Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Permit M16-0199 - KING COUNTY METRO TRANSIT - EXHAUST FAN FAN REPLACEMENT FOR PAINT BOOTH
KING COUNTY METRO TRANSIT 12 100 E MARGINAL WAY S City of Tukwila • Department of Community Development • 6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: 206-431-3670 Inspection Request Line: 206-438-9350 Web site: http://www.TukwilaWA.gov MECHANICAL PERMIT Parcel No: 7340600421 Permit Number: M16-0199 Address: 12100 E MARGINAL WAY S Issue Date: 3/6/2017 Permit Expires On: 9/2/2017 Project Name: KING COUNTY METRO TRANSIT Owner: 2015 National Electrical Code: Name: KING COUNTY -TRANSIT 2015 Address: 201 S JACKSON ST #417, SEATTLE, International Mechanical Code Edition: 2015 WA, 98104 2014 Contact Person: 2015 WA State Energy Code: Name: JENNIFER ASH Phone: (206) 477-5975 Address: 2015 JACKSON ST, MSKSC-TR0431, SEATTLE, WA, 98104 Contractor: Name: DESIGN AIR LTD Phone: (253) 854-2770 Address: PO BOX 1443, RICHLAND, WA, 99352 License No: DESIGL*212DG Expiration Date: 3/7/2018 Lender: Name: Address: DESCRIPTION OF WORK: REISSUANCE OF EXPIRED PERMITS M14-0234 AND M16-0057. KING COUNTY METRO'S COMPONENT SUPPLY CENTER INCLUDES A PAINT BOOTH. THIS PROJECT IS TO REPLACE THE EXHAUST FAN FOR THE PAINT BOOTH AND INCLUDES REPLACEMENT OF ALL ELECTRICAL AND MECHANICAL PARTS SUPPORTING THE FAN Valuation of Work: $698,000.00 Fees Collected: $7,366.98 Type of Work: REPLACEMENT Electrical Service Provided by: SEATTLE CITY LIGHT Fuel type: ELECT Water District: 125 Sewer District: VALLEY VIEW,TUKWILA Current Codes adopted by the City of Tukwila: International Building Code Edition: 2015 National Electrical Code: 2014 International Residential Code Edition: 2015 WA Cities Electrical Code: 2014 International Mechanical Code Edition: 2015 WAC 296-466: 2014 Uniform Plumbing Code Edition: 2015 WA State Energy Code: 2015 International Fuel Gas Code: 2015 r Permit Center Authorized Signature: r Date: 317 I hearby 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 or the performance of work. I am authorized to sign and obtain this development permit and agree to the conditions attached to this permit. Signature: Date: 00/ Print Name: rLt e r This permit shall become null and void if the work is not commenced within 180 days for the date of issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. PERMIT CONDITIONS: 1: Work shall be installed in accordance with the approved construction documents, and any changes made during construction that are not in accordance with the approved construction documents shall be resubmitted for approval. 2: All permits, inspection record card and approved construction documents shall be kept at the site of work and shall be open to inspection by the Building Inspector until final inspection approval is granted. 3: The special inspections for steel elements of buildings and structures shall be required. All welding shall be done by a Washington Association of Building Official Certified welder. 4: When special inspection is required, either the owner or the registered design professional in responsible charge, shall employ a special inspection agency and notify the Building Official of the appointment prior to the first building inspection. The special inspector shall furnish inspection reports to the Building Official in a timely manner. 5: A final report documenting required special inspections and correction of any discrepancies noted in the inspections shall be submitted to the Building Official. The final inspection report shall be prepared by the approved special inspection agency and shall be submitted to the Building Official prior to and as a condition of final inspection approval. 6: Remove all demolition rubble and loose miscellaneous material from lot or parcel of ground, properly cap the sanitary sewer connections, and properly fill or otherwise protect all basements, cellars, septic tanks, wells, and other excavations. Final inspection approval will be determined by the building inspector based on satisfactory completion of this requirement. 7: All plumbing and gas piping work shall be inspected and approved under a separate permit issued by the City of Tukwila Building Department (206-431-3670). 8: All electrical work shall be inspected and approved under a separate permit issued by the City of Tukwila Permit Center. 9: VALIDITY OF PERMIT: 'The issuance or granting of a permit shall not be construed to be a permit for, or an approval of, any violation of any of the provisions of the building code or of any other ordinances of the City of Tukwila. Permits presuming to give authority to violate or cancel the provisions of the code or other ordinances of the City of Tukwila shall not be valid. The issuance of a permit based on construction documents and other data shall not prevent the Building Official from requiring the correction of errors in the construction documents and other data. 10: `MECHANICAL PERMIT CONDITIONS' 11: All mechanical work shall be inspected and approved under a separate permit issued by the City of Tukwila Permit Center (206/431-3670). 12: Manufacturers installation instructions shall be available on the job site at the time of inspection. 13: The total number of fire extinguishers required for an extra hazard occupancy with Class A fire hazards is calculated at one extinguisher for each 1,000 sq. ft. of area. The extinguisher(s) should be of the "all purpose" (4A 40 B:C) dry chemical type. The travel distance to any extinguisher must be 75' or less. (IFC 906.3) (NFPA 10, 5.4) 14: A notice of construction permit must be obtained from the Puget Sound Clean Air Agency prior to the installation of the spray booth. The permit shall be posted at the jobsite. 15: Spray booths and spray rooms shall be protected by an approved fire extinguishing system complying with Chapter 9 of the International Fire Code which shall also protect exhaust plenums, exhaust ducts and both sides of dry filters when such filters are used. (IFC 2404.4)(SPRINKLER PROTECTION OF SPRAY BOOTH TO COMPLY WITH INTERNATIONAL FIRE CODE CHAPTER 24, NFPA 33 AND NFPA 13 FOR EXTRA HAZARD GROUP 2 DENSITY.) 16: All new sprinkler systems and all modifications to existing sprinkler systems shall have fire department review and approval of drawings prior to installation or modification. New sprinkler systems and all modifications to sprinkler systems involving more than 50 heads shall have the written approval of Factory Mutual or any fire protection engineer licensed by the State of Washington and approved by the Fire Marshal prior to submittal to the Tukwila Fire Prevention Bureau. No sprinkler work shall commence without approved drawings. (City Ordinance No. 2436). 17: All valves controlling the water supply for automatic sprinkler systems and waterflow switches on all sprinkler systems shall be electrically supervised. (City Ordinance #2436)(Spray booth isolation valve) 19: 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 #2437) (IFC 901.2) 22: Spray booth controls to be interlocked per International Fire Code Section 2424.6.1.2.1. 23: Minimum air velocity shall comply with International Fire Code Sections 2404.7.3 and 2404.7.3.1. 18: Contact The Tukwila Fire Prevention Bureau to witness all required inspections and tests. (City Ordinances #2436 and #2437) 20: Any overlooked hazardous condition and/or violation of the adopted Fire or Building Codes does not imply approval of such condition or violation. 21: These plans were reviewed by Inspector 511. If you have any questions, please call Tukwila Fire Prevention Bureau at (206)575-4407. PERMIT INSPECTIONS REQUIRED Permit Inspection Line: (206) 438-9350 1400 FIRE FINAL 1800 MECHANICAL FINAL 0701 ROUGH -IN MECHANICAL CITY OF TUKWILA Community Development Department Permit Center • 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 http://www.TukwilaWA.p-ov Mechanical Permit No. `' 1 t tf' Project No. Date Application Accepted: Date Application Expires: ��q— (� (For o rce use only) MECHANICAL PERMIT APPLICATION Applications and plans must be complete in order to be accepted for plan review. Applications will not be accepted through the mail or by fax. **please print** SITE LOCATION o-ko 0 King Co Assessor's Tax No.: 7340600421 Site Address: 12'806'East Marginal Way South Suite Number: Floor: Tenant Name: King County Metro Transit New Tenant: ❑ .....Yes m ..No PROPERTY OWNER Name: King County Dept. of Transportation Address: 201 S. Jackson St, MS KSC-TR-0431 City: Seattle State: WA Zip: 98104 CONTACT PERSON — person receiving all project communication Name: Jennifer Ash, Real Property Agent Address: 201 S. Jackson St, MS KSC-TR-0431 City: Seattle State: WA Zip: 98104 Phone: (206) 477-5975 Fax: (206) 684-1900 Email: Jennifer.Ash@KingCounty.gov MECHANICAL CONTRACTOR INFORMATION Company Name: DesignAir LTD Address: 3051 E Valley Road City: Renton State: WA zip: 98057 Phone: (253) 854-2770 Fax: (253) 854-6131 Contr Reg No.: DESIGL*212DG Exp Date: 03/07/2018 Tukwila Business License No.: TBD Valuation of project (contractor's bid price): $ , 0�c7. � Describe the scope of work in detail: King County Metro's Component Supply Center includes a paint booth. This project is to replace the exhaust fan for the paint booth and includes replacement of all electrical and mechanical parts supporting the fan. Use: Residential: New .......... ❑ Replacement ........ ❑ Commercial: New .......... ❑ Replacement ........ m Fuel Type: Electric..... m Gas ....... ❑ Other:_ H:4lpplications\Forms-Applications On Line\2011 ApplicationsWechanical Permit Application Revised 8-9-1 Ldocx Revised: August 2011 Page I of 2 bh Indicate type of mechanical work being installed and the quantity below: Unit Type Qty Furnace <100k btu Furnace >I 00k btu Floor furnace Suspended/wall/floor mounted heater Appliance vent Repair or addition to heat/refrig/cooling system I ` Air handling unit <I0,000 cfin Unit Type Qty Air handling unit >10,000 cfm Evaporator cooler Ventilation fan connected to single duct Ventilation system Hood and duct Incinerator — domestic I ` Incinerator — comm/industrial Unit Type Qty Fire damper Diffuser Thermostat Wood/gas stove Emergency enerator Other mechanical equipment I ` Boiler/Compressor Qty 0-3 hp/100,000 btu 3-15 h /500,000 btu 15-30 hp/1,000,000 btu 30-50 hp/1,750,000 btu 50+ h /1,750,000 btu PERMIT APPLICATION NOTES - Value of construction — in all cases, a value of construction amount should be entered by the applicant. This figure will be reviewed and is subject to possible revision by the permit center to comply with current fee schedules. Expiration of plan review — applications for which no permit is issued within 180 days following the date of application shall expire by limitation. The building official may grant one extension of time for additional periods not to exceed 90 days each. The extension shall be requested in writing and justifiable cause demonstrated. Section 105.3.2 International Building Code (current edition). I HEREBY CERTIFY THAT I HAVE READ AND EXAMINED THIS APPLICATION AND KNOW THE SAME TO BE TRUE UNDER PENALTY OF PERJURY BY THE LAWS OF THE STATE OF WASHINGTON, AND I AM AUTHORIZED TO APPLY FOR THIS PERMIT. Signature: Print IM Day Telephone: (206) 477-5975 Mailing Address: 201 S. Jackson St., MS KSC-TR-0431 Seattle city H:Wpplications\Forms-Applications On Line\2011 ApplicationsWechanical Permit Application Revised 8-9-1 l.docx Revised: August 2011 bh WA 98104 State Zip Page 2 of 2 DESCRIPTIONS ACCOUNTQUANTITY PAID PermitTRAK $7,366.98 M16-0199 Address: 12100 E MARGINAL WAY S Apn: 7340600421 $7,366.98 MECHANICAL $7,083.63 PERMIT ISSUANCE BASE FEE R000.322.100.00.00 0.00 $32.50 PERMIT FEE R000.322.100.00.00 0.00 $5,634.40 PLAN CHECK FEE R000.322.102.00.00 0.00 $1,416.73 TECHNOLOGY FEE $283.35 TECHNOLOGY FEE TOTAL .. .. R000.322.900.04.00 0.00 $283.35 .. Date Paid: Thursday, December 29, 2016 Paid By: DESIGN AIR Pay Method: CHECK 104336 Printed: Thursday, December 29, 2016 11:13 AM 1 of 1 SYSTEMS INSPECTION RE Retain a copy with INSP ON N0. -ORDe permiJ(H16--0191 PERMIT N0. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila. WA 98188 (206) 431-367 Permit Inspection Request Line (206) 438-9350 WApproved per applicable codes. LJ Corrections required prior to approval. I paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. INSPECTION RECORD Of r Retain a copy with permit I� 9 INSPECTION NO. PERMIT NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila. WA 98188 (206) 431-3670 Permit Inspection Request Line (206) 438-9350 HApproved per applicable codes. EJ Corrections required prior to approval. IInspector: AA7-, IDate: 3/7 7 h ,7 I F] REINSPECTION FEE REQUIRM Prior to next inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. INSPECTION RECORDIT] Retain a copy with permit I1� Im 6�)I& INSPECTION NO. PERMIT NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., 4100, Tukwila. WA 98188 (206) 431-3670 Permit Inspection Request Line (206) 438-9350 Pro'ect: T e of Inspection: 2%Ani�i'r - a M011AIJICAL Address: Date Called: ;U( Special Instructions: Date Wanted. a.m. 3 /G / 7 p.m. Requester E6 Phone No: 266 r 24 7 -7&--rr 2 /+Pl PQApproved per applicable codes. Corrections required prior to approval. COMMENTS: Inspector: Date: REINSPECTION FEE REQUIRED. Prior to next inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. V P INSPECTION RECORD `l V7 1 Retain a copy with permit � 7 INSPECTION NUMBER PERMIT NUMBERS CITY OF TUKWILA FIRE DEPARTMENT 206-575-4407 Project: Type of Inspection: Address:%<<<,, 6 Contact Person: Suite #: ,, Special Instructions: Phone No.: ' 7Approved per applicable codes. 