISER'. PANEL 'A', AS SCHEDULED 1/4' TELEPHONE CONDUIT, SEE 'SITE PLAN'. CONNECT TO LIFT STATION CONTROL PANEL FURNISHED BY OTHERS. A -6:S - m . ELECTiICAL I LAI V 1 1 LCAD: \, PS: 48.0 PANEL 'A' SCHEDULE (SERVICE ENTRANCE LABEL) PANEL DESCRIPTION: 120/240V - 1PH - 3W - 100A MAIN BREAKER j AMP , CKTJ.°Ni CK -1 AMP T K'iA ? C'RCLIIT DrSCRIP -10N l. TI FJG& RECEPTACLES 1.1 2011P 1 A 2 20/2P 1 3.0 1 ELECTRIC UNIT HEATER,; HAND DRYER 1.2 20/10 3 8 4 HAND DRYER : 1.2 20/1P 5 A 6 30/2P 2.8 LIFT STATION PUMP WATER HTR 1.5 20/1P 7 B 8 SPARE 20/1P 9 A 10 SPACE SPARE T 20/1P 11 12 SPACE ELECTI ICAL SYMi OL SCHEDULE PENDANT MOUNT FLUORESCENT LIGHT FIXTURE WALL MOUNT LIGHT FIXTURE GFI DUPLEX RECEPTACLE WITH WEATHERPROOF COVER 20A SPST TOGGLE SWITCH, 20A PANELBOARD,: AS SCHEDULED FLUSH J -BOX AND CONNECTION TO EQUIPMENT AS NOTED PHOTOCELL, AS NOTED TIME SWITCH, AS NOTED CONDUIT 4 WIRE CONCEALED N WALLS OR ABOVE CEILING CONDUIT s WIRE CONCEALED UNDERGROUND NORTH WIND WEIR PARK RESTROOM scsLE.I /4' • 1' -0'. °A . W "0E O6 1.996 O6AWN BY: CHECKED 6Y: JOB NO.: EA LA ELECTRICAL PLAN STUB -OUT 1 EACH, 3/4' 4 1 1/4' C.O. 5' BEYOND BUILDING AND CAP FOR LIFT STATION CONTROL AND POWER \ WIRING, INSTALL AT MIN. 35' BELOW FINISH GRADE, VERIFY LIFT STATION LOCATION \ PRIOR TO ROUGH -IN. -3 -3 CONNECT TO ELECTRIC UNIT HEATER 240V, 3.0KW,PROVIDE UNIT HEATER AS SPECIFIED. SUSPEND FROM CEILING. CONNECT TO ELECTRIC HAND DRYER, 120V, 12KW 'TYP. 2 LOC.) CONNECT TO ELECTRIC WATER HEATER, 120V, 15KIJ1 RECEIVED JUL 011996 TUKWILA PUBLIC WORKS RECEIVED CITY OF TUKWILA JUL 0 1 1996 PERMIT CENTER SEPARATE' PERMIT AND APPROVAL REQUIRED ATRiN9DN /REICHARD ELECTRICAL LIGHTING CONSULTANTS 706 East Denny Way Seattle WA 96112 ph 206 32,5 2530 fax 206 323 2544 SHEET El