1-1 Corrections required prior to approval. COMMENTS: Sprinklers: Fire Alarm: Hood & Duct: Monitor: Pre -Fire: Permits: - Occupancy Type: vQ V Needs Shift Inspection: Sprinklers: Fire Alarm: Hood & Duct: Monitor: Pre -Fire: Permits: - Occupancy Type: Inspector: ,t--7,74 �� I Date: Hrs.: ❑ $100.00 REINSPECTION FEE REQUIRED. You will receive an invoice from the City of Tukwila Finance Department. Call to schedule a reinspection. Bming Aaaress Attn: Company Name: Address: City: State: Zip: Word/Inspection Record Form.Doc 3/14/14 T.F.D. Form F.P. 113 J r'4raZM&Associates, Inc. Geotechnical Engineeririg • Environmental Engineering Construction Testing and Inspection WELDING INSPECTION REPORT NO.: 16237SSR070616-DL DATE: 7/6/2016 CONTRACTOR: Design Air PROJECT #: 09616237 PERMIT #: M16-0057 PROJECT: C00735C12 CSC Paint Booth Exhaust Fan Replacement INSPECTOR: David Lane LOCATION: 12200 East Marginal Way South Tukwila, Washington JURISDICTION: City of Tukwila KA P.M.: Jeff Mercer WEATHER: clear TEMP: 60 ° STRUCTURAL STEEL FIELD ❑SHOP WELDING � VISUAL ❑ MATERIAL ID Item(s) Inspected: Welded connnections of new Footings to existing beams for exhaust fan base as per S1.01 and kpff sketch option B, dated 6-24- 16. Vertical stiffener attachment welds to bent plate bases. Location: Roof top elavation @ 4.5,5,5.5/L -P. Welder qualification / certification verified for: Gregory V. Enera I I WABO ID# W03433 Position: ❑ FLAT ❑ VERTICAL ❑ OVERHEAD ❑ HORIZONTAL ❑ Filler Metal: Process: ❑ SMAW ❑ FCAW ❑ SAW ❑ GMAW ❑ Other: Weld Type: ❑ FILLET ❑ C. P. ❑ PLUG ❑ P. P. ❑ Other: Weld Size: ❑ 3/16" ❑ 1/4" ❑ 3/8" ❑ 5/16" ❑ Other: Codes: ❑ AWS ❑ AISC ❑ ASME ❑ IBC ❑ Other: NOTES ❑ DISCREPANCIES 100 % COMPLETE ed onsite as per client request. Performed visual examination of previously welded connections of new footings to the ng beam flanges for the installation of rooftop exhaust fan unit. Six footings were inspected, at location 5.5/P (SE T) the original detail was used_ All other points were completed in accordance with kpff sketch -option B, which utilized HSS to provide additional elevation to the base to account for roof pitch, which was overlooked on the original detail. welded vertical stiffener attachments to Bent plate bases were also included the inspection. All welds were completed to arrival. Rod stubs found onsite were E7018 -suitable for this base metal combination. The inspected welds were tly acceptable as per AWS D 1. 1, section 6 -visual acceptance criteria for statically loaded non -tubular structures_ David C lane CWI 15030871 QC1 EXP. 3/1/2018 MI .01qj RECEIVED CITY OF TUKWILA MAR 17 2017 To the best of my knowledge, the above WAS performed in accordance with the approved plans, specifications and regulatory requirements. Superintend(ent/Ri{e�prese tative: .J�%tlL tLl� V HIS KING COUNTY D.O.T. SOUTH CONSTRUCTION OFFICE. Technician: Offices Serving the Western United States Lynnwood (425) 485-5519 • Poulsbo (360) 598-2126 • Puyallup (253) 939-2500 structural Steel Report Revision 2 Effective 01/22/2013 The information presided on this report is prepared for the exclusive use fthe client. This report may not be reproduced in any format rsithout the written permission of the client and Knozan & Associates. This report indicates our inspectors observation and testing results based on site conditions and contractor activities. This information is subject to review prior to ❑nal submittal. By signing this report, our inspector does not accept responsibility for validity fresults, The same information has been pro6ded by others on site. 0 Mighm— .M & ASSOCIATES INC. GEOTECHNICAL ENGINEERING • ENVIRONMENTAL ENGINEERING CONSTRUCTION TESTING & INSPECTION July 7, 2016 Mr. Gerald Williams (E -Mail) KING COUNTY 11911 E. Marginal Way S, Building B Seattle, WA 98168 RE: CONSTRUCTION TESTING AND INSPECTION CSC Paint Booth Exhaust Fan Replacement 12200 E. Marginal Way S. Seattle, Washington Dear Mr. Williams, KA No. 096-16237 Permit No.: A13004WA In accordance with your request and authorization, our firm performed construction testing and inspection for the above -referenced project. The sampling and testing was performed by our inspectors and reports are included. If you have any questions, or if we can be of further assistance, please do not hesitate to contact our office. Respectfully submitted, KRAZAN & ASSOCIATES, INC. ;QU '4 Jeffrey S. Mercer Operations Manager Pacific Northwest Division ISM/Iknl CITY OF TK IUEWILA MAR 17 2017 PERMIT CENTER ECEIVE" ii,"_ .11206 KING COUNT`( D.O.T. SOUTH CONSTRUCTION OFFICC 43031981h Street SW, Lynnwood, Washington 98036 • (425) 485-5519 • FAX (425) 485-6837 With Offices Serving tl:e Western United States 09616237 DFRdoe t -AKMZarl &Associates, Inc. Geotechnical Engineering • Environmental Engineering Construction Testing and Inspection WELDING INSPECTION REPORT NO.: 16237SSR062816-IV DATE: 6/28/2016 CONTRACTOR: King County PROJECT #: 09616237 PERMIT #: PROJECT: Paint Booth Exhaust Fan Replacement INSPECTOR: Itiaj Vahora LOCATION: 12200 E Marginal Way S JURISDICTION: Seattle KA P.M.: Jeff Mercer WEATHER: Cloudy TEMP: 61 ° STRUCTURAL STEEL FIELD F-1SHOP WELDING ❑✓ VISUAL ❑ MATERIAL ]D r, Beams - stiifener plate attachment; Beam reinforcement Gridlines 5 & 5.5 / P - L Bay#9 Paint booth exhaust fan replacement, Component supply center Welder qualification / certification verified for: Position: ❑ FLAT ❑ VERTICAL Process: ❑ SMAW ❑ FCAW ❑ a ❑ ❑ ❑ Weld Type: ❑ FILLET C.P. Weld Size: ❑ 3/16" ❑ 1/4" Codes: ❑ AWS ❑ AISC E NOTES Gregory Enera 11, W 03433 ❑ OVERHEAD 0 HORIZONTAL ❑ Filler Metal: ❑ SAW ❑ GMAW ❑ Other. ❑ PLUG ❑ P.P. ❑ Other: 3/8" ❑ 5116" ❑ Other: ❑ ASME ❑ IBC ❑ Other: DISCREPANCIES n site per request for structural welding inspection of beam reinforcer WS D1.1 visual inspection criteria and plan details 1, 2, B, C / S1.01. iffener welds to beams. Itiaj Vahora. 100 % COMPLETE ents. Vended welds for size and discontinuities per Contractor was informed to complete the finish for RECEIVED CITY OF TUKWILA M- M 17 2011 Mlb- PERMIT CEMTER To the best of my knowledge, the above WAS performed in accordance with the approved plans, specifi do s and regulatory requirements. Superintendent/Representative: Technician: JUL11206 KING COUNTY D.O.T, Offices Serving the Western United States SOUTH CONSTRUCTION OFFICE: Lynnwood (425) 485-5519 • Poulsbo (360) 598-2126 • Puyallup (253) 939-2500 StWurat Stat Report It. iofi—imp—ndcd m fii—p+t is repand kr tlrc enc/asr,c use Mit. c1wmAl is rcrnn .ay —4 he MPr,4..d in arty A— hhmn ttn ariiku pcm,isicm of me clirnl and Kmart @ A—Iiates. 7 his rcpuf imliorcs ndr insrcnms nhsenaiinn anU m'ting matte hand m v,e ttmditimu and svvattn a°isities. 77ds'infamutinn n'stflrymmm'h.rrn,r to fu°I mhmfual. Ity silming Nis rcp+n. nur itnpeaw dai mq oacp mpm lrilnyf ulidip�ofn5u1q. 7fir�am. infmmu,inu has Mrn pmsiduf by nhrn,a site. A.!!41Xl;'t =10 YT13 REC'EfEl1 KING COUNTY AA.7 SOUTH CONSTRUCTION OFFICE InglZan & ASSOCIATES, INC. GEOTECHNICAL ENGINEERING • ENVIRONMENTAL ENGINEERING CONSTRUCTION TESTING & INS_PECTION July 5, 2016 KA No. 096-16237 ParndtNo.: A13004 WA Mr. Gerald Wi11iams (E -Main IGNG COUNTY 11911 E. Muginsl Wsy S, Building B Seattle, WA 98168 RE: CONSTRUCTION TESM(; AND 1NSIPEC ON CSC Paint Booth Exhaust Fan Rneplaeanent 12200 L Marginal Way S. Seattle, Washington Dear Mr. Williams, In accordance with your request and authorization, our firm performed construction testing and inion for the sbovo-ref rarcedea The PFJ saampling and testing was pafonned by our inspectors and npCu#s are included. If you have sny questions, or if we can be of further assistance, plane do not hasitate to contact our office. INC. RECEIVED CITY OF TUKWILA MAR 17 2017 PERMIT CENTER RECEIVED JUL 11 Nis KING COUNTY D.O.T. SOUTH CONSTRUCTION OFFICE 1986 Str1w SW, LYRRW"d, W=h1*= NIM • (425) 4$5-SS19 FAX (425) 4&;-M7 WA* Offlm Senft the Wavow UAW ftm$ o�ti�cn�r�e TYPICAL SECTION AND DETAIL REFERENCING SYSTEM (1) THE SECTION I$ CUT 014 DRAINING AIN! .�- SECTION LETTER ELEVATION LETTER AfA2.01 A3kt ,r'' } � " ORA VING ON ViRICHH j SECTCROELEVATION APPEARS. I ON DRAWNGA105 RUSSECTION 15 IDENTIFIED; — SECTION LET TER . SECTION ,--_-€ RAWN0 ON WHICLI SECTION tivA':Y SCALE: A1:L}1 TAKEN, (3} DETAILS ARE CROSS-REFERENCED INA SIP41LARMANNER, EXCEPTTHAT € ErAILS ARE IDENTIFIED SY NUN TaERS RATHIER THAN BY LETTER$. DMWING LIST NO . SHEET TITLE GENERAL — M03.01 60:01 COVERSHEET 00,02 VICINITY PLAN. DRAWING LIST, FACILITY SITE PLAN, 51.02 SECTION ANIS REFERENCING SYSTEM G0.03 PHASING PIAN ARCHITECTURAL X1.05 ROOF PLAN Al 02 ROOF LEVELARCHITECTURAL PLAN» CRIPPLE PAINT BOOTH Al:03 ROOF LEVEL ARCHITECTURAL PLAN - MIDDLE COACH LEVEL 1 MECHANICAL. DEMOLITION PLAN - PAINT BOOTH STRUCTURAL M03.01 Wb .. STRUCTURAL NOTES AND SYMBOLS 51.01 PARTIAL PLAN, ELEVATION AND SECTIONS 51.02 FLOOR. GRATE MODIFICATION - CRIPPLE PAINT BOOTH M CHANICA ____ - L ELECTRICAL DEMOLITION ONE -LINE DIAGRAM MO.D1^ MECHANICAL SYMBOL $ S ABBREVIATIONS MD1101 LEVEL 1 MECHANICAL DEMOLITION PLAN - MECHANICAL SECTIONS MIDDLE COACH PAINT BOOTH win LEVEL 1 MECHANICAL. DEMOLITION PLAN - MEC?ONICAI. SCHEDULES CRIPPLE: PAINT BOOTH MD1.03 ROOF LEVEL MECHANICAL DEMMITION PLAN - MIDDLE OPERATIONS MIDDLE COACH PAINT 800TH COACH PAINT BOOTH MD1.04 ROOF LEVEL MECHANICAL DEMOLITLON PeAN - CRIPELF OPERATIONS CRIPPLE PAINT BOOTH PAINT BOOTH MEGHANIGRI GONTINUBi3 M03.01 ME CHANSCAL OEMOLTTION SECTIONS M1.01 LEVEL I MECHANICAL PLAN- MIDDLF COACH PAINT BOOTH 411.02 LEVEL 1 MECHANICAL PLAN- CRIPPLE PAINTBOOTH M143 ROOF LEVEL MECHANICAL PLAN -MIDDLE COACH PAINT ELECTRICAL DEMOLITION ONE -LINE DIAGRAM BOOTH M1.04 ROOF LEVEL MECHANICAL PLAN - CRIPPLE PAINT BOOTH M3,01 MECHANICAL SECTIONS M5101 MECHANICAL DETAILS M0.01 MEC?ONICAI. SCHEDULES M6.02 MECHANICAL SYSTEM DIAGRAM AND SEQUENCE OF ROOF LEVEL ELECTRICAL. PLAN - CRIPPLE PAINT BOOTH OPERATIONS MIDDLE COACH PAINT 800TH NW03 MECHANICAL SYSTEM DIAGRAM ANL? SEQUENCE OF ELECTRICAL WRING DIAGRAMS OPERATIONS CRIPPLE PAINT BOOTH MT01 LEVEL I METEMNG PLAN M7.02 LEVEL 2 METERING PLAN M7.03 ROOF LEVEL METERING PLAN REVISIONS No changes shall be made to the, scope ELECTR€CAL. E0,61 ELECTRICAL SYMBOL$ & ABBREVIATIONS E01.01 LEVEL 1 ELECTRICAL DEMOLITION PLAN E01.02 ROOF LEVEL ELECTRICAL DEMOLITION PLAN ED6.01 ELECTRICAL DEMOLITION ONE -LINE DIAGRAM E1.00 LEVEL 1 & 2 OVERALL ELECTRICAL PLAN E1,01 LEVEL 1 ELECTRICAL PLAN - MIDDLE COACH PANT BOOTH E1.02 LEVEL 1 ELECTRICAL PLAN - CRI PPLE PAINT BOOTH E1.03 ROOF LEVEL ELECTRICAL PLAN - MIDDI F COACH PAINT BOOTH 51.04 ROOF LEVEL ELECTRICAL. PLAN - CRIPPLE PAINT BOOTH E6.01 ELECTRICAL CONSTRUCTION ON&L.INE DIAGRAM E0.02 ELECTRICAL WRING DIAGRAMS E6.03 FLEC'TRICAL CONDUIT AND WIRE SCHEDULES REVIEWED FOR CODE COMPLIANCE APPROVED RECEIVED CITY OF `I'UKWILA DEC 2 9 2016 Tu1mvila Building Division. c!'��AA ICT . �evisicns will require a new plan submittal -----� Irl �l ® F0� and may include adclib al p[an review%es. City of Tukwila _. CONTRACTORS - 40- O DUVAI'T, -� BUILDING DIVISION MATERIAL M—ChanaAND TRAIERE NOTES 166NRACTOR MUST OBEY ALL BASE TRAFFIC R `SiftiP EectnCal CONTROLS. � i i OMPONENT SUPPt NT ER dumbing 2, COORDINATE ALL CONTRACTORS SITE 12090 E MARGINAL WAY Sas I (j p� ACTIVITY WITH PROJECT REPRESENTATIVE. M � as P' � zUMIL a..V a1M. i rc CFI.. 7340600421 } . - i _ M _ __....... . _ _ ... _ r f �1 1 COMPONEri1T SUPPLY CENTER � ""� fir` � `� y tL N . _ ,r C;ty Of Tukwila - PROJECT WORK AREA - s '/ � r F -- Int I LIr. n L BliILDII"NIG DIVISION ✓' �'Ak CRIPPLE19 PAINT BOOTH FALIO LJ - FILE COPY f I 'F t z Y MIDDLE .Ill COACH �1 t I J� has PGS °� 1t � _ d + �� � ,,`' , ,° �✓£.'' T�i _ y ,' LOCAET0IO�0N..T. _ HISSAQUA SHORT-TERM ONLY. No. FIe`CCOORDINATE WITH REN'rO ro-1 is subject to errors and omissions. t . PROJECT - _.._._..._._ ..------ REPRESENTATIVE. fli��CUr�ftS d09� not aJtiO"!9 , ' tWRA Acroval GT consifu,(r,i4 ISLAND,uthe violation of any adopted code or ordnance. ReceiRDEG aIL �Ft;; ► of a_ roved Ff id Copy and conditions ions r5 acknowledc/3 KEN fg w� mm _ �r €t j s S __. i fj4 , Date. "3 % 26 /n7 AUBURN � IIs SCI - li1040'vT ,r ' at: y;^" t Cit)% of TIJi�WllB ___.w• EMARGINAL. WAY S SITE ACCESS " - ` CONTRACTOR'S c r M E f+ t7 ry I r �._._� BUILDING DIMS! ��� _��� £r Ff�'�tri€EA'45a�Rfg € ccs ' METRO TRANSIT DIVISION ......_...._...{............................_...._.._"___..........._....__......___.._...._...._.__.......:,�,,.. NOME: y o� uaan !w n taGCOMFONENTSLIPPYCENTER I u PAINT BOOTH EXHAUST FAN REPLACINT 1 i Ygi,%Aeu _W1. em �� {)g M011 II ATRILSME ,Kin +c. VICINITY PLAN DRAWING LIST ._.... ..._L ....... ...._.... ... _... ,., e �......., _... . SMti'Y5 'A�..` AtuR�£'_2^.di' I,�411 ';°tv'. I kv'+Z$$SY8.0. i S }ropg �q,�y 4""•YAi :' � .. 12�r 3 iE'fei di6°Gf p . '�" $ 1 i } VL ,02 6.iI}i TLIt1t?I114. 10�;&CON`T#iAt,TIxACKiICxIK AN, � �...._..._m.....__..,.. tYa REYN3'Ifk�f v I !�U I sMTE 1 TaP"az. accx.0 ;rxzr " c<ace at. FACILITY SITE PL SECTION I taw N�„ .. I ITNOT ciEly fI,9CRE I i AND REFERENCING SYSTEM 2 39 Ci3°iM12 ! A4"Ci#iW4QLY • • NOTES: PHASING PLAN GENERAL NOTES: 1. KEEP CORRIDOR WALKWAY CLEAR AT ALL TIMES: 1. BASE WILL BE OPERATIONAL FOR PROJECT DURATION. MANY BASE FUNCTIONS OPERATE 24 HOURS A DAY. I DAYS A WEEK CONTRACTOR TO COORDINATE WORK IN OCCUPIED AND UNOCCUPIED AREAS WITH PROJECT REPRESENTATIVE 14 CALENDAR DAYS PRIOR TO WORK IN A SPECIFIC AREA. Z REMOVE BUILT-UP PAINT RESIDUE FROM FLOOR GRATES USING ULTRA HIGH PRESSURE WASHING 2. CONTRACTOR MAY PROPOSE ALTERNATIVE PHASING SEQUENCE,, BY SUSSTMJTION REQUEST,THAT WILL MEET OWNER!S REQUIREMENTS FOR FACILITY OPERATION. AND VACUUM COLLECTION SYSTEMS. SERVICES TO, BE PROVIDED BY DUNKIN & BUSH OR EQUAL, 3. CONTRACTORMAY COORDINATE WITH OWNER FOR PERFORMING SWING AND NIGHT WORK IN AREAS SHOWN, PROVIDED OWNER'S REQUIREMENTS FOR FACILITY OPERATION ARE. MET., 4, COORDINATE SHUTOFF OF SPRINKLER AND SHUTDOWN OF FIRE ALARM WITH PROJECT REPRESENTATIVE AND W" FIRE MARSHALVS REQUIREMENTS 7 CALENDAR DAYS PRIOR TO WORK CONTRACTOR TO PROVIDE FIRE WATCH DURING FIRE ALARMISPRINKLIER SYSTEM SHUT -DOWNS, 5, NOT ALL PROJECT WORK IS DESCRIBED ON PHASING PLAN. ALL WORK IN THE PROJECT DOCUMENTS SHALL CONFORM TO ALL OF OWNERS REQUIREMENTS FOR FACILITY OPERATION. 6, COORDINATE SYSTEM DOWNTIME A M. INIMUM OF 10 WORKING DAYS PRIOR TO DATE OF SHUTDOWN. 7. ONLY ONE PAINT BOOTH SHALL BE. OUT OF SERVICE AT A TIME. 8, CONTRACTOR SHALL LIMIT BOOTH DOWNTIME DURATION `€O THREE WEEKS MA00MUMFOR EQUIPMENT INSTALLATION AND CUT -.OVER. 9. IT IS ACCEPTABLE THAT PAINT BOOTH VENTILATION MAY BE OPERATED IN "VIAND" MODE, AS LONG AS REQUIRED INTERLOCKS ARE FUNCTIONAL 10, CONTRACTOR SHALL INSTALL NEW CONDUITADJACENT TO EXISTING AND PULL WIRE PRIOR TO CUT -OVER, IN ORDER TO MINIMIZE BOOTH DOWNTIME, 11, UTILIZE SHORT-TERM BOOTH DOWNTIMES OF 1-2 DAYS TO ACCOMPLISH AS MUCH WORK PRIOR TO LONGER-TERM DOWNTIME FOR MAJOR EQUIPMENT INSTALLATION. 'T- -T- t -z--- 7 SEENOTE2 SEE NOTE I CRIPPLE FAINT BOOTH VU WAX ftiF WT LA v77 ORRIDOR J -�-j'-, --------------- - L141, �"�i ............. -411 CRIPPLE PAINT r Ip L SEE NOTE, 1 BOOTH WORK AREAh,� MIDDLE COACH PAINT BOOTH BOOTH TO REMAIN";OPERATIONAL THROUGHOUI, CONSTRUCTION SEE NOTE I Ap . .. .. ..... .. ........ ... .. ..... .. ........ ......... .. .. SEE NOTE 2- \:MIDOLE COACH BOOTH WORK AREA T-i�p 4 T%6iN 01, r 0 REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION EXAMPLE PHASING SEQUENCE ACTIVITY BOOTH DOWNTIME PLANNING, SUBMITTALS, EQUIPMENT ORDER, AND MOBILIZATION NONE CRIPPLE PAINT BOOTH STEEL I WEEK MIDDLE COACH BOOTH STEEL I WEEK POWER& CONTROL CONDUIT. PANELS & WIRING, CONTROLS, AND PREP FOR CUT -OVER NONE CRIPPLE PAINT BOOTH SHOP FAB NONE CRIPPLE PAINT BOOTH fQUIPMENT INSTALLATION. 3-4 WEEKS DEMOLITION, INSTALL CURBS, ROOFING AND EQUIPMENT GRATE CLEANING INSTALL METERING CONNECT DUCT, GAS, ELECTRIC AND CONTROLS CUT -OVER ELETRICAL AND CONTROLS EQUIPMENT START-UP, TEST, BALANCE AND COMMISSIONING CHECKOUT MIDDLE COACH BOOTH SHOP FAB NONE MIDDLE COACH BOOTH EQUIPMENT INSTALL: HVU BURNER MODIFICATIONS NONE DEMO, INSTALL EF2 & 3 (ON EXISTING CURBS), HVU MODIFICATIONS I WEEK DEMOLITION, INSTALL CURBS, ROOFING AND EF -1 & 4 3-4 WEEKS DEMOLITION, REMOVE MOTORS IN AMU -2 & AMU -3 GRATE CLEANING INSTALL METERING INSTALL MOTORS IN ON SUPPLY FAN FRAMES, MODIFY FRAMES TO ACCEPT MOTORS AND SPRINGS TO ACCEPT NEW EQUIPMENT WEIGHTS. CONNECT DUCT, GAS, ELECTRIC AND CONTROLS CUT -OVER ELETRICAL AND CONTROLS EQUIPMENT START-UP, TEST, BALANCE: AND COMMISSIONING CHECKOUT COMPLETE CONSTRUCTION, PUNCHUST,COMkIISSION,INC,,Or-,MOBILfZATION AND CLOSEOUT SHORTTERMIIF IWEEKAS1 REQUIRED SEQUENCE NOTES APPLICABLE TO PHASING SEQUENqEwON 1,SEQUENCEIS FOR PLANNING BOOTH DOWNTIME ONLY, SEQUENCE DOES NOT INDICATE ALL WORK REQUIRED AND DOES NOT INDICATE CONTRACTOR'S PHASING SEQUENCE. MIDDLE COACH PAINT BOOTH LEVEL I PLAN SCALE: KEY PLAN NITS ops arcct sum c METRO TRANSIT DIVISION ---------- ASNOTED NINO I KA1. TLA EWNT COMPONENT SUPPLY CENTER =ATIM ----------- — ------ Rai— AP-KCVM gffE, I PAINT EWU ST FANREIPLACEIMENT mm IMAM— SIZE ...................... . . ... . ... ............ King County PHASING PLAN - - ----- .............. Scluons umce I Transportation 1 i *CETNOI, OF . ..... .. ..... ..... ... ReD Department of an 03 *xv BY APP DATE, L t E ROOFPLAN I i c�NMc^t PAWGI: ,j RNMN i6M 8Y ; APPO I DAM l u a rchi t arcf�#f�c:I[#te I�ia��r�f#�e� rr����i:�ccl�.se�rn t srsi< F _WD ' A. N.J OLIA GIST tea+ U.6&TrlSi � srRs�a�rr�ssuN�sa�# 4 t.a�au..#�sa tf,Cd?i#�t E. MWO AS N?TEQ yy , caavna Lm - xu I _........._n_ z, KingCi�RYt#3iEY Ai1j j aa2t525�d ({ DeQtiil( ent of �}wcFac: � ;Trar#sp�#tahan !F N07 Cox. Hxia€,fit:Atz. CU7S5G12 AiG£SY i METRO TRANSIT DIVISION � " 2/t4#'i5 COM PON ONT SPKY GEMR FXNT BOOTH EXHAOST FAN RENACE 7 paa„laamac ..._. ROOF FLAN Al t'11.._ [mittaz a d 34 , 00 gar"— SOLDERED 5- FLANGE 12' Vltu,�m) jwpim) TYPICAL PIPE PENETRATION DETAIL (LOC. ATION VARJESV_A'�) sck E�XONE rMwm� Fe PROJECTION POLYESTER FABRIC - LIOL10APPLIED AREA TO GET NEW ROOFING AND FLASHING SYSTEM PER MFF;VS INOULATION. SEE SPEC SECTIONS INSTRUCTIONS - LIQUID FLASHING TO 072100.07WWAN0076204. PROVIDE ENCAPSULATE LEAD BOOT RELOCATED GRAVEL BALLAST. SPECIFIED MEMBRANE ARE&OFeXISTING ORAVEL BALLAST TO STRIPPING PLIES BE RELOCATED. DO NOT STOCK PILE SpEfFIED ROOF GRAVEL BALLAST, SEE ROOFING SPECS, MEMBRANE AREAOr WSTINQ WALKWAY PADS TO BE RELOCATED, COVERBOARD INSULATION \—THERMAL INSULATION ROOF DECK RELOCNTED WALKWAY PAD$,TYP. NPIROOF I PROOF (N) BUILT-UP RO0FlP4Q OVER la" OVERLAY BOARD OVERWRIGID INSIAXION TO M'A'CH EASTI NG REUSE-DGRAVEL BALLAST——, Il $ASE SHEET OVER PLY SHEET OVER BASE FLASHING SHEET(SEE ROOFING SPEC.) p BUILT-UP ROOF INIC ON STEEL DECK NEW STEEL ROOF DECK (SEE STRUCT,) STRUCTURE MECHANICAL EQUIPMENT EXISTING -NEW CURB DETAIL r2—,\ ROOF REPAIR DETAIL p1s1 1 0 I.AWO I CATS I LEGEND AREA TO GET NEW ROOFING AND r/ INOULATION. SEE SPEC SECTIONS 072100.07WWAN0076204. PROVIDE RELOCATED GRAVEL BALLAST. F ARE&OFeXISTING ORAVEL BALLAST TO BE RELOCATED. DO NOT STOCK PILE GRAVEL BALLAST, SEE ROOFING SPECS, AREAOr WSTINQ WALKWAY PADS TO BE RELOCATED, I AREA OF NEW WALKWAY PADS. (5 4 ) LINE OF EX=ING EQUIPMENT1 bURBATMECH, UNITTOBE REMOVED {REUSE GRAVEL BALLAST WHERE REQUIRED,' LINE OF NEW 0,180 FOR MECR, EQUIPMENT (SEE NE, CH) - rolluda architects DEMOLITION NOTES: 1. WHERE NEW MECHANICAL UNIT IS INSTALLED. REMOVE GRAVEL BALLAST FOR REUSE. 2, AT MECHANICAL UNIT TO BE REMOVED, REMOVE EQUIPMENT CURBS AND FLASHING TO ROOF DECK, 1 REMOVE EXISTING. ALKWAY PADS IN AREA OF WORK FOR REUSE 4, REMOVE EXISTING SKYLIGHT AND RETURN TO OWNER, CURS TO REMAIN. CONSTRUCTION NOTES, 1. ALL WOOD NAILER$ USED AT CURBS TO BE PRESSURE TREATED. 2, MATCH EXISTING ROOFING rQN$TRUCTIONANO. B,'4$ULK"ONDEPTH., MAINTAIN EXISTING ROOFING WARRANTIES IF STILL, IN EFFECT, (E) 14. r wURBS _w NEW WALKWAY PADS, TYP. LINE OF NEW CRICKET BELOW _4 AMU -4 t T' REPS T me Exl T'NG7a"' A e, �INiTAKE Po 'T - � 41 __REVIEMD FOR CODE COUIPLIAN WROVED A" 19 2011 City of Tukwila BUILDINGDIVISION tCStl RIrGiStTtER �r� ✓�t�J�R TIFT TCURA 2V--tT (VFR!:lFy VVE'CHL EQUIP, $IZE � 3" ALL SfDE� 111-1- 1 11, ...... ........ . . CRIPPLE PAINT BOOTH ROOF PLAN SCAaEr 312 =1° fiA141 AS NOTEDa.. An WAM4 im onLaTtt rity m it q o -n Ky _pLkoi us METRO TRANSIT DIVISION CONPONENTSUPPLY CEWER PAW BOOTH EMAUST FAN MILAQ--M,11T ROOF LEVEL ARCHITECTURAL PLAN - CRIPPLE PAINT BOOTH 24wis AtO2 ROOF PATCH PENETRATION DEML/-3"'�.: REUSED GRAVEL BALLAST -1 E)GSTING STRUCTURE-, TO FLOOR W,' TH CONC ANCHORS EVERY (E) BUILT-UP ROOF ON CONC. DECK LEGEND AREA TO GET NEW ROOFING AND INSULATION. SEE SPEC SECTIONS 072100,0762WAND0762M. PROVIDE RELOCATED GRAVEL BALLAST, AREA OF EXISTING GRAVEL BALLAST TO BE RELOCATED. 00 NOT STOCK PILE GRAVEL BALLAST, SEE ROOFING SPECS r DEMOLITION NOTES: I. WHERE NEW MECHANICAL UNIT IS INSTALLED, REMOVE GRAVEL BALLAST FOR REUSE. 2, AT MECHANICAL UNIT TO BE REMOVED, REMOVE EQUIPMENT 1CURBS AND FLASHING TO ROOF DECK, 3. REMOVE EXISTING WALKWAY PADS IN AREA OF WORK FOR REUSE. 4. REMOVE EXISTING SKYLIGHT AND RETURN TO OWNER, C. URB TO RE"N, lC0.'NS..T'Rw.C_T.ION NOTES: i. ALL WOOD NAILERS USED AT CURBS TO Of PRESSURE TREATED, 2, MATCH EXISTING ROOFING CONSTRUCTION AND INSULATION DEPTH, MAINTAIN EXISTING ROOFING WARRANTIES IF STILL IN EFFECT. iQO% CONTRACT -T-7-rolluda architects ............ . . ... ........ MeAUZ: awl-TAu- AIM KqKE NT. $ REGISTERED METRO TRANSIT DIVISION (N` BULT-vp BASE SHAT OVER PLY ROOFING OVER lZ (E) BUILT-UP SHMT OVER BASE OVERLAY BOARD ROOF ON FLASHING (SEE OVER r RIGID CONC, DECK- ROOFING SPEC) INSULATION TO /11 MATCH EXISTING - ROOF PATCH PENETRATION DEML/-3"'�.: REUSED GRAVEL BALLAST -1 E)GSTING STRUCTURE-, TO FLOOR W,' TH CONC ANCHORS EVERY (E) BUILT-UP ROOF ON CONC. DECK LEGEND AREA TO GET NEW ROOFING AND INSULATION. SEE SPEC SECTIONS 072100,0762WAND0762M. PROVIDE RELOCATED GRAVEL BALLAST, AREA OF EXISTING GRAVEL BALLAST TO BE RELOCATED. 00 NOT STOCK PILE GRAVEL BALLAST, SEE ROOFING SPECS r DEMOLITION NOTES: I. WHERE NEW MECHANICAL UNIT IS INSTALLED, REMOVE GRAVEL BALLAST FOR REUSE. 2, AT MECHANICAL UNIT TO BE REMOVED, REMOVE EQUIPMENT 1CURBS AND FLASHING TO ROOF DECK, 3. REMOVE EXISTING WALKWAY PADS IN AREA OF WORK FOR REUSE. 4. REMOVE EXISTING SKYLIGHT AND RETURN TO OWNER, C. URB TO RE"N, lC0.'NS..T'Rw.C_T.ION NOTES: i. ALL WOOD NAILERS USED AT CURBS TO Of PRESSURE TREATED, 2, MATCH EXISTING ROOFING CONSTRUCTION AND INSULATION DEPTH, MAINTAIN EXISTING ROOFING WARRANTIES IF STILL IN EFFECT. iQO% CONTRACT -T-7-rolluda architects ............ . . ... ........ MeAUZ: awl-TAu- AIM KqKE NT. $ REGISTERED METRO TRANSIT DIVISION 1;0,WQNENT SUPPLY CENTER R.1 A AS NOTED Kingcomty ROOF LEVEL ARCHITECTURAL - -------------- A1 PLAN - MIDDLE COACH ,03 - �INCHAT FULE5ii & = 47X .0 'Z641� C007=1 Flmro NE INCK VNX METRO TRANSIT DIVISION 1;0,WQNENT SUPPLY CENTER R.1 A PAINTSOMEE40,UST FAN REPLACEMENT Kingcomty ROOF LEVEL ARCHITECTURAL - -------------- A1 PLAN - MIDDLE COACH ,03 PAINT R(JOTH 1 • iia All design and construction shalt conform to the requirements of the international Building Code, 2012 Etioon, as amended by the City of Seattle, ROOF SfL0W LOAD: The roof snow load is determined using Chapter 7 of ASCE 7-10 in accordance t IBC Septum 1608 and with the folloWng factors: Minimum design load 25 psiwithout drift SEISMIC LOAD& Earthquake and wind leads are M.feled by special moment- r3siating ftarses, bbrad frdmes, and shear walls. Earthquake design Is basad on the equivalent federal ford procedure in ASCE 7'A0 Section 12.8 with the followingfactom." Site Gass D. Seismic Design category 0 Src 1 M 13 ax = 2,5 it. Sg � 0.51 g RA � 6:4 serxrrtds St'ss� 1.1106 g WIND LOADS,. Wind toad is delle manse, using Chapter 6 of ASCE 7-05 In ii— aeordanea wifh 16C Section 1609 with the following faciora Exposure Category C 1Gs = 1,0 U 1Wmph GENERAL NOTES SUBMITTAM Shop drawings shall he submitted to the Engineer prior to any tibrtZ Sri ar construction for oil shucfuratitems, including tine following: sducturat steel. If the shop drawings differ from or add to #tie design of ft istttuctural drawings, they shall bear the seat and signature of the Washington State Registered Professlonat Engineer who is responsible for the design. INSPECTION. Specdaf Inspection per 18c Chapter 17 shall be performed by an approved tasting agency as outlined In the Spacial irtspecfion Schedule and as indicated in the projectspe lficaiians. SPECIAtTCONGIITION& Contrartorshafl verify aft levels, dimensions, and a"lling conditions In the field before proceeding, Contrartorsttali notify the King County Project Rojimsentative of any discrepanctes or geld changes prior to Installation or fabricaflom In case of discrepancies between the existing conditions and the drawings, the Contractor shall obtain direction from the Engineer before proceeding. 0hnensfons rioted as plus or minus (t) Indlcata urwerpled dimensions and ate approximate, Notify Englnoer immediately of conflicts or emessjve varlefions from indicated dimensions, Noted dimensions take precedence over hated dimanslons•-OO NOT SCALE DRAWINGS. pimenstons of existing conditions may be based on record drawings and are to be field -verified by the Contractor. Contractor shall verity all existing conditions before comrnancing any detcnalition. Contraotar shall provide adequate sharing and bracing of ail structufai members, existing construction and soil excavations. as required,. and In a manner suitable to the work sequenoe. Temporary shoring and bracing shall not be removed until all final connections have been completed In accordance with the drawings and materials have achieved design strariqft No minfordrtg bars in existing tanstructlon sw- be out unless directed to by the Engineer or as shown on the drawings. Contractor shall be responsible for all safety precautions and ine methods, techritques, sequences, or procedures required to perform the worts: STRUCTURAL NOTES STRUCTURAL STEEL REFERENCE SPECIFICATIONS, Structural Steel High Strength Bolts RISC 360 Specification for Structural Steel emildings RCSC Specification for Structural Joints using High -Strength Solis Welding AWS D11 , typical AWS 01.3 for metal deck. and cold-formedframing AWS 01.8 for supplemental selsmic provisions AWS prequallfied Joint duds t,Neider Certification Washington Association of Building Officials (WASO) STEEL MATERIALS Structural Steel ASTM A 992 Connection material; embedded ASTM A 36, unless noted otherwise Rams, channels, angles, Farilca5ond��xrs4cv� base ptaie% and mise, steel Stogie Ipso Fls Structural Tubes ASTM A 600, Grade B Steel Pipe ASTM A 53, Grade B Structural £lofts ASTM A 325 Anchor Rods AST M F 1551, Grade 36 Threaded Rods ASTMS A 36 Welding Electrodes. 70 ksi. I" hydrogen,: typical 60 kat, minimum, metal deck and oolri teamed framing Structural sleet design, fabrication and eredfon shall conform to the requirements of Chapter'.22 of the international Bulidtiig Code. All members are to be,weded with natural mill camber or induced camber tip, iunlass dthenviss noted on the plans, Substitution of member ares or steel grade.will not ba affowad without prior approval of the Englnesr, Bolted connections are to be of high smingth ASTM A 925 bobs as shown, unless netted otherwise..A minimum of two belts Is required for all beano connections. Afternatfue connections to. those spawn on theft drawings whit require pricy approval of the Etiglriesr. The: Contractor shalt be responsible for all erection aids and joint preparations that include, but. are not timlted to, erection angles, lift holes and other akis, welding procedures, required root openings, root far a dimensions, groova angles, backing bars, copes, surface roughness values, and unequal parts, 9AL�°Ali Ay9: Structural steel, and connectfuns, including ptatas and other sleet Items embedded In concrale, which are exp+ssad to weather and not to be painted shall be hot•;Sipped getvanized after fabrication in compliance with ASTM A 123. Ali freed %,aide on galvanized material shall be coated with brush appfted zinc -rich paint complying with the specifications. WELDING:_ All welding shaft be in conformance with AISC and AWS Standards, and shall be performed by WASO•cerglied welders using 70 kd electrodes and low hydrogen processes. Only welds that are prequallfied, us defined by AWS, or quetiged by testing shall be used, Situp drawings shat€ show all welding with AWS A2.4 symbols. Welds shown on the drawings are minimum sizes. Increase weld size to AWS min€mum sizes based on thickness, Minimum +veld size shallbe W16 -inch, unless noted ottts visa. ,, . welds shown are for the futal connections, Field weld symbols aro shown whers field welds are required by the structural design, Mem field weld is not indicated, the Contractor is responsible for determining ff a. welit shouid be shop- or flaid-welded In order to faclilfate the structural steel erection. SPECIAL INSPECTION SCHEDULE E8£ARU$HWKR;M12-KCTION 109&C41Ad TE,911 I GUtar4YUthi.�" nmIRSPEC'€1gAt.1ht^,.t.CFtC7Fi r+�rirrwio. 1 CR.Ser�tEs^tt'"i Farilca5ond��xrs4cv� x RotAdit4 Stogie Ipso Fls x Rtsi mW 6 — _..— Brt3Wrtlict4Wi$r+ 'i- IN9F?f`Citi7N �CHpUI»E, NCTE5: 1. The items, checked with an "V shall be Inspected in accordance with IBC Chapter 17 by oerdfuca special inspector from an established testing agency.., For material sampling and tasting requirements, refer to project specifications, the structural notes and the notes below. The testing agency shall send copies of all structural testing and inspection reports directly to the architect, engineer, contractor and building offlcbat .Any materials which fail to meat the project spevitlaattons shall Immediately be brought to the attention of the architect. Special inspection tasting requirements apply equally to all bidder designed components. Inspection and testing requirements for systems designed by others shall be defined by the registered design professional responsible for their des€rin, except that the Inspection toquiraments shall not be less than specified in this schedule. 2. $pedal inspectkm Is not required far work performed by an approyad fabricator par 1SC Section 170422 3. Coritinuous spacial inspection means that the special Inspector Is on the site at all times observing the worts requiring special Inspection (IBC 1702). Periodic special Inspection means that the sperlat inspector is an site at time Intervals necessary to confirm that all worfc requiring special Inspection Is in compliance. 4, Inspection for prefabricated constn,tction shalt be the same as if the material used in the construction took place on site. Continuous Inspection will not be required during prefabrication if the approved agency certifies the constructifieft and furnishes evidence of compliance, 5. Inspection of structural steel shall be In accordance VAth IBC Sect -on 1704.3. The steel frame shall be inspected for comptfance with approved con", don, documents including bracing, stiffening, member locations and proper application of joint details at each connection. 6. All welds shall be visualty Inspected. 7. Sent plate channels shall be inspected for straightness, squareness and for steel integrity at the bend radii. 1! fbRl€i a16� ---� I`i®aTii nRtiotn` .r. A1.ga 40h. VA1,t33 STA ARD SECTION GUTS ELEVATION OF WALL OR FRAME STEEL fN CROSS SECTION REVIEWED FOR CODE COiWPLIANCE APPROVED JAN 19 2017 City of TukvAia BUILDING DIVISION OTED .. .LlthK, 1 iTNgarSFu; lJWKiCr3.btT l.,.g 1' a► i COfiY£h7 SUPPLY CENTER s:«, __ I PAINT i30fYTFI EXHAUST FRN Rl lrl AfdENT a a.A7NE5iEY r�.Yr>7R�Arna�itNaRx1 i �>� _7` ics 3�._.._. S p,"fEkYCRdcrruiir *f11qCOtiyltyFt� r�'�(UryryfirF'i ��LIVOfEv7 t' EjF - �C li fGtaNTieACTFRIcaraE i V10115t� i�,tM ,@` ;ars t _ Dtpsrifnit,c€ s AND SYMBOLS w_.�_W Fw'. «&< �rarF t slco (tip s�rak� a "e se n< r (Transportation AFM DAM i 2�iU, i I � i IF NOT�kz�YCtt.SQtit.$. r 2t4{V15 7 S8 • • MOTOR Ef C OSURE (TYP) CD -I CDA EF -6 EF -5 - _ 4TO STAG 4 FAN CLAMSHeLL ACCESS DOOR$ (rYP) GAS ON I %( DOWN TO CRIPPLE (} — PAINT BOOTH SUPPLY I { s AIR PLENUM k t ' AML!- I L A, I Gil QX42 RA UIQ FROM STRENGTHEN (E) W12 PER SECT & DETAIL 1. CONNECT DLICTTO (E) ! SKYLIGHT OPENINGS. SEAL, COhNNij TNON.AIRTIGHT. { s PARTIAL PLAN SCALE. 1W=I'-O' t�t 3 hiECH UNIT � t # PROVIDE fq MINIMUM OF (2)11M A325 BOLTP FROM UNIT TO CURB � EE I +x AT EACH TRNER I t t f &W STIFF PL EACH CWR"ROVIDE MINIMUM # I B BEARING LINE BENT PL CHANNEL WP 318' THICKNESS N I ELEVATION SCALE: 174 I' Ir' C""1 I'll ---- NEW _,.».....-NEW 24" STEEL CURB, EXTEND AS NECESSARY TO PROV E, BIG AT E1RIBiS�S & 5� SEES A NOTE: T. _ FCR BEAMS WITH FIREPROOFINGMATERIAL, REMOVE AS NECESSARY S REPLACE IN KIND IN ACCORDANCE WITH MANUFACTURM:T SPECtFICATtONS. METAL DECK PROVIDE NEW WT 2.5 x 9 6 CENTERED ON HOT FLANGEOF (E) W!2 AT GRID LINES 6 4 5.5, CENTER 19'-D" LENGTH ON BERM SPAN ,. SEE DETAIL 2. FOR END WELDS SECTION C SCALE.1'tt2`-i ° W92 f SIM (E) TSB ,._._._ _. tt _ (E) TSs i ADD WT TO BOT FLANGE OF (E) W12 F }; NrV Lc. BEAM REINF DETAIL � SCALE: 114°=1=ti' I� MECH UNIT N 3115 1 STIFF PL.31Sxixx FULL DEPTH Vit€LD HSS TO 3/15 EXISTING W12311:8 (E) METAL DECK (REMOVE AS RECrD TO PROVIDE CURB SUPPORT) -•---».0 __.._... . l 318" CAF` PL 1IV FILLET WELD ALL AROUND. EA SIDE BOTH ENDS OF ICS SECTION SCALE. V --I' V WT REINF END WELD DETAIL ` PROVIDE MINIMUM (2) I/TO BOLTS EACH CORNER FROM MECH UNIT TO CURB. BOLTNOLES MUST HAVE 126" MIN DISTANCE FROM CENTER OF HOLE TO EDGE OF CHANNEL FLANGE IN ALL DIRECTIONS. CONTRACTOR TO COORDINATE, 318" STIFF PLAT EACH BEAM SUPPORT 24°DEEP SENT FL CHANNEL CURB, 3Ar MIN THICKNESS HSS 3x3X114xt -W. LOCATED OVER EXISTING W12 (E;) W12 ................I......................._..........................,.................. .:.. ........ , A SNOTIED --------...... � x "j}""�@aisav`i�:a 'ALE ......_..._a._......_...... ...________........__._..... _._..._..._.......... .... L CO Rmt, a-�CQe.&W 3 u°d,'SCttfi{ATFuit 31ZE � King County :...._.__ _.._ . . _ ...._.............._.,............._...._. .. _ ...___—.. 3 ,Aet[i3� tvaa.+ Baa: .. p - 492M0 a 1C3 CO?tTRACT PACKAGE 2t1NJi5 Il caw sacro ; A/rs 1 _t ._ ! bspaltlttent. of h cax�rTrn�e. �".._ A j Tl�nspaNiaNitrn ftVIs1ON I I}v *WD €€ aA ACii3i EMLT. i REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION METRO TRANSIT D€VISCON ! — 21iSf5 P: CENTER COMPONDiITS€F ,,Y CENTER PAINT BOOTH EXI4AUST FANREPLACEMENT PARTIAL PLAN �LAVR'fG4EJ`- ELEVATION AND SECTIONS 1.01 ;SITzkTPiY,i 4s' EI 39 'r • i GENERALLEGEND NORTH ARROW + SOLD LINE IWC41T INDICATES NEW WORK n nM LIGHT LINE WE ONT INDICATES EXITING WORK SLASHEDUREINDICATESEXISTINGWORKTA BE DEAIMISHED VENTILATION LEGEND SINGLE LINE DUCTWORK INDICATES VIEW DIMENSION LESS THM412 INCHES 1 SUPPLY OR EXHAUST TAKEOFF AFP ABOVE FINISHED FLOOR SUPPLY DUCT'WING TOWARD AUTHORITYHAVING CO SUPPLY DUCT TURNING AWAY AMU AIR MAKEUP UNIT EXF#AUSTDUCTTURNING TOYYARD SiRAT-HORSEPOWER CA MUST DUCT TURNING AWAY --0 C:=13� ROUND DUCT TURNING TOWARD - DEG ROMND DUCT TURNING AWAY ON DOWN TWSITiON TSD ---1— TSD 1" SMOKE :DAM PER SFD TSFQ SMOKE FIRE DAMPER *--�^^--� -- VOLUME DAMPER SFD1FD FAHRENHEIT FIRE DAMPER FABRICATION FOIE ACCESS DOUR, ACCESS PANEL FSA f -E FLEXISLECOKNECTION TVf----a r' TVRNINGVANI<S HP "'Yv` FLEXISLEDUCT HEATING VENTILATION AND AIR VFD Z'xrSUPPLY Dtffus R HZ @Q, T DIAMETER SUPPLY DIFFUSER INTERNATIONAL ENERGY CODE [21 1'& DMUSTGRIUE IPC Ir..a'- 2V EW. UST GRILLE INCH LE 20EXRAUSTGRR E LOS POUNDS THERMOSTAT AFP ABOVE FINISHED FLOOR A1J AUTHORITYHAVING CO JURISDICTION AMU AIR MAKEUP UNIT BHP SiRAT-HORSEPOWER CA COMPRESSED AIR CH C;IAPTER. DDC, DIRECT DIGITAL CONTROL$ DEG DEGREE. ON DOWN DO DI'fERENTIA.PRESSURE E EXISTING EPDM ETHYLENE FROPYLENEDIENE LAT MONOMER EST ESTIMATED F FAHRENHEIT FAB FABRICATION FOIE FURNISHED BY OWNER, FSA INSTALLED BY CONTRACTOR G. GAS GA GAGE: GAUGE HP HORSEPOWER HVAC HEATING VENTILATION AND AIR VFD CONDITIONING HZ HERTZ IECC INTERNATIONAL ENERGY CODE COUNCIL IPC INTERNATIONAL FIRE CODE IN INCH LE POUND LOS POUNDS CEL ' LOWER EXPLOSIVE LIMIT MAX MAXIMUM MHN THOUSAND BRITISH THERMAL UNITS PER HOUR M04 MINIMUM; MINUTE NO NORMALLYCLOSED NG NATURAL GAS NFAA NATIONA'r;, FIRE PROTECTION ASSOCIATION NITS NOT TO SCALE Pit, PANE:. POC POINT OF CONNECTION POD POINT OF OEMOUTION REP REPRESENTATIVE RPM REVOLUTIONS PER MINUTE STRUGT STRUCTURAL TYP TYPICAL YAC VCMTS DIRECT CURRENT YEL VELOCITY VERT VERTICAL VP VENT PIPING YS:C WATER COLS. ,%N W.G, WATER GAUGE WPI WATER NEATER VENTILATION ABBREVIATIONS AC AIR CONDTIONING AMU AM MAKEUP UNIT CO CONTIMDAMPER CFM CUSIC FEET PER MINUTE EA EACREEXHAUSTAIR EAT EN"TEF"AIRTEMPERATURE EF EXHAUSTFAN ESP EXTERNAL STATICPRESSURE EXH EXHAUST FPM FEET PER MINUTE HRU NEAT RECOVERY UNIT HV HEAT AND VENT UNIT RfVU HEATA AND VENT UNIT LAT LEAVING AIR TEMPERATURE MERV MINIIIUNIEFFIC!ENCY REPORTING VALUE CA OUTSIDE AIR OSA CUTSICAIR FSA RETURNAJR SP STATICF°RESSURE $A SUPPLY ALL SOUND ATTENUATOR TSP TOTAL STATIC PRESSURE VFD VARIABLE FREQUEACY DRIVE REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION !, PROVIDE POST CONSTRUCTION COMMISSIGNING SUPPORTAND COhIPEETION 9 OUIREIL4ENTS IN ACCORDANCE WIrK THE €ECC, SECTION SW13 ,SAND IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. SEE SPECIFICATION SECTIONS 23 05 00,23 0E 00 AND ALL OTHER APPLICABLE SPECIFICATION SECTIONS. 2. BALANCE ALL HVAC; SYST MS IN ACCORDANCE. WITRI THE IECC. "SECTION 503.U, GENERALLY ACCEPTED ENGINEERING STANDARDS ANS? IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, SEE SPECIF6CAT`ION SECTION 23 06 93 AND ALL OTHER APPLICABLE SPECIFICATION SECTTION& 3, PROVIDE CONTROLS IN ACCORDANCE VOITH THE iECC. SECTION SL'112.4 AND IN ACCORDANCE VOTH THE CONTRACT DOCUMENTS. SEE TMAPERAlURE CONT. ROL SPECIFICATION SECTIONSAND ALL UTHERAPPLICABLE $PECRFICATION SECTIONS. a, COORDINATE FIRE SPRINKLER SHUT -DOWNS 441TH THE PROJECT REPRESENTATIVE AND V4,THTHE FIRE MARSHALS REQUIREMENT S. t � i iiCnitUal€i1�IIjMETRO TRANSIT QVSllC Aa 0, AS NOTED COMPONENT SUPPLY CENTER arv�.nc__M2n_vi_D _P>_f#t�_. 5t_ ' ___ _�_ . .............._.__..._._.__..._.__...--___.... PAINT EXHAUST FAIN REPLACESIET bd F._ ..____�ECIANICAL SYMBOLS �I nI:tlns t :,P'..^EDos0Cw4TRACTPACKAGE& ABBREVIATIONS IATION I GYf V f _ -a r7,, Transpoitalloi AY Apra AE 4 � s„ns I D ct�ll� , • ! Cv1'178SC42 I MIDDLE COACH PAINT SEE NOTE I SEE NOTE 2 GENERAL NOTES, NOTES: 1. FIRE SPRINKLER PIPING TO BE RELOCATED TO 1, REMOVE DUCT DOWN TO POD SHOWN IN SECTION DISMANTLE DUCT AVOID CONFLICT WITH DUCTWORK DEMOLITION SECTIONS AT FLANGED CONNECTIONS WHERE AVAILABLE TO AVOID AND INSTALLATION. DAMAGE TO BOOTH OR REMAINING DUCT SECT►©NS, 2. ACCESS TO TOP OF BOOTH IS, AVAILABLE AT 2, RE -MOVE SECTION OF SPRINKLER PIPING. ROUTED WITHIN DUCT, BOTH NORTH AND SOUTH ENDS OF PAINT BOOTH PROVIDE TEMPORARY CAP ON UPSTREAM SECTION OF PIPE TO ALLOW AND ALSO THROUGH SIDE ENTRY VESTIBULES. SPRINKLER SYSTEM TO BE; LIVE DARING CONSTRUCTION. 3. REMOVE DUCTWORK DOWN TO FLOOR. 4.. REMOVE SPRINKLER PIPING & CAP AT LIVE MAIN, S. REMOVE SECTION OF CA PIPING FOR SOLENOID INSTALLATION, 6, REMOVE PAINT BOOTH CONTROL PANEL,, SEE ELECTRICAL FOR CONDUCTOR REMOVAL. j EXISTING I COMPRESSED AIR LINE SEE NOTE & MIDDLE COACH PAINT j SEE NOTE S BOOTH CONTROL PANEL 1 r-17 j;_ SEE N 1 i SEE NOTE 8 ` € I fr \� •:y.+' �/1�7F"7L7�'7"� i....<..,.....�....,... 3M. -`�; rW i �; 6x Sit: NOTE SEE NOTE 5 I IVA Ta BOOTH SPRAY AREA r ACI I_ ... ._. MD3:t?4 C i '---SEE.NOTE2 IvILOSti9 D FIRE I ........._. SPRINKLER __._.. - ......... ». PIPING SEE, NOTE I £ t/ 3 I ! I f I € ! REVIEWD FR CODE COMPLI ' VCE PPR€ !i£ i Ej �i' 3E JAN 1 9 201 1 I SEE NOTE 3 _.....".x.. SI ITNQTEA ' PIPING i__aA i—SEENOTE BUILDINtTDukwl 1p SPRINKLER ' is I I yi0 I' E SEE NOTE 2RE —' .'1 ✓ r I ! MIDDLE COACH PAINT BOOTH KA LEVEL i PLACE SCALE: KEY PLAN NTS`_____ 9 yEae y a sseK a � A �cx METRO TRANSIT DIVISION n�rc DAry AS NOTED 2110145 y9 CC€RIPI}NENi'T3UPFLY CENTEfi ___.__.3—.__.._._........._..............._..._...........__._.....—.-__.__...._ .............._._.____..__..�-_ F '� 8, TYE, R'sYti: :dVP6'cE� <-<_ �wGe4tictt Ntt•�.•.......•_ _. i 1 .. _.._._.___ F31cani"gartzer . l £ PAINT EXNhUSTFAI4I?EPIACIA4FFiT I € � ..,.�..�........_..._.........,j}Ei ..w.,_-.<...__�_w...._u.�..._.._.,..•..�_�..,•, �.�..:,.f.....,......�_,.,...._.� _.........„..„,„„„..? OaGcQaien ��'4v2YR'T1ci:Ec1ia?E3Y.5C�t�2 i_nccoa_a r m_�)i t _.,.. ........ I fI[ .rg r-rura�rrac_<____.tlNENalATFi4i1�G31Z LEVEL I MECHANICAL .___._._solutiRSmite MDIM: _0 1 E �' $i41TEl� }IMIDDLE141% CONTRACT PACKAGE ML TrS78pQ�i#IItC L]_ DATA Ifiw SY A�FA�-.� ,. 33 E ,GENERAL DOTES: 1, FIRE SPRINKLER PIPING TO BE RELOCATED TO AVOID CONFLICT WITH DVCTWOrRK DEMOLITION AND INSTALLATION. ACCESS TO TOP OF BOOTH IS AVAILABLE AT BOTH NORTH AND SOUTH ENDS OF PAINT SOOTH: NOTES: 1. REMOVE DUCT DOWN TO POD SHOWN IN SECTION DISMANTLE.DUCT SECTIONS AT FLANGED CONNECTIONS WHERE AVAILABLE TO AVOID DAMAGE TO BOOTH OR REMAINING DUCT SECTIONS: S, REMOVE GAS PIPING FROM AMU -4 TO POD SHOWN. 1 REMOVE SPRINKLER PIPING ROUTED WITHIN DUCT AND ASSOCIATED PIPING BACK TO POOR SHOWN, 4. REMOVE -SECTION OF COMPRESSED AIR PIPING FOR SOLENOID VALVE INSTALLATION. S, REMOVE PAINT BOOTH CONTROL PANEL. SEE ELECTRICAL: FOR CONDUCTOR REMOVAL. REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION f? f 2 .... .. a KEY PLAN CRIPPLE PAINT BOOTH LEVEL 1 PLAN m SCALE. 3,W`1 -U' UO3.01 € � t l METRO TRANSIT DIVISION AS NOTED i 711W iws TLA g E �iRi Ft _. .. _.. _1*44 1 Cf AP€ HENT SUPPLY CENTER - I* FSI c am''t s t� t ( PAINT E*AUSTFAN REPLACEMENT m _<._._ _._.._«_ Ski, SM1t$:Ifa mn L ._......................._ .. . ......... _ •••... Kgfnty LEVEL I MECHANICAL _ :._ .. .. �; .,.•..I ': •� ,s,.,, icrt�,�: 4a�auerrwa: I €bM�IRCHRT�"t�.t. ; 1lJt}" CONTRACT PACItAGE tr11A1s . olti Iio11 & E a� Vo REDf R tvlCi9 CI? .�«. _ I* a�lre�„11I DEMOLITION PLAN I....... pi's NYf+ ; xfiUi.I4vf;ti;b%A[.TI'$P`tb}iUY�dikO/1 ' W1ET tsKL• !iw €s€N iX A>I l� CS1t35C12 CRIPPLE PAINT BOOTH a , Q, CR�P�' r A�.Y � •• SEE NOTE / /,--SEE NOTE, t *,-,--ROOF CURB TO REMAIN GENERAL NOTES: t PROVIDE TEMPORARY WEATHER PROTECTION FOR UNPROTECTED ROOF PFNETRATIONSISURFACES DURING DEMOLITIONICONSTRUCTION. PREVENT RAINWATER FROM ENTERING BUILDING. SUBMIT WEATHER PROTECTION MEASURES TO PROJECT REPRESENTATIVE FOR APPROVAL PRIOR TO DEMOLITION, M4,01 NOTE 3 NOTES: I. REMOVE STACK; GUY ORES, AND FA MOV N. CURB TO REMAIN. REMOVE DUCT DOWN TO, POO. SHOWN IN SECTION. Z REMOVE OSA LOUVER FROM EXISTING UNIT. STORE AND PROTECT LOUVER FOR REUSE, 1 REMOVE STACK, GUY WIRES, FAN AND CURB, REMOVE DUCT DOWN TO POD SHOWN IN SECTION. 4. REMOVE SUPPLY FAN MOTOR FAN FRAME, BELT SHROUD, FAN, AND ELECTRICAL CONNECTION TO REMAIN, AXIAL EXHAUST FAN, TYP, 6 SEE NOTE 3 MD31'01 NOTE 2 1 c fAD3,01 4(D M0101 ---(c MD3.61 4 SEE NOTE 3 SEE NOTE 3 SEE NOTE'I REVIEWED FOR ROOFCURB 1111 REMAIN ------- I TO AW . ......... .... CODE COMPLIANCE D APPROVED 0 qpqi)� o co o 17� N JAN 1 (i- 4 f, 6 '7 MIDDLE COACH PAINT BOOTH ROOF PLAN City of Tukwila SCALE.*, BUILDING DIVISION KEY PI LAN i aecte METRO TRANSIT DIVISION i AS NOTED AM Ex W-11 ..... . . ... . COMPONENT --- ----- MINT EMAUST F444 REPLAOEMENT ............ .......... ONC INOt AT FULL Kingcounty ROOF LEVEL MECHANICAL .... . ........ . . ..... SWUWAS & servioe 0 441 MD1.03 Department of 100% CONTRACT PACKAGE 2JI0116 DEMOLITION PLAN - MIDDLE D Transportation REVISION APM DAM 9 cx E 13 n PM 00735Cl2 ACCOROMMY COACH PAINT BOOTH �t I MD3.01 xv SEE NOTE I SEE NOTE.1 SEE NOTE 2 CRIPPLE PAINT BOOTH ROOF PLAN SCALE_ '--Lone AXIAL EXHAUST FAN. TYR Z SEE NOTE 3 L REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION NOTES, I., REMOVE VrACX, GUY WIRES, FAN$, AND CURB, REMOVE DUCT DOWN TO POD SHOWN IN SECTIONS, Z REMOVE Amu AND CURB AND DUCT DOWN TO POD SHOWN IN SECTION. 3. REMOVE. SKYLIGHT AND RETURN TO OWNER, CURB TO REM". k REMOVE, GAS PIPING FROM UNIT TO POD SHOWN ONMOI021 Q5 A -1 KEY PLAN . ..... .. .. METRO TRANSIT DIVISION I. Ei AS NOTED V fflTLA WAPONENT SUPPLY CENTER A� APTRPAn PAINT E"UST FAN REPLkCEMEW 'Kinou, . . . . ... ............. ......... XT gcnty ROOF LEVEL MECHANICAL Samos &Semm sm rrrWID1,04 PACKAGE 2hwls Depaftent of DEMOLITION PLAN FM=4Aez*'* MW RACT N, Transportation APPV TS 39 MVIAMN, DA 14 _J a cm?;�.w C00735C12 ACCOMISLY CRIPPLE PAINT BOOTH GENERAL NOTES, 1, PROVIDE TEMPORARY WEATHER PROTECTION FOR UNPROTECTED ROOF PENETRATIONSISURFACES DURING DEMOLrTION;CONSTRUCTION. PREVENT RAINWATER FROM, ENTERING BUILDING. COORDINATE WEATHER PROTECTION MEASURES WITH P RCUECT REPRESENTATIVE PRIOR TO DEMOLITION, A xv SEE NOTE I SEE NOTE.1 SEE NOTE 2 CRIPPLE PAINT BOOTH ROOF PLAN SCALE_ '--Lone AXIAL EXHAUST FAN. TYR Z SEE NOTE 3 L REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION NOTES, I., REMOVE VrACX, GUY WIRES, FAN$, AND CURB, REMOVE DUCT DOWN TO POD SHOWN IN SECTIONS, Z REMOVE Amu AND CURB AND DUCT DOWN TO POD SHOWN IN SECTION. 3. REMOVE. SKYLIGHT AND RETURN TO OWNER, CURB TO REM". k REMOVE, GAS PIPING FROM UNIT TO POD SHOWN ONMOI021 Q5 A -1 KEY PLAN . ..... .. .. METRO TRANSIT DIVISION I. Ei AS NOTED V fflTLA WAPONENT SUPPLY CENTER A� APTRPAn PAINT E"UST FAN REPLkCEMEW 'Kinou, . . . . ... ............. ......... XT gcnty ROOF LEVEL MECHANICAL Samos &Semm sm rrrWID1,04 PACKAGE 2hwls Depaftent of DEMOLITION PLAN FM=4Aez*'* MW RACT N, Transportation APPV TS 39 MVIAMN, DA 14 _J a cm?;�.w C00735C12 ACCOMISLY CRIPPLE PAINT BOOTH SEE SEE PIPING NOTES: t REMOVE S.PRINxLeR PIPING TO POM 2. REMOVE CURB, PROTECT SURROUNDING R, FROM DAMAGE. 3, DEMOLITION OF CURB IS TO BE OMITTED FR STACK— TYPICALZECTION ON SELECT FANI$TACK ASSEMBLIES, SEE SHEET MD1.03 FORCURB REMAIN, 4. REMOVE GAS PIPING BACK TO POD SHOWN, FAN SEE NOTE 3 POD AT RIM OF R PIPING DUCT TFKNSMON, I REMOTOP PLATE DUCTTRANS(TIO NVE . REVIEWED FO REMOVE TOP OF DUCT IPLATE OF COMPLIANCE DUCT tODE TRAN$rfIO.N. TMNSITIOK APPROVED OD FLOOR P JAN 19 2017 FLO4 FLAT City Qof Tukwila 1 BUILDING DIVISIOI .... . ....... ' L/ . ........ -TA T"' ........... I — ----- J'j CRIPPLE PAINT BOOTH DEMOLITION CRIPPLE PAINT BOOTH DEMOLITION MIDDLE COACH PAINT BOOTH TYPICAL DEMOLITION MIDDLE COACH PAINT BOOTH TYPICAL DEMOLITION SECTION SECTION SECTION SECTION sCAL5,, TCZe —49'4-W M011,02 SCALE: TA f-ff 14131.04 1I01.04 METRO TRANSIT DIVISION ------ DAN, ------- AS NOTED Aft �Aft, TLA Z 1-11 --- �1--l��--------,�--.,-----,,-"""",--11,�"I =PONEEENT Mf PLY CENTER -------- ----- . . ....... ka .... . . ........ ........ . -%'v&shkvW I DGD kAp�jk--- I M"'Z 'r ON N, FOLL KingCounty MECHANICAL CIM�m SEE RED Department of MD3.01 s a. I I 100`,'4 CONTRACT PACKAGE - - ------ DEMOLITION SECTIONS I Transportation N& REVISION ay 1APP'01 DATE I AMMMILY I GENERAL NOTES. NOTES.. 1. FIRE PROTFC CION TO.COMPLY WITH !FC; CH. 13, NFFA.33, 1, PROVIDE SPRINKLER PIPING AND SPRINKLER HEARS TO MAT04 EXISTING WITHIN FAINT BOOTH EXHAUST DUCT. PROVIDE SPRINKLER COVERAGE PER NFFA 13, ANG NEPA 13 FOR EXTRA HAZARD GROUP 2 DENSITY:, NFPA 33, AND Aldi. PROVIDE PLASTIC SAGS FASTENED WITH ZIP -TIL; OVER HEADS, SEE M5.01, 2. PROVIDE 118" STEEL OR ALUMINUM PLATE; OVER FLOOR OPENING. FASTEN TO FLUOR WTH CONCRETE ANCHOR$ EVERY 3S" AND.SEAL WITH MASTIC. 3. PROVIDE LEL MONITOR WITH REMOTE READOUT. MOUNT READOUT ON WALL AT 48'AFF, A. CONNECT" DUCTTO EXISTING, SEE AlN13,01.. CONTRACTOR MAY REUSE EXPSTJNr. FLANGES FOR CONFECTION.. PROVIDE. TRANSITION ABOVE CONNECTION POINT. 5. PROVIDE NORMALLY CLOSED SOLENOID VALVE IN COMPRFSSEO AIR PIPING, SERVING MIDDLE COACH PAINT BROTH SPRAY AIR. CONTRACTOR TO CONFIRM THAT LINE SHOWN ONLY SERVES MIDDLE COACH BOOTH. LOCATE VALVE TO BE ACCESSIBLE FOR MAINTENANCE. SEE a'MCOZFOR CONTROLS CONNECTIONS AND SEQUENCE. 5 PROVIDE, PAINT BOOTH CONTROL PANEL, SEE M6.02 AND ELECTRICAL FOR DETAILS AND SEQUENCE:. EXISTING COMPRESSED AIR LINE i SEE. NOTE. F SEE NOTE 5 MIDDLE COACH PAINT REMOTE GAS METER 3 BOOTH CONTROL PANEL.. READOUT T LOCATION _ ' PAINT BOOTH I POO REMOTE READOUT LEG MONITOR ; 't SEE NOTE 2 SEE NOTE 3 LEL h1ONITOR._._._........... ....... ... .... _... — ! k `` • SEE NOTE 1 I .... _ `- C4MPRE PRESSED SEE NOTE:1 i..._. ! _? POC TO BOOTH i AUDIBLE I POC ! BREATHING AIR �^ RAYAIR UP TO EF -1 CONNECTION 1YF, 6 UP TO EF -3 G02ALARM - - - .„....._._..». ,.,,,.,r�_ .. ..___._... ..............,.._ .. _,._ _ ---�:___...M.._........_......, j1 j ( _ . ,., m ._. PPIEdp SF'EIPNPtLR_m::µ r..._ 42'0NO7Ea €3 azIa r ! SEE NOTE 4 SEE ;1 MIDDLE I It 1 40 �y y IUPTOAMU-3' §; COACH UPTO A _ 2 SUPPi.Y AIR 92X. ; SUPPLY AIR 923(40 � 3 PAINT y , y ?! BOOTH� 3. t 3 t Y �; 1 I } i t {� E •53 i L I 2 ! i(I I i PAINT SH43P £ E t ' I w (iE) FIRE SPRINKLER SFE NOTE 4 NOTE _ _ _ ! } _ ,. !SEE @ PIPING E£ € ig i POC U ' POC UP TO EF, 2 P T© EF d }._. ` £ £ 3 I SEE NO 1 I SEB NOTE 2 : 1 _ _j »,..m.... _ _ .. NG EYEW ? �. _ �2EVBIN�D F C r STATIe7N ; ' m �r^^ " rte" _ ! _. ......, _ ®R T 3 (E) DUCT ON. TO FILTE PLENUM__ �TYF-4 r= y I r JAN 19 2017 MIDDLE COACH PAINT BOOTH e � LEVEPLAN�, ,.: ��� � �� .� . ' . - City of Tukwila I S t BUILDING DIVISION KEY FLAN _ a €ra c��wh a gac �crrta�wuc cup 4 METRO TRANSIT DIVISION MM AS NOTED 7Jttl�I5 AM TLA CENTERRA .�._.«_........._.__N....__,o__. ._..„.. „._{ijj.....__......_ { r i3 li I a n3,ttSSa2 NieofS � 1f7�Y5a3x>a.:t f�iQ^ ,;£ru,, zCrI,iSs°ta1w 1 y'.: etusF€„(Fc.IrI”.aitSnCT '�F PAINT EXHAUST FA N REPLACEMENT .......WACIL- Y .. At GIL . ...z"/y:�y LEVEL _.«sokaDepadmentof - I IDDLE G� R4kYr'NiMeCa H' 1L 4-O.,.._4 1.1t09CONTRACT PACKAGE I CHANICAL PLAN TT3iSpQC?E�Qi VSCi BY APFCAiE COACH PAINT BOOTH GENERAL DOTES: 4:. DUCT IN CRIPPLE PAINT BOOTH SHALL BE DESIGNED TO BE INSTALLED FROM ACCESSIBLE AREAS AROUND EXISTING PAID" BOOTH WITHOUT REQUIRING MODIFICATION TO BOOTH. CONTRACTOR TO SUBMIT SHOP DRAWINGS FOR DUCT WORK IN 6 THISAREA € ; CONTRACTOR MAY PROPOSE AND SUBMIT ALTERNATE METHOD t. WITHOUT CHANGE. IN CONTRACT; MAINTENANCE 2. FIRE PROTECTION TO COMPLY WITH IFC CH. 43, NFPA 33, r EXISTING AND NFPA 13 FOR EXTRA HAZARD GROUP 2 DENSITY, COMPRESSED AIR LINE (E) EXH PLEN s SEE NOTE 5 E ACCESS TO SEE NAT 2 SPRAY CA -- ' EXHAUST PLENU UP TO EP -0 UP TOE�4 if _._....._.._.,_.., __....__� . � .z_ ...�.: ._. _.._ !~`.�LC.................... _ _ d, ,___—_____,._ SEE CANTO BOOTH e _ __.. NOTE 4 ...,„....,,�.,,._.....,................... m... ...„. i.__��_...______,..._....__..._,...... . ......._.......'VTiiR1i Y^HR ......,,......_.�,..,...,._._.. .— ___ .. ...... .......».....w�_...., ,..,..,.,,...,_«««.«.... �� .....,.......,....�,,,,...... ........,+...._... . ..... _ -. .-......_.._._,_.._ �......q,k..._. AREA LEL MONITOR I I ACCESSIBLE DRAIN DLII f i PRAIOM TOP'OF NT BOOTH DN TO HEADS IN EXHAUST TRENCH, � _.. _ _.. __.._1 ONLY -. C IN VEATATEX13TiNfa COUPLING. ; PO P EXISTING AUDIBLE.0O2 ALARM }{ _ _! t_ ......_ .. .. __ . _ r._ ._ ._� PCiC IN VERT L i 42"&3 FOC INI SPRINKLER HEADS IN. PAIN NOTES: I FOC IN SEE NOTE 3 VERTBOOTH, T YP I VERT ; POC IN V`Ey$T POC IN CRIPPLE PAINT BOOTH 4. CONNECT AMU SUPPLY DUCT TO EXISTING PAINT BOOTH SUPP4Y SEE DOTE G UP TO __.....__ VENT _ _ { .. ._ _ _ m, i... PLENUM FLANGE, AMU -44 2= CONNECT NEW DUCT TO. EXISTING. REUSE EXISTING FLANGES FOR 42x42. SEE NOTE 7 E 1={{ ASSEMBLY AT POC SHOWN IN SECTION. SEE NOTE 1 �% j� CRIPPLE PAINT BOOTH i S. CONNECT NEW DUCT TO EXISTING. REUSE EXISTING FLANGES FOR 42X42 UP TO _.- .... CONTROL PANEL ASSEMBLY, PROVIDE TRANSITION ABOVE CONNECTION POINT. CRIPPLE 42X80 UP I ( 3i PAINT SHOP TO AMU CURB [ I' ^� PLENU # 4. PROVIDE LELMONITOR WtTH REMOTE READOUT. MOUNT READOUT EXISTING COMPRESSED g ON WRLL AT4fI" AFF. F BREATHING AIR CONNECTION, TYR 42: _.. 5. RECONNECT SPRINKLER PIPING AND INSTALL SPRINKLER HEADS TO MATCH EXISTING ON HEADS WITHIN PAINT SOOTH AND I ;_____ -------- __._..._ a '' EXFIAUSTDUCT. PROVIDE SPRINKLER PJ COVERAGE PERNFPA33. . ................. ...... .._ ....._....... _.. ______ _ m__ _ . _ ..._ E02 TING A OVER HEAN5 HJ. PROVIDE �„.„,.�,_............. ¢ ,-�EXESTLI°L€a AUDIBLE NEPA 33, AND A1�I.I. PROVIDE PLAz?TIC F,rE•aGS FASTENED WITH ZIP -TIE w_..,._ f I 6. PROVIDE NOR ALLYGLOSED SOLENOID VALVE IN COMPRESSED -- ; -I - AIR PIPING SERVING CRIPPLE PAINT BOOTH SPRAY AIR. F N”!_u ;_ "F CONTRACTOR TO CONFIRM THAT LINE SHOWN ONLY SERVES .._ , w .....w..__ MIDDLE COACH BOOTH. LOCATE VALVE TO BE ACCESSIBLE FOR. ___________---- _ _ _ .....__ .....__. _._.. _ ......... _ G,..IAS.Iii.. ...w _ .__._.._.__.__ MAINTENANCE. SEE BFM6.02FOR CONTROLS, CONNECTIONS AND EXISTING EYE SEQUENCE. CORRIDOR ? WASH STATION 7. PROVIDE PAINT BOOTH CONTROL PANE;.. SEE M5.03 AND ELECTRICAL FOR DETAILS AND SEQUENCE. 1 i I I E CODE COMPLIANCE APPROVED CRIPPLE PAINT BOOT LEVEL 1 PLAN JAN 19 2011 „> 1E ) _ SCALE ` {"3' l s City of Tukwila KEYPLA BUILDING DIVISION s �ea— fA.. - ...........__._.._............w..w_.__....._.._._.__...... _.............. METRO TRANSIT I71�tlalOr i P*' � AS NOTED i14W35 a ', ,�""L,�. st Ep, y.� R44'L Ff:ra _ _ 1h'Ri......-----_--__ - .._._......� � ! CE361RQNENT.s.IIPPLYCENTfR _..I. _......,._.__.. � C+§iA'F��:. 81'k LSICA YC7N ESU.. ..........................................................I I FSlE&s3cs R, awazcc PANTEXNAt13TFAtIREPLACEN1 S,"8, W3'�.'hy`Sx`. ._._.,.__....___ ......................_,....... E i I i I s,,,x r I ot,t PROJECT ru cant; IniCIS AT hYkCtatMtIty► oa s v za LEVEL ' w _.._._ ....._... _........ M mm ... ...... , I ....... . ... . ..: $tIFU.IEOIiS & SsrV • 1 10€?%CONTRACTE%ACKAGE , 2140!3.5 � � � c°y` ra`s4 _ � �'. Ett�na>>aa�car - ,17e(�BfltTtetFt'iif.. s g .�. E � �t�� MECHANICAL PLAN - 1:02 Ft+ REVISION j 6Y IAPP'R DATE � � +tr�RM� �tz'kttlat#zGEn� ��cbrti'�"tv_. i iF€iCStONE4�:t],SC,�2 X1"8. �i 0 I�ttk6"tlxv:47 39 i!i ns rn^t;atati n , CI : 12 AtxarOMLY E CRIPPLE PAINT BOOTH I GUY MIRE TO AMU -+4' GUY "RE TO EI — SEE NOTE a--\ I GENERAL NOTES: 1, WIRE ANCHORAGE LOCATION AND DESIGN TO BE PROVIDED BY CONTRACTOR PER SPEC SECTION 23=9 PIPING 8, MECHANICALT !EQUIPMENG GUY WIRE . , -SUPPORT TYP. EXISTIN LOCATION SHOWN FOR INFORMATION. ONLY. -SEE NOTES /—SEE NOTE 3., CD -1— GUYWIRE TO EF -1 SEE NOTE 4 ' NOTES., 1. INSTALL OSA LOUVER REMOVED FROM EXISTING AMU IN Il BOX. 2. PROVIDE MIXING BOX ATTACK TO EXISTING AMU OUTSIDE AIR INLET, 3, DUCT ROUTING SIMILAR TO ROl SHOWN IN SECTIONS A & R ON M3,01. 4. PATCH ROOF PENETRATION, PROVIDE. 11W, STEEL OR ALUMINUM PLATE OVER ROOF OPENING. FASTEN TO ROOF WITH CONCRETE ANCHORS EVERY WAND SEAL WITH Il 6. PROVIDE CURB ADAPTOR AS REQUIRED FOR TRANSITION TO FAN, SEE 2M5.ft C PROVIDE le ROOF CURB. T PROVIDE DUCT FLEX CONNECTOR. 8, PROVIDE UNISTRUT DUCT SUPPORT STRUCTURE FOR SUPPORT OF HORIZONTAL DUCT RUN. ATTACH SUPPORT STRUCTURE TO STACK WITH CLAMP AND TO MIXING BOX WITH BRACKETS PROVIDED ON MIXING BOX. 9. PROVIDE REPLACEMENT MOTOR FOR SUPPLY FAN OF AMU FOR CONNECTION TO VFD CONTROLS, MODIFY FAN FRAME AND FAN FRAME VIBRATION ISOLATION TO ACCEPT MOTOR IWALLAMON AND SUPPORT MODIFIED ASSEMBLY WEIGHTIVIBRATtl CHARACTERISTICS. DIE SHEAVES AND BELTS, AND REINSTALL BELT SHROUD, GUY WIRE TO 6(Jyw)At TO EF -3 CD -1 EF -3._ GUY WIRE TO ANCHOR-/ GUY WIRE SEE NOTE 3 TO ET�4 SEE NOTE 8 SEE NOTE GUY WIRE 42'0 TO EF -3 WE NOTE, I -SEE N07e- 7 T� 8 GUY WIRE EXISTING AMUl EXISTING HVU. SEE NO TO EF -1 TO REMAIN, TO REMAIN EXISTING AMU -3, TO REMAIN - - — —\<, ?1� I .... .... .. ... -.4 42'0 I g SEE -NOTE 3 SEE NOTE I - $A ON TO CD2 SEE NOTE 7 MIDDLE COACH j V V PAINT BOOTH.- 1 $A ON TO SEE, NOTE 8 MIDDLE COACH PAINT BOOTH All CD -3—/ Al lo SEE GUY WIRE MIXING BOX SEE NOTE 9 GUY MARE TO AIll SEE GUYWIRt CD -I CDL SEE VIM5.01 TO EF -4 TE Z TO EF -2 SEE NO r --A .SEE NOTF-2 J SEENOTE 3 EF4-GUY WIRE GUY WIRE GUY WfRE EF -2 GUY. WIRE E 1 TO EF4 MIXING BOX TO AMU -4 TO AMU -2; CD -1 TO EF -4 MOTOR ENCLOSURE SEE IlMl GUY WIRE TO EF-2(SEE NOTE 3 (TYP) GUYWIRE GUY WIRE. TO !IEF-2 TO ANCHOR GUY WIRE TO GUYWIRE TO ANCHOR V-77 D F :4 ............... ----- — kGtS M .............CO SEE NOTES'. A ROVED-, PP �-j JAN 19 MIDDLE COACH PAINT BOOTH 'F ,0 E 2b 1�11 ROOF PLAN • C T w . u SCALE: City of Tukwila KEY PLAN k METRO TRANSIT DIVISION. ....... J AS NOTED C FONW Sl CENTER ------- - ........... Fsi ol al �6� - ------- --- a 'In R PAINTE"UST FAN REPLACE&T-NT L CMINC44ATIVILL King C-Intyr ROOF LEVEL MECHANICAL M1,03 SIZE Department of 2fil PLAN - MIDDLE COACH Transportation Is compu= hn tta "SION By APPO 3 At PAINT BOOTH GENERAL NOTES* NOTES: 1, FIRE PROTECTION TO COMPLY WITH WC CH. 13, NFPA 33. 1, STRUCTURAL 249 CURB TO BEUSEO ASPETURN AIA PATH. INSTALL RETURN AND NFPA 13 FOR EXTRA HAZARD GROUP 2 DENSITY. AIR DUCTWORK, CURB AND AMU So As TO PROVIDE CLEAR. UNOBSTRUCTED AIR PATH FROM RETURN AIR BELL -MOUTH OPENING TO AMU RETURN AIR INLET. SEAL CURB INTERIOR. ALSO SEE CIM3,01. SEE. STRUCT FOR CURB CONSTRUCTION AND STRUCTURAL REINFORCEMENT. COORDINATE CURB DIMENSIONS WITH STRUCTURAL. 2, DUCT DIRECTLY FROM PAINT BOOTH SUPPLY PLENUM TO AMU, PROVIDE FLEABLE DUCT CONNECTION MATERIAL TO SEAL SPACE BETWEEN SUPPLY DUCT AND EDGE OF ROOF PENETRATION. NOTES (CONTINUED)-. 3, PROVIDE MANUFACTURERS I r ROOF CURB, PATCH ROOF, SEE A1.01 AND DIV 07 SPECIFICATION FOR DETAIL, 4. PROVIDE FIRE SPRINKLER COVERAGE IN RETURN AIR PLENUM BELOW AMU. PROVIDE SPRINKLER COVERAGE PER NFPA 1% NFPA 33, AND AHJ. PROVIDE PLASTIC SAGS WITH ZIP -TIE OVER IT ENOS. SEE 3IM&DI FOR SIMILAR INSTALLATION, PROVIDE ACCESS TO HEAD THROUGH HAND HOLE ACCESS COVERS. Ggy SEE NOTE 3— WIRE ........ . TO EF -6 -r ANCHqRI TO ANCHOR MOTOR ENCLRE (rYP) OSU GUY WIRE ,TC1 EF 5. TO ANCH CD4 --,--.--SEE NOTE 3 GUYWIRE TO E" GUYWIF;t GUY IN TO ANCHOR TO EF -SR z jE" 4ZO STACK QUYWIRE FAN. CLAMSHELL. TO EF -11 k -0 STACK ACCESS DOORS '� _42 (TYPE --------- I SEE NOTE I AS ON GUY WIRE TO EF -6 i SEE NOTE 2 I Win. DOWN To CRIPPLE PAINT BOOTH SUPPLY AIR PLENUM AMU -4 .... . ..... ...... SEE NOTE 5 SEE NOTE \4 CRIPPLE PAINT BOOTH ROOF PLAN SCALE: GUY WIPE TO ANCHOR CONNECT DUCT TO (E) SKYLIGHT OPENING, SEAL CONNECTION AIRTIGHT. !(G] mol 42Y,42 RA DUCT UP FROM M1.02 NOTES (GONTINUED),., S. DECK REPLACEMENT: A. DECK REINFORCEMENT.' INSTALL SHEET STEEL. REINFORCEMENT PROFILED TO EXISTING DECKING CONFIGURATION OVER ALL RUSTED OPENINGS 16 SQ, INCHES OR LESS, IF TWO OR MORE RUSTED OPENINGS EXISTING IN THE SAME DECK SECTION, REPLACE OECKr B. DECK REATTACHMENT' t MECHAh4CALLY REATTAC14 LOOSE SECTIONS OF DECKTO STEEL SUPPORT MEMBERS TWELVE INCHES O.C, C. SIDE LAPS: 2, NESTABLE SIDE LAR MECHANICALLY FASTEN 18 INCHES OQ Qt 3. INTERLOCKING SIDE LAP.,. BUTTON PUNCH IS INCHES 0.6, D. DECK REPLACEMENr, 4. SAWCUT AT BAR JOISTiSEAM CENTER. REMOVE DECKING. MINIMUM LENTI+ THREE SPANS: 5. ERECT METAL DECKING ACCORDING TO SO) DESIGN MANUAL. IF UNABLE TO W, BUTT To ADJACENT DECK, MINIMUM BEARING ON STEEL SUPPORTS; ONE INCH. 6, MECHANICALLY FASTEN SIDE LAPS IS INCHES O:C. 7, ._..,I =N DECK TOSTEEL SUPFORT ME44SERS AT ENDS AND INTERMEDIATE SUPPORTS WITH MECHANICAL FASTEN TWELVE INCHES O.C, MAXIMUM. INSTALL SIX INCH WIDE SHEET STEEL BUTT STRIP WHERE DECK ENDS Burr. MECHANICALLY FASTEN BUTT STRIPS TO STEEL. OECK SMINCHES O.C. REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2W City of Tukwila BUILDING DIVISION METRO TRANSIT DIVISION AS NOTED I L MOW i AW, TLA COMPONEW SUPPLY CENTER - -------- . ..... PAINT MIAU$r1 FAN REPLACEMENT DW P, ..... ...c.... .. .... .... . . . ...... ONt INCH ATML IKII County ROOF LEVEL MECHANICAL SIZE RW A Department of M1.04 100% CONTRACT PACKAGE — i PLAN- CRIPPLE .. . ........ i ;_v__.. i611 ............ F UOT Ott'. MR SCAU RMSION SY AP Transportation 39 a OR" conscl!2 ACI PAINT BOOTH 25.000 CFM 23.000 CFM DISCHARGE GAP S±VITti WIND £SAND AND BUTTERFLY DAMPER 42`x, TYP. SEE NOTE 2 SEE NOTE 2 42"0 `— CR -1 OONTItC4. DAMPER 22' ,,—CURB CAP. SEE 205.01 =4 I DISCHARGE CAP WITH23,000 CFM IMND BAND AND BUTTERFLY DAMPER --� SEE CD -2 CONTROL DAMPER FLEX CONNECTOR 3 MIXING Box, SEE 1x4,01 EXHAUST 42"O CD -1 CONTROL DAMPER. 42"0 (E) AMU —� F— .„ Y ? {IISUPPLY i AIR FILTER - 27 I (E) SUPPLY DUCT TO Pi BOOTH SUE PLENUM NOTES: 1. CLEAN PAINT BUILDUP FROM FLOOR GRATES USING ULTRA-HIGH PRESSURE MASHING AND VACUUM COLLECTION SYSTEMS AS PROVIDED BY PUNKIN & BUSH INC: OR. EQUAL. 2.. PROVIDE GUY WIRE BRACING AND ATTACH TO EXISTING 23,00U CFM GUY WIRE ROOF CONNECTION BRACKETS. DISCHARGE CAP WITH 42'0, TYP• WIND BAND AND BUTTERFLYDAMPER i - SEE NOTE 2 BURNER ACCESS PANEL —424 CONTROL FLEX' DAMPER CONNSCTION BELLMOUTH EE a OPENING�jj�-1 FIRE SPRINKLER 24" INSULATED LI HEAi3,.TYP CURB. SEAL - FARE SPRINKLER AIR TIGHT 1111111 1311111111111111 1 1 111111;; lz; Is I I'll 42°X42' ' --- BELLMOUTH I I TRANSITION. II ` POC FIRE SPRINKLER _.. t HEAP, TYP 22' FIRESPRINKLER . �[ I 3 HEAD. TYP — r £ I � -{ I E i - I MIIIGILI». COAL e I i I; 3 PAIN€' 0TH ; I E PAINT BOOTH I CI 3PPLE £ i t }! ' .i £ a PAINT i �:777,777 71 f E i�.t �I Ii � £ •iF I > ti F (E) FLOOR IR I } (E) LIGHTS, If I � GRATES AND # I I { rt TYP, F SEE NOTE 1 { E?ltil4UST F i N 9 S ? I � SEE FILTER REVIEWED FOR £ E i I E COMPLIANCE 2", s r tn �I K.«........:...� ,,., $, r..................L....:.�e......K -.dam.. _.... �w.Z.w'�n ::.f.:........:.. E ._...,..I ?.:. »..« _. T_. .,_ rF .T``Js'cx^1Y ..3'„ },, y- c�• 7,� L ......,................ .. «... I,...... ...I .. ._ ! 'TJ��)i SnS �' *T1y {Z.) S�(I }w 3 ;i. I r r`� APPROVED f -,< ) 1, 5 `- EXHAUST PLENUM BELOW � C l/ FAINT BOOTH (I") EXHAUSTMIR ACCESS THROUGH DOOR ON I � JAN 19 017 ALTER ALTER( 2 £ fi City of Tukwila TYPICAL MIDDLE COACH PAINT BOOTH MECHANICAL IMIDOLE COACH PAINT BOOTH MECHANICAL CRIPPLE PAINT BOOTH BUILDING DIVISION SECTION f ^'g'�1 SECTION SECTION (" SCALE: U4"= -V f41Q2 SCAM 1 t. 9 SCALE. F`4 #°G tr#1.512 t1.Q3 M1.03 411,04 METRO TRANSIT DIVISION rur: A}it 7tA 13T AS NOTED LA - Gt1tI Ni SUPPLY CENTER 2f195 ...�.....,... EE ��..,«.............................:.,...........,.....�......... I€yam «...,. _........: ._ _...«,.,._. ....V,L �.__. „t. t. } +' ✓ ' I�W2' L5°�:" At'6{itlYfi3C• £ 3YT"L(ICAiir t S. FSI ani g +ktiG S #f i I FAINT E}lNAtiST FAN €>IiE4`IhT _................... ........_..._._a._..........__..._.________"""_____.,.... _....... .__....... _.._... ,3oft, �KAK.IwCounty il MECHANICAL SECIIONSIrUI ONE z� _ .. _._ ..._. _.._ _ ...... ... ...._«__ ___._._. t S0�t#tatlsseryice'�, tazs¢ ;� E Ciepattmgni t M3.01 1100,E CONTRACT PACKAGE I i 2,4106 I ���5 s' i W r r .x xe r r m F I» — TC&IYS�i rtBGAII s r c s��a�� 43 eY EAFFD�DATE { � i 7F'pWTCti�iYCHrSGAtE t I ( E I '" C0'T735012 RCetYL�I 1" 20 $9 I a I A.4�PPlW =� _ > I 0 A, R NOTES. 1, PROVIDE SUPPORT FOR MIXING BOX. STEEL SUPPORTS SHALL BE HOT -DIP GALVANIZED. 2, MIXING BOX SHALL BE CONSTRUCTED OF 16 GA, G90 GALVANIZED STEEL PAINTED TO MATCH EXISTING AMU., WALLS AND ROOF SHALL BE STANDING SEMI CONSTRUCTION. LIM REUSE OSA LOUVER FROM EXISTING AMU EQUIPMENT SUPPORT', SEE ROTE 1, EXTERIORWALL ISOLATION VALVE NATURAL GAS MAIN BELLMOUTH FLANGED OPENING ,—MAINTENANCE ACCESS POOR c -;- --------------- CURB (E) PROVIDE ROOF WALK MAT BELOW SUPPORT, Typ. MIXING BOX DETAIL SCALE: NTS M1.03 M-101 EXHAUST FAN, CLAMSHELL CONSTRUCTION FACTORY WELDED CURB CAP WIFLANGED FAN CONNECTION, PROVIDED WITH FAN FOR ROOF CURBS THAT ARE TO REMAIN WHERE INDICATED ON M1,03 XNO Nil. 4. SEAL CONNECTION WATER TIGHT. V^Q wjc 1 c;r%;140 Imt-L^j DEML " �4 SCALE; WS MIMI FACTORY ROOF CURB, 14' MIN, PROVIDED WITH FAN - WHERE INDICATED ON M4,03, OW METER 15.011 FOR .ATION 1F MIDDLE PAINT BOOTH TOTE READOUT :D IN HALLWAY, .01 FOR LOCATION. DISCHARGE CAP WITH WIND SAND AND BUTTERFLY DAMPER, SEE PLAN FOR SIZE EXHAUST STACK, SEE PLAN FOR SIZE WEATHER COVER FOR MOTOR AND BEL T 112" NEOPRENE VIBRATION ISOLATOR GASKET BETWEEN DUCT AND FAN INLET, KINETICS MODEL NOM (OR EQUAL.) FLEXIBLE DUCT CONNECTION. EXHAUST FAN DETAIL SCALE:- NTS iF703 mkol 316 COMPRESSION FITTING WITH TEFLON FERRULE 31ex 112" BRASS ADAPTOR W'FULLPORT BALL VALVE 314" x 1121 PIPE NIPPLE 316 SS W41 x FULL SIZE GAS METER INSTALLATION DETAIL 0 N SCALE. T M5.01 401.01 m?.m 1W THICK. NEOPRENE, 6' LE UN' SPRINKLER LINE SPRINKLER O� HOLE IN SQUARE WITH 14 HOLE IN AROUND CENTER TO FIT AROUND FIRE SPRINKLER LINE, (BY FIRE B�� CTOR)- PROTECTION CONTRACTOR), 6' SQUARE IS WE GALV a L MEL W=REW`S AT EACH CORNER AND HOLE IN CENTER STAINLESS STEEL SELF TO SLIP OVER END OF I TAPPING SCREWS SPRjNKLER.LtN.F- DUCT (ROUND SHOWN - REQTANGULARSINLAR) HOLE SIZED TO PERMIT REMOVAL OF SPRINKLER HEAD PENDENT SPRINKLER HEAD NOTES,, ' 1. COORDINATE LOCATION OFDUCrMOUNTED SPRINKLER,HEADWITH FIRE PROTECTION, TYPICAL SPRINKLER HEAD INSTALLATION IN DUCTWORK DETAIL m SCALE.. NTS MIA" M1.02 h4t04 REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION pq I M&GF&M WnE, yo, b W, I METRO TRANSIT DIVISION AS NOTED Viols !E, VT AVVL, TLA -------- CC6VPMFAT SUPPLY CENTER AMC=', ILAA PAINT EXHAUST FAN RERAMMENT r Safi, Waft1m) v A%' -;U -v ---------- - - MECHANICAL DETAILS (5k WW5-4X-'-.1'PA.L gr.'tmjnty ""'mo SUE M5101 Department of solutqns smice i I IWA CONTRACT PACKAGE .......... Tfansportaton BY JAPPO DATE, 1 39 t ---- ERR - 4 AIR MAKE-UP UNIT SCHEDULE (PROVIDED FOR REFERENCE ONLY) DAMPER PERFORMANCE DATA ACTUATOR PERFORMANCE DATA D�VR CIF �,��� 'qPAINT 'STE ��°� FRED S610NAL fN ams se® FAN MOTOR BURNER FILTERS DAMPER TEMP GRID SP (IN) DRAWN: DGD NOTES NUMBER MINIMUM RATE DROP MARK LOCATION UNITOSA SERVICE MARK SERVICE CYCLE ECON (CFM) BASIS OF DESIGN WEIGHT NOTES (1] RPM RPM HP BHP VOLTS PHASE HZ 250° (LBS) TYPE MAX FACE ROOF VANE MIDDLE COACH PAINT BOOTH 23,000 1.7 SUPPLY CFM ESP (IN) TSP FAN MOTOR NOMINAL OUTPUT MINIMUM TURNDOWN EAT LAT 0.02 VEL (FPM) AXIAL (LBS) MODULATING, RUSKIN RJ -24 -MOD [3] 101 L6 HV -#:15, 24; AMU -#:2, 3 [2] [3] (IN) [4][5] RPM [1] CAPACITY (MBH) EFFICIENCY RATIO (DEG F) (DEG F) PAINT BOOTH 23,000 1.7 1,250 1,800 HP BHP [6] SPEED VOLTS PHASE HZ 1250 [21,[3] SPRING RETURN PAINT CYCLE 100% 45,000 1.5 2.4 1100 34 460 3 60 2190 AMU -2 [11] MIDDLE COACH PAINT NO 40 3300 98% 500 DECHAMPS [7] (12] 21-110 BOOTH CURE CYCLE 50% 22,500 1 1.5 550 6 460 3 60 125 [10] PAINT CYCLE 100% 45,000 1.5 2.4 1100 34 460 3 60 21 90 AMU -3 [11] MIDDLE COACH PAINT NO 40 3300 98% 500 DECHAMPS [7] [12] 21-110 BOOTH CURE CYCLE 50°k 22,500 1 1.5 550 6 460 3 60 1101 125 PAINT CYCLE 100% 45,000 1.5 2.85 1288 2 x 15.89 460 3 60 X81 90 DYNAMIC AIR [7] [9] [13] AMU -4 CRIPPLE PAINT BOOTH NO 2 X 20 2625 98% 25:1 MERV 8 500 TECHNOLOGY D-AHU 13,500 MIN. UNIT CURE CYCLE 50% 22,500 1 1 1 1.5 1 i 575 2 x 5 460 3 60 21 1 125 i 46 LENGTH - 21'-6" 1 1 I I I 110110 1 SCHEDULE NOTES: [1] WITH UNIT AT MAXIMUM CONDITIONS [2] 100% OSA UNIT DURING SPRAY OPERATION, 50% MIN OSA DURING CURE OR AS REQUIRED BY LEL MONITOR. [3] STATIC PRESSURE EXTERNAL TO UNIT. INCLUDES ALLOWANCE FOR PAINT BOOTH FILTER LOADING. [4] MAXIMUM ALLOWABLE, INCLUDES ALLOWANCE FOR PRE -FILTER LOADING [5] TOTAL STATIC PRESSURE ACROSS FAN. [6] MAXIMUM ALLOWABLE MOTOR BRAKEHORSEPOWER AT MAX FLOW AND TSP [7] MOTORS SHALL BE VARIABLE SPEED WITH VFD [8] AT 100% OUTSIDE AIR OUTDOOR AIR [9] SEE STRUCTURAL SHEETS FOR CURB REQUIREMENTS, COORDINATE WITH STRUCTURAL FOR CURB DIMENSIONS. [10] SIZING CRITERIA FOR BURNER, EAT DURING CURE CYCLE MAY VARY BASED ON LEVEL OF RECIRC. [11] EXISTING UNIT. SCHEDULED FOR REFERENCE PURPOSES ONLY. [12] REPLACE SUPPLY FAN MOTOR AND CONNECT MOTOR TO VFD. ADJUST (E) BURNER PROFILE PLATE FOR UPDATED SEQUENCE OF OPERATIONS. BURNER ADJUSTMENT SHALL BE PERFORMED BY FACTORY APPROVED TECHNICIAN. [13] UNIT SHALL BE SELECTED TO MEET BOTH OPERATING POINTS LISTED. FAN SCHEDULE (PROVIDED FOR REFERENCE ONLY) DAMPER PERFORMANCE DATA ACTUATOR PERFORMANCE DATA D�VR CIF �,��� 'qPAINT 'STE ��°� FRED S610NAL fN ams se® FAN MOTOR FLOW UNIT DAMPER TEMP GRID SP (IN) DRAWN: DGD NOTES NUMBER (IN) RATE DROP MARK LOCATION TYPE SERVICE BASIS OF DESIGN WEIGHT NOTES NO: 000735012 (CFM) (IN.W.G) CFM (1] RPM RPM HP BHP VOLTS PHASE HZ 250° (LBS) OPEN EF -1, 2, 3, 4 ROOF VANE MIDDLE COACH PAINT BOOTH 23,000 1.7 1,250 1,800 15 9.79 460 3 60 TWIN CITY TCVX 42B530 1250 [21.[3) 0.02 250° AXIAL CLOSED MODULATING, RUSKIN RJ -24 -MOD [3] 101 L6 HV -#:15, 24; AMU -#:2, 3 HALLWAY SPRING RETURN CSC BODY SHOP RTU'S EF -5, 6 ROOF VANE ECRIPPLE PAINT BOOTH 23,000 1.7 1,250 1,800 15 9.79 460 3 60 TWIN CITY TCVX 428530 1250 [21,[3] SPRING RETURN SCHEDULE NOTES: [1] STATIC PRESSURE EXTERNAL TO FAN [2] FANS SHALL BE VARIABLE SPEED WITH VFD [3] PROVIDE DISCHARGE CAP WITH WIND BAND AND BUTTERFLY DAMPER CONTROL DAMPER SCHEDULE (PROVIDED FOR REFERENCE ONLY) DAMPER PERFORMANCE DATA ACTUATOR PERFORMANCE DATA D�VR CIF �,��� 'qPAINT 'STE ��°� FRED S610NAL fN ams se® MARKDESIGN NOMINAL SIZE FLOW TARGET PRESSURE DAMPER TEMP GRID FAILURE DRAWN: DGD NOTES NUMBER (IN) RATE DROP LIMIT (°F) BASIS OF DESIGN POSITION TYPE BASIS OF DESIGN BOILER ROOM RECOMMENDED: ]CONTRACT D. CRIPPEN NO: 000735012 (CFM) (IN.W.G) RTU'S; WH -1; B-1; TORCHES IN METAL CD -1 42"0 23,000 0.02 250° RUSKIN CDRI92 OPEN TWO POSITION, RUSKIN RJ -24-S (3] 161 J17 SPRING RETURN CSC MAIN RTU'S BOILER ROOM CD -2 42"0 23,000 0.02 250° RUSKIN CDRI92 CLOSED MODULATING, RUSKIN RJ -24 -MOD [3] 101 L6 HV -#:15, 24; AMU -#:2, 3 HALLWAY SPRING RETURN CSC BODY SHOP RTU'S BODY SHOP CD -3 70"X60" [2] 45,000 0.04 250° RUSKIN CD80VGX OPEN MODULATING, RUSKIN RJ -24 -MOD [1] [3] CLEANING ROOM , RFV1 P QWFQ0gRTAN SPRING RETURN NATURAL GAS METER SCHEDULE (PROVIDED FOR REFERENCE ONLY) LOCATION D�VR CIF �,��� 'qPAINT 'STE ��°� FRED S610NAL fN ams se® METER NAME PROJECT MANAGER: E. WRIGHTT EQUIPMENT MONITORED ROOM NAME ROOM GRID DRAWN: DGD APPROVED: R, ATHERLEY NUMBER LINES CHECKER, 161 L16 AC -#:101, 102,103; ADDITIONAL METERS:CSC CSC BUILDING MAIN #1 BOILER ROOM RECOMMENDED: ]CONTRACT D. CRIPPEN NO: 000735012 STEAMER, CSC MAIN RTU'S, CSC BODY SHOP RTU'S; WH -1; B-1; TORCHES IN METAL FABRICATION; BODY SHOP RADIANT HEATERS CSC BUILDING MAIN #2 FULL COACH 123 R7 HV -#:4, 5, 7, 23; AMU -#:4 PAINTING 161 J17 HV -#:1, 2, 3, 6, 8, 9, 10, 11, 12, 13, 14, 16, 17, 18, CSC MAIN RTU'S BOILER ROOM 19;, 20, 21, 22; AC -#:6, 7;AMU-#:1 ;ADDITIONAL METERS:CSC COACH PAINT BOOTH CSC COACH PAINT BOOTH BODY SHOP 101 L6 HV -#:15, 24; AMU -#:2, 3 HALLWAY CSC BODY SHOP RTU'S BODY SHOP 101 H4 HRU-#:12A, 13A, 25A 142 GpC —{EeM" ODIUM CSC STEAMER CLEANING ROOM , RFV1 P QWFQ0gRTAN CODE COMPLIANCE APPROVED JAN 19 2017 SCHEDULE NOTES: [1] PROVIDE MULTIPLE SECTION DAMPER AS REQUIRED. [21 DIMENSIONS OF DAMPER TO MATCH OUTLET OF EXISTING OSA LOUVER. CONFIRM DAMPER SIZE PRIOR TO MIXING BOX CONSTRUCTION. [3] ACTUATOR VOLTAGE TO BE 24 VDC City ofTukwila BUILDING DIVISION Consulting engineers Seattle, Washington Solutions & Service�o D�VR CIF �,��� 'qPAINT 'STE ��°� FRED S610NAL fN ams se® DESIGNED: AWL, TLA PROJECT MANAGER: E. WRIGHTT SCALE: AS NOTED LIM King County Department of METRO TRANSIT DIVISION COMPONENT SUPPLY CENTER EXHAUST FAN REPLACEMENT MECHANICAL SCHEDULES DATE: 3130115 DRAWN: DGD APPROVED: R, ATHERLEY SITE LOCATION NO:FSI CHECKER, PROJECT NO: 4M92 -s00 -—T - ONE INCH AT FULL SIZE 1 ' IF NOT ONE INCH, SCALE ACCORDINGLY DRAWING NO: M6.01 100% CONTRACT PACKAGE 3/30115 No. REVISION BY APP'D DATE No. RECOMMENDED: ]CONTRACT D. CRIPPEN NO: 000735012 SHEET NO: OF 22 39 ZI MIDDLE COACH PAINT BOOTH: CONTROL a. MODE SELECTOR SWITC4 4, TEMPERATURE CONTROL ,- BOOTHTEMPIERATUREIREADM d. LIGHTS SWITCH L LIGHTS DIMER DURING CURE MODE a. LELALARM INDICATOR LIGHT VIAMCNEMRK OVERRIDE ALL FUNCTIONS VIA THE DOC SYSTEM EXCEPT SAFETY FUNCTIONS, VM -S. t OFF I PAINT I CURE QEF MODE 1. BOOTH WHTS ENABLED 2. SPRAY AIR SOLENOID VALVE CLOSED (NO) 3, AMU -2 & 3 OSA DAMPERS TO 100* OPEN. k AW4 & S RETURN AIR CAMPERS CLOSECI- AT IN MiTION OF OFF MWE THE FOLLOWINGr EMPMENT X14D SYSTEM SETTINGS SHALL RUN UNTIL THE LEI SENSOR READS LES$ THAN 10% FOR 5 CO NSECUTIVEMINUTES: , PROVE DAMPER OPEN BEFORE STARTING FANS, t AMU -2 & 3 ARE TO RUN AT WV- CFM AND SHALL MODULATE BURN IERT0 PROVIDE 70 DEG SUPPLY AIR EF4 & 3 TO RUMAT INTERMEDIATE OFF SETPOINr (INITIALLY 23,000 CFM SACK 46,00 TOTA14 FF -2 44 OFF. 4 MODULATE ONE OF THE EXHAUST FANS TO MAINTAIN PAINT BOOTH NEG N'E FRE$SURIE SETPOINT (INITIALLY "S IN tV,. ALTERNATE THF E)MU8T FA N BEING MODULATEOIADJUSTED ONCE EVERY I MPN WE, PROVE FANS ON, f, PAINT BOOTH TEMPERATURE SENSOR $H§#.L RE$ETAMU4 & 3 DISC14ARGE. SET FM7 k5(U-2 P. 3 BURNER SHALL MOO"TE, VIA AMU -2 & 3 BU CONTMi6MONTAIN DISCHARGE TBiPERATURE SETPOINT(INITALLY SET AT70 AND DISPLAYED AT LOCAL CONTROL PAN4 PAINT MODE 1, AMM 2& 3CS-A DAMPERS TO 100% OPEN, PRO* DAMPER OPEN BEFORE $T ARTINO FANS,. 2, AMU -2 & 3 k -TURN AIR DAMPERS CLOSED, EF -I, 2, 1 &4 EXHAUST DWERS TO IWA OPEN PROVE DAMPER OPEN BEFORE STARTING FANS.. 4. SUPPLY FAN TO PAINT MOVE AIRFLOW SETPOINT UNITIALLY 46,00 CFM.F-ER UNIT, 90,000 CFIV TOTAL] 5, EF -1, 2, 3, & 4 TO 100%AIRFLOW SETPOINT jLICTIALLY 2WO CFM PER FAN, 92M0 CFM TOTAQ, a. ="TE ONE OF THE EXHAUST FANS TOMIVNTAIN PAWT BOOTH NEGATIVE PRESSURE SVTPOLNT�INITIALLY 0:051N WC). ALTERNATE' THE EXHAUST FAN BEING MODULATEDIADJUSTED ONCE EVERY I MJKLITE, C, PROVIEFANSON, 7, PAINT BOOTH TEMPERATURE SENSOR SHALL RESET AMU -2 & 3 DISCHARGE SET POINT. A.MLI-2 & 3 BURNER SHALL MODULATE, VIA AMU -2 & 3 BURNER CONTROL, TO MAINTAIN DISCHARGE TEMPERATURE SETPONT (JNITALLY SET AT 65 AND DISPLAYED AT LOCAs. CONTROL PANEL). 8, BOOTH LIGHTS ENABIJED, 9, SPRAY AIR SOLENOID VALVE CPEN, W. LEL LEVEL HIGH SETP011f 175% OF IVk, LIME 'r) REACHED: & LOCAL ALARM INDICATOR ON b. SPRAY AIR SOLENOID CLOSED3 a. SPRAY AIR SOLENOID REMNNS 40SED AND THE LOCAL ALARM INDICATOR REMAINS ON UNTIL LEL LEVEL, IS LESS THAN 10% Of LFL LtMft 2m —MODE J. AMU4 & 3 OSA DAMPERS To CURE 6ETPOrNT (50% RA I SO% 0$4 PROVE DAMPER OPEN BEFORE STARTING FANS, 2. AMUl 4 3 RETURN AIR CAMPERS TO CURE SETPONT 9% R&W% OW, & EF -1 &3EXHIIi!JSTOAVPERST0CLlRE SETPOIN7(50% RAI 50%OSA), PROVE DAMPER OPEN BEFORE STARTING FANS. 4, EF,2 & 4 EXHAUST DAMPERS CLOSED, 5. SUPPLY FAR TO CURE MOOE AIRFLOW SETPOINT ONITIALLY 22,600CFM EACH UNIT. 45000 CFM TOTAL).. 9, EF -1 & 3 TO CURE AIRFLOW SETPOINT OMIT[ ILLY 23,000 CFM EACH; 0,000 TOTALI cL MODULATE EF -1 1113 TO MAINTAIN PAINT -BOOTH NEGATIVE PRESSURE SETPOfNT JINTIALLY 0,05 IN M 7, EF -2 & 4 OFF, 81 BOOT4 LIGHTS DiSARLEP. it, PROVE FANS Ok 10. PAINT BOOTH TEMPERATURE SENSOR SHALL RESET AMU•2 & 3 DISCHARGE, SET POINT. XMU-2 & S BURNER SHALL MODULATE, VLAAM-2 & 3 BURNER CONTROL. TO MAINTAIN DISQiARGE TEMPERATURE SEETPOINT (WtTALLY SET AT 126 AND DISPLAYED AT LOCAL CONTROL PAWL), 11, LEL LEVEL HIGH SETPOINT (25% OF LEL LINT) REACHED; 4LCICAL AIAW INDICATOR ON bAMU AND EF DAMPERS TO tO01A OSA UNTIL La LEVEL IS LESS THAN 10% OF LEL LIMIT, THEN RETURN CURE MODE SETTINGS, ISMOCKS 1. ALL FANS START INTERLOCKED WITH A=IATE-DOAMPER. 2. LIGHTS OFF FOR CURE MOM, I SPRAY AIR ON WITH FAN PROOF MR PAWTIMODEE. 98RAM NOTE: LOCALALARM LIGHT ON CONTROL, PANEL ANDALARMSIONAL TO DOC SYSTEM 1, FAN PROOF FAILURE Z VFD FAILURE 3, BOOTH PRESSURE SETPOINT FAILURE, 4. FILTER DIFFERENTIAL PRESSURE SETPORIT: & LEL LEVEL SETPOINT ffig ALARM 1. SPRAY AIR SOLENOID VALVE CLOSED, amor- —Opaw"Ty 1, SPRAY AIR SOLENOID VALVE OLD $ED, MODE SELECTION AND BOOTH TEMPERATURE CONTROL SHALL BE CAPABLE OF ACTiVATIONADJUSTMEENT AT THIFOIEMENSBUILDING SERVER. EA 23,000 CFM EA 23,000 CFM EA 23.00 CFM I I I I EA 23,909 CFM, ,BURNER WER JI cm "POL ICONTROL � I MU4 AMU -1 KRA 7 RA RA, CA OA —r . . ........ . . ........ . .. SA45,L CFM I SA46,n. CFM BOOTH LIGHT ISO% FILTERS INTERLM MICIDa _COACHPAINT BOOTH BOOTH TEMP FILTERS PAINT ARRESTOR EF -4 CA 09- L 4( E� ST PLENUM — — — — — — — — — — — — — — — — — — — — — — — — — — — --- — — — — — - — — — — — — — — — — — LL: T L' J BOO' , H OW CONTROL PANEL VFO PAWL, — — — — — — — --- PAINT OFF 0 (CURE ALARM LIGHT MODE SELECTOR gOcF CFF.VN BOOTH TEMPERATURE. LIGHTS BOOTH TS MPEFW� URE SETPOINT i SEE A,10.02 FOR TOBUILDINGLEVEL DDC CONTROL PANEL DETAIL. -/ PANEL MIDDLE COACH PAINT BOOTH CONTROL DIAGRAM ZM SCALE: NTS W -11a MIDDLE COACH PAINT BOOTH CONTROL DIAGRAM /lT'\ ROOF lIPRAYAIR BOOTH PRESSURE CONTROL -2,000 CFM INFILTRATION LEVEL I REVIEWED FOR CODE C011.11PLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION M5T AS NOTED RO TRANSIT DIVISION .T COMPONENT SUPPLY CEN, ER . . . . . . . mmmoa PAINT EXHAWT FAN REPLACEMENT . .. . .............................. . . . iF cons lz�oq cflqim^v'rs WcEihingb"s King County I - ----- MECHANICAL SYSTEM DIAGRAM Depaftem of AND SEQUENCE OF OPERATION J!" PACKAGE Eq Transportalian F ------ ii -1 ow IbLil' 23 mn DAIE t MIDDLE COACH PAINT BOOTH 0 a CRIPPLE PAINT BOOTH, 1. OPERATOKS LOCAL. CONTROL PANEL a,4400ESELECTOR S.WITCH b. TEMPERATURE CONTROL c. BOOTH TEMPERATURE READOUT d. LIGHTS SWITCH L LIGHTS DISABLED DURING CURE MODE a, LEL ALARM INDICATOR LIGHT 2, VIA DDC NETWORK a, OVERRIDE ALL FUNCTIONS VIA THE DOC SYSTEM EXCEPT SAFETY FUNCTIONS. MODES 1, OFF, 2; PANT 31 CURE OFF MORE 1. BOOTH UGHTS ENABLED 2. SPRAY AIR SOLENOID VALVE CLOSED (NC) 3, AMU -4 OSA DAMPERS TO IM74 OPEN. 4, AMU4 RETURN AIR DAMPERS CLOSED, 6,, AT INITIATION OF OFF MODE THE FOLLOWING EQUIPMENT AND SYSTEM SETTINGS SHALL RUN UNTIL THE, LEL SENSOR READS LESS THAN 10% FOR 6 CONSECUTIVE MINUTES; a. PROVE DAMPER OPEN BEFORE STARTING FANS, b, AMU -4 ARE To RUN AT 22AQD CFM AND SHALT. MODULATE allFtHER TO PROVIDE 70 DEG SUPPLY AIR EF -5 TO RUN AT INTERMEDIATE OFF SETPOINT (INITIALLY 23,000 CFM EF -6 OFR d, MODULATE ONE OF THE EXHAUST FANS TO MAINTAIN PAINT BOOTH NEGATIVE PRESSURE SETPOINT (INITIALLY O.05 IN WCL ALTMRNATE THE EXHAUST FAN BEING MOOULATEDIAMUSTED ONCE EVERY I MINUTE. PROVE FANS ON. E. PAINT SOUTH TEMPERATURE SENSOR SHALL RESETAMU4 DISCHARGE SET POINT. AMUA BURNER SHALL. MODULATE, VIA AM" BURNER CONTROL, TO MAINTAIN DISCHARGE, TEMPERATURE SETPOINT (INITALLY SET AT TO AND DISPLAYED ATLOM CONTROL PANEL), S. AMU4, EF -6 & 6 OFF, PAINT MODE 1, AMUA OSA DAMPER TO IBM/. OPEN. PROVE DAMPER OPEN BEFORE STARTING FANS, 2, AMU -4 RETURN AIR DAMPER CLOSED. 1 EF -6 & 6 EXHAUST DAMPER TO 100% OPEN, PROVE OWPER OPEN BEFORE $TART(NG FANS. 4. SUPPLY FAN TO PAINT MODE AIRFLOW (PRESSURE) SETPOINT (INITIALLY 46,0W CFM). 5, EF -5 & 6 TO 100% AIRFLOW SETPOINT (INITIALLY 23,000 CFM EACH, 415,000 CFM TOTAL). a. MODULATE ONE EXHAUST FAN TO MAINTAIN PAINT BOOTH NEGATIVE PRESSURE SETPOINT (INITIALLY 0.05 IN VVC). ALTERNATE THE EXHAUST FAN BEING MODULATED ON A PERIODIC BASIS. S. PROVE FANS ON. 7. PAINT BOOTH TEMPERATURE SENSOR $HALL RESET AMI! OtSCHARGE SET POINT. AMU -4 BURNER $HALL MODULATE, VIA AMU -4 BURNER CONTROL, TO MAINTAIN DISCHARGE TEMPERATURE- SETPOINT UNITALLY SET AT 65 AND DISPLAYED AT LOCAL CONTROL PANEL). 8, BOOTH LIGHTS ENABLED. 9. SPRAY AIR SOLENOID VALVE OPEN. 10,LEL LEVEL HIGH SETPOINT (25% OF LEL. LIMIT) REACHeO. a. LOCAL ALARM INDICATOR ON b, SPRAY AIR SOLENOID CLOSED SPRAY AIR SOLENOID REMAINS CLOSED AND THE LOCAL ALARM INDICATOR REMAINS ON UNTIL LEL LEVEL IS LESS THAN 10% OF LEL LIMIT CURE MODE i, AMU -4 OSA DAMPER TO CURE SETPOINT (60% RA 160% 05A). PROVE DAMPER OPEN BEFORE STARTING FANS. 2,. AMUA RETURN AIR DAMPRR TO CURE SETPOINT (504; RA 150% OSA). 3. EF -5 EXHAUST DAMPER TO CURE SETPOINT (50% RA 150% OSA). PROVE DAMPER OPEN BEFORE STARTING FANS. 4. EF -6 EXHAUST DAMPER CLOSED. 5. SUPPLY FAN TO CURE: MODE AIRFLOW (PRESSURE) SETPOINT (INITIALLY 22500 CFM) - 0, EF -6 TO CURE AIRFLOW SETPOINT (INITIALLY 25,000 CFM). d. MODULATE EF-STO MAINTAIN PAINT BOOTH NEGATIVE PRESSURE SETPOINT (INITIALLY 0,05 IN WC), 7, EF -6 OFF, S. BOOTH LIGHTS DISABLED. 9, PROVE FANS OW 10.FAINT BOOTH TEMPERATIURE SENSOR SHALL RESETAM" DISCHARGE SET POINT. AMU -4 BURNER SHALT. MODULATE, VIA AMU -4 BURNER CONTROL, TO MAINTAIN DISCHARGE TEMPERATURE SETPOINT (INtTALLY SET AT 126 AND DISPLAYED AT LOCAL CONTROL PANEL). 11, LEL LEVEL HIGH SETPOINT (=' . OF LEL LIMIT) REACHEM d. LOCAL ALARM INDICATOR ON bAMU AND EF DAMPERS TO 1005A OSA UNTIL LEL LEVEL IS LESS THAN 10%. OF LEL LIMIT, THEN RETURN To CURE MODE SMNGS,. 1. ALL FANS START INTERLOCKED NTH ASSOCIATED DAMPER. 2. LIGHTS OFF FOR CURE MODE. S. SPRAY AIR ON WITH FAN PROOF FOR PAINT MODE. ALARMS NOTES LOCAL. ALARM LIGHT ON CONTROL PANEL AND ALARM SIGNAL TO DOC SYSTEM 1, FAN PROOF FAILURE 2. VFD FAILURE & BOOTH PRESSURE SETpottxrr FAILURE. 4, FILTER DIFFERENTIAL PRESSURE SETPOINT, 5, LEI. LEVEL SETPOINT e. FREEZESTAT As MEASURED THROUGH DISCHARGE TEMPERATURE. SENSOR. FIRE ALARM 1, SPRAY AIR SOLENOID VALVE CLOSED� REMOTE OPERABILITY 1. SPRAY AIR SOLENOID VALVE CLOSED.MODE SELECTION AND BOOTH TEMPERATURE CONTROL SHALL BE CAPABLE OF ACTIVATIONA0JU61VENTAT THE SIEMENS WILDING SERVER EA 23,000 CFM q EA 23,000 CFA{ t BURNER CONTROL r OA F0- J N AMU4 EP -6 ROOF YL Qj $0% FILTERS S40,000CFMI I CRIPPLE PAINT BOOTH I nT 'rBOOTH TEMP LL— BO OC TH D1OCONTR OL PANEL VF0 PANEL SEE AIMS.02 FOR CONTROL PANEL BOOTH LIGHT INTERLOCK ---SPRAY AIR SOOTH PRESSURE CONTROL -500 CFM INFILTRATION 111 LEVEL 4 --- — — — — INFILTRATION — — — — — — BLDG LEVEL DOC PANEL MIDDLE COACH PAINT BOOTH CONTROL DIAGRAM sc;Ze7j,NTS Est :O CRIPPLE PAINT BOOTH CONTROL PANEL SCALE: WS WAS REVIEWED FOR CODE COi6PLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION M TRANSIT DIVISION 0 A~gt, 411414V 1 I METRO -- --------- *Y s, i R—M 40 AS NOTED COVPONFAT SUPPLY CENTER 210K5 ...... . ... ... ............... ------ M PAINT EYNAUST FAN REPLACEMENT . . . . . ........... . 11" ECHANICAL SYSTEM DIAGRA .......... . ....... Itty MI 436LUOO SIZE M11,03 solufts & somce „a«. -1-1w I 1'�t � - I Department of - ----- AND SEQUENCE 1 100% CONTRACT PACKAGE I ','MAL NCE OF OPERATION, Transportation NOT ONE =K BIWE fW-v1sIc,-4 BY jAF"jj IWEE, IF i CRIPPLE PAINT BOOTH I z4 I I � N =71W.12 1 ACM-11ANMY PAIN OF T 0 ZCURE ALARM LIGHT MODE SELECTOR EE] OFFV N BOOTH TEMPERATURE LIGHTS BOOTH TEMPERATURE SETPOINT CRIPPLE PAINT BOOTH CONTROL PANEL SCALE: WS WAS REVIEWED FOR CODE COi6PLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION M TRANSIT DIVISION 0 A~gt, 411414V 1 I METRO -- --------- *Y s, i R—M 40 AS NOTED COVPONFAT SUPPLY CENTER 210K5 ...... . ... ... ............... ------ M PAINT EYNAUST FAN REPLACEMENT . . . . . ........... . 11" ECHANICAL SYSTEM DIAGRA .......... . ....... Itty MI 436LUOO SIZE M11,03 solufts & somce „a«. -1-1w I 1'�t � - I Department of - ----- AND SEQUENCE 1 100% CONTRACT PACKAGE I ','MAL NCE OF OPERATION, Transportation NOT ONE =K BIWE fW-v1sIc,-4 BY jAF"jj IWEE, IF i CRIPPLE PAINT BOOTH I z4 I I � N =71W.12 1 ACM-11ANMY • • • T /—NG IL $PL . ......... . . . ........ <ED —VPUP 6RCHCONNiCTION NGUP TO VP MAIN xi.. .. . ..... T I'D i"-' t ' > k ,a - « � { € � � t _"" � € ,.:a:l• I �, ''-.�. _s.WY..: � s� sw .e � i -, � ..,M% }� - —7, H JV - - - - - - - ............. T ciD ur- L uj HDJC T'R Sk2� � .. r—rew..^.v ..».....,.:.." � ? £ i NG12 4 -0- 6_7 jib, -NG UP ----------- J 301 MSH (211) _4 G NG UP al i r�' 'j 630 M8H CAPPED OAS LINE J �GASOVETEJ "OUT 4, ION L P --q TO GAS METER T ,02 OR GAS METER READOUT U S M7 OONTIN A�,;ON .......... . . J AL LOCATION MAIN GAS NIETER; 'WAT TO��S t'yoCSC BUILDING MAIN #1 .. .. ...... .... ..... NG UP SEE NOTE I SEE �401TT15 2 — OTE e SEE rigg 3, -SEE N TE 2 SEE OTE4 E N T Wom6REA, NOTES AND LINEWORK ON GAS METER, CSC BUILDING #2 TMIS.SHEET OUTSIDE OF BOUNDARY HAS TO GAS MAIN IGEN PROWD FOR REFERENCE ONLY. %A • .�; �o� Tt a�I,JI R4 NOTES: COMPONENT SUPPLY CENTER AJVD 1, CAUBRATION AND VERIFICATION OF INSTALLED GAS METERS IS TO BE PROVIDED BY CONTRACTOR &!OR $At,, VAL ES REP, ALL 2. INSTALL FDIC GAS MASS FLOW METER IN EXISTING GAS LINE. INSTALL LEVEL I PLAN A METER READOUT IN HALLWAY, SCALE' 2, SEE 4)M5,01 FOR INSTALLATION DETAIL. 4, SEE 5/MS.01 FOR INSTALLATION DETAIL, mm scA4� A L FF 71175 � OR ):ARY H E ONLY. AUK, METRO TRANSIT DIVISION ... ........... I Y AS NOTED SUPPLY CENTER T- CC ------------------ IN IQs em WCATWN 14M F$ mmtgng e m r.,/ dl FAINTEXftAUST FAN REPLACEMENT LEVEL I unv Kin9 A A.V*2404 sArlons & 8elvloe W01 Depart ent of I '100%CON'TRACTPACKAGE — --------- METERING PLAN cmirmeTfick ation transport r BY APPD' OATE WINC'TCNE WM SCALE C00735cl 4 9 1 r, rill, T, UPT6V-9 __RAG30 jw 't A tf,HATER TORCH To T*-/ OONINECTION I i NG ON Up ii t III Mey UP TO HRU-i 2A RADIANT NG UP TO HV -3 HEATER 425 MSH ii t TOI NO UP- AC-f� 150 MBH mm NG UP vj RIM i I HV -20 1184 MSH UPTg, HV -16 is tip TO v - t211 M�H 203 MOH ---- -------- - 1 > i 2, - ---------- -- M; $(UP Ac 103 HEATER i Hlkl 140 . ...... MB11 .......... 7- 1259 BHNG UP TO -6 - .PTO HV226,MSH L cs tF, iV,22 399 MBH UF TO GAS IN :TER, I c MM R! 'i _ER 7 g,"R 0e, UFFTO H 21- 600 MSH I, i UPTo Ar,7 j -------------- ----------- q6- TT11__ iI GAS METER: /Al" v ILI "S 321 M j 11H c sc Nt� N wu UP TO PANEL'P �.::._ t PANEL, 'EA KAAI IR LA' NEL' F MAI BUI*R 1 HEAT 1$U TIT "ON A! -TO-qEM FOR -A 2=;RH OMBEAD�UTJ RADIANT 0' M76 HV rADO tLOCATIOK� 483 MB4 NITS 1 UP TOi di�R qvpl_-� HRLI-25A SEE N07S I H%14 181 MBH EGA�S'.' MET ER, SEE NOTE 2 CS BOOTH CSU UP TO AY -10 z CF r + L ....... . .. Ni �(_)o, M B UPTOj UA .77 146 MB, UP TO HV t RA 70 R40H UP TO ANIU4, 460 b) 16 , , M 1 1 1, 1 , � 0 MSH - -------- - I I R VP DN Ne ON P THIS §k(EU, OUT!SIQE_QF BOLMARY W-11-.. P TO AMU -2 1 MSH Sttt� PRqyI DO FOR REFERENCE ONLY, 11 NO UP TO HV -2 UP TO MV -24 1 �100 MSH 535 M13H UP TO W-23 1�70 MBH 1 -7 Uq TO W 'V-4 2927 MBH �fi it Rv. R I UP TO H -6 HV -15 TO 1P -ji NG ON 70 MsH (12 (4 5i 14 '24 AZA A NOTES, COMPONENT SUPPLY CENTER !No tPiq6W4 t. CALIBRATION AND VERIFICATION OF INSTALLED GAS METERS IS TO BE PROVIDED BY CONTRACTOR WOR SALES REP. LEVEL 2 PLAN Z INSTALL FOIC GAS MASS FLOW METER t1*4 EXISTING GAS LINE, INSTALL TEAZ_�,, ------- MiXg FDIC METER READOUT INHALL WAY AS SHOWN ON M1,01, 3, SEE 4IM5.01 FOR INSTALLATION DETAIL. 1,06 0� . ......... METRO TRANSIT DIVISION ti4 1-17 d AS NOTED AIJ14, TLA E Mw COMPONEENT SUPPLY CENTER I sKi. �TIQN FIE /I FAINT EXHAUST FAN REPLACEMT .......... . . . . . ..... ............ ONE INCH AT FiAl.lo9ay wl: n LEVEL2 100% CONTRACT PACKAGE =3' M7.02 di L Department of METERING PLAN Transportation fiE1nSEON BY APPTI� VATP 26 39 CWPEN A=MMY E_ E gj . zl 9v c-") (3 7 , T A /-HR*j- 2Aa '--HV-q stiff NG DN ....... ..... E4 .7 7 -Z iv I... . ...... VENTS 0 Abo L t r j" 1'e-41VA2 6�) 20 g T _T L I _14V-1 I IC 0 T -,u_ ST� j e Jp `!'iii '€ ICU . .. ........ F R4 1 4'_ cPARATt) 2 1 , 4 AND -0 FOR REFERENCE ONL.Y. 1, THIS SHEET HAS BEEN PROVOC ROVAL NOTES: COMPONENT SUPPLY CENTER ROOF LEVEL PLAN rA--\ SCALE: 11101`0' M1.03 SHEET INCLUDED FOR REFERENCE ONLYI I m"ONW, PROACT Ro*c�ml !#7e A- METRO TRANSIT DIVISION ..... . . .... ..... 61 AS NOTED m VIM$ ----------s. F CONVMNT $UPFLY MWER mArip wigiram f5i cc mv"O":i0mLOCIA110914m, PAJNTE)a4 sumal watkom ILAVOUry lcU9EERNREPtAGEMENT �6_51' Ki . ...... ONEWCHATFULL In ROOF LEVEL Ir -WR . .......... Sok & Ser�m 1 51ZF W.03 100%% ONTMC-T PACMGE Of i zloms Department , J METERING PLAN No. on W IAPPO� DATE N*TM'VNCHSCA.'f, 27 39 M CONVENIENCE RECEPTACLE, DUPLEX THERMOSTAT CONNECTION POINT70 EQUIPMENT SPECIFIED FURNISHED AND INSTALLED UNDER OTHER SECT IONS. RACEWAY, CONDUCTOR AND CONNECTION UNDER THIS SECTION AkINCTION BOX NONFUSED DISCONNECT SWITCH. FUSED DISCONNECT SWITCH STARTER, VAGNETIC COMBINATION MAGNETIC MOTOR STARTER AND DISCONNECT NAMEPLATE, IDENTIFICATION TAG NUMBER, ROOM NUMBER, OR 41ECHMICAL EQUIPMENT DESIGNATION FANEWOARO PUSH BUTTON SIAncH '(4), MOTOR HORSEPOWER AS INDICATED lll� CONDUIT AND RACEWAY NEW CONDUIT AND MYN WIRES ONE -LINE DIAGRAMS � rfy,n POWER TRANSFORMER INPUTICLITPUT CIRCUIT BRENM& SIZE 1% AMPS AS SHOWN ALT, ERNAT(NG CUM NT K - KIP&M LOCK MOTOR STARTER, SIZE AS SHOWN DISCONNECT S' WITCH, MITCH RATING IN AWS 100A .€,1-sDx JUNCTION aox MOTOR, HORSEPOWER AS SHOWN MOTOR STARTER, $1. NEMA SIZE AS SHOWN MOTOR OVEMOAD RELAY NEATER ELECMCALINSTRUMENT, LETTERIN DITE- A - AMPERE METER v - VOLT METER WHNII - WATTmHOlJR METER DRAWING CONVENTIONS (i) THE SECTION IS CUT ON DRAWING A101. SECTION LETTER ELEVATION LETTER A3J)i---ld<RAWING ON WHICH SECTINfaEVATION APPEARS. (2) ON DRAWING A105 THIS SECTION IS IOENTIFIED, -1,---SECTION L ETTER SECTION I" �-X , -DRAWING ONWHICH-SECTION WAS SCALE- &I 11P' TAKEN. (3) DETAILS ARE CROSS-REFERENCED INA SIMILAR MANNER, EXCEPT THAT DETAILS ARE IDENTIFIED BY NUMBERS RATHER THAN BY LETTERS. 04TRUMENT, SWITCH, LETTERS INDICATE' EXlSTlNGCONDUITW"WAfl4G AS- AMPERE METER SWITCH INPUTICLITPUT V6 -VOLT METER SWITCH ALT, ERNAT(NG CUM NT K - KIP&M LOCK MOTOR STARTER, SIZE AS SHOWN FANELSOARD EPICLOSURE I% GROUND CONNECTION POINT CURRENTTRANSFORMER WIRING DIAGRAMS M-CONNECT.SWTCHi 3 -POLE UNLE' $S OTHERWISE 2wT NOTED, RATED 30WPERESjVITH WEATHERPROOF ENCLOSURE NORTH ARROW REVISION REFERENCE DEMOLISH EQUIPMENTICONDUITQNDER /t. HATCHES GENERAL NOTES - i. ELECTRICAL DESrAHS DIAGfVWTIC OWY AND SHALL aE ADJUSTED TOA0,COMMODATE EXISTING FIELD CONDITIONS, THE REQUIREMENTS OF MANUFACTUREfrS PRODUCTS. AND CONTRACT SPECIFICATIONS WHILE MAINTAINING COMPLIANCE WITH APPUCASLE CODES. 2. ALL ELECTRICAL EQUIPMENT AND HARDWARE SHALL BE UL LISTED AND INSTALLED PER MUFACTURERS' RECOMMENDATIONS IN GOMPLIANCE WITH NEC, WAC, NFPA AND CURRENT SEISMIC REOLOT-WENTS, 3, INSTALL A GREEN EQUIPMENT GROUNDING CONDUCTOR. IN ALL NON4PARE CONOUITIa. 4, LASEL ALL JUNCTION AND PULL BOXES WITH PANEL NAME AND CIRCUIT NU,MfIEROF ($I , ALL CIRCUITS CONTAINED %*THIN THE BOX, USE A BLACK FELT-TIP PERM*'ENT MARKER IN DRY UNFINISHED LOCATIONS, AND ADHESNE-BACKED PLASTIC MACHINEPRINTED LA.iELS, WHITE WITH BLACK 4ETTERS IN FINISHED AREAS. 5, FLEXIBLE METAL CLAD (ME VC) WIRING SHALL NOT BE USED. L ALL POWER WIRING SHALL BE NEW &TRkN= COPfFR. TYPE THHNITHM, WITHAMINIMUMSRE OF 8f2 AWC, 7. ALL CONDUIT SHALL BE A MINIMUM OF 39, USE A MAXIMUM OF Ir OF LIQUIDTIGHTi REXISI F METALCONDUIT FOR EQUIPMENT SUBJECT'TO VIBRATION, NOISE TRANSMISSION OR MOVEMENT, AND FOR ALL MOTORS, [NOT, ALL RACEWAY$ PARALLEL AND PERPENDICULAR TO STRUCTURE AND AT PROPER SLFVATN*S. GROUP MULTIPLE CONDUIT RUNS AND NEATLY RACK AND SUPPORT FROM THE. STRUCTURE; KEEP ELECTRICAL CONDUITS FREE FRO41 CONTACT WITH OTHER DISSIMILAR METALS. 6, HEAVY LINES ON PLAN DRAWING$ AND DIAGRAMS INDICATE NEWEQUIP MENTAND MATERIALS. LIGHT LINES ON" DRAWINGS INDICATE EXiSTING EQUIPMENT AND PAT ERIALS. SCREENED LINES INDICATE BUILDING BACKGROUND OR EQUIPMENT PROVIDED BY OTHERS. k LIGHT LINES ON DIAGRAMS I NOfCATE F X$n N, G ELECTRICAL. E 0 i F *ENT AIR D MATERIALS OR NEW ELECTRICAL EQUIPM E NT PROVIDED BY OTHERS, SCREENED LINES INDICATE LOCATION OUTLINES AND OTHER THAN ELEcT,Rtc&- EQUIPMENT ORDEVICES. ABBREVIATIONS A EXlSTlNGCONDUITW"WAfl4G Ito INPUTICLITPUT PNL(",) ALT, ERNAT(NG CUM NT z MOTOR STARTER, SIZE AS SHOWN AFF HOME RUN, REFER TO CONDUIT AND WIRE .€,1-sDx JUNCTION aox AFG SCHEDULE FOR CONDUIT SIZE AND WRING Alc AMPERE INTERRUPTING CAPACITY KCM, KCMIL THOUSAND CIRCULAR MILS MOTOR, HORSEPOWER AS SHOWN ALUMINUM CONDUIT TURNING DOWN KILOVOLT(S) AMU ASR MAKE-UP UNIT KVA KILOVOLT AMPEPEIS) ELECTRICAL DOOR.SWITCH ----o CONDUIT TURNING UP KILOWAn$) AWG AMERICAN WIRE GAUGE LFL LOWER FLAMNWLE LIMIT ANALYZER PisTT cwwrr iDENT;FicATioN Numseft- LIGHT EMITTING DWE Bwe BU LANG P POWER LIGHT, LIGHTING TI w 04"ER C (10M.MUNICATtONSICONTROL LOW VOLTAGE DIFFERENTIAL PRESSURE SENSOR CONDUIT MECH MECHANICAL 08 HT HEAT TRACE (D TEMPERATURE SENSOR CIRCUIT SEAL FITTING MOTOR SWITCH X CONN EQUIPMENT ENCLOSURE N NEUTRAL, NEW CONT SOLENOID SWITCH NORTH ARROW REVISION REFERENCE DEMOLISH EQUIPMENTICONDUITQNDER /t. HATCHES GENERAL NOTES - i. ELECTRICAL DESrAHS DIAGfVWTIC OWY AND SHALL aE ADJUSTED TOA0,COMMODATE EXISTING FIELD CONDITIONS, THE REQUIREMENTS OF MANUFACTUREfrS PRODUCTS. AND CONTRACT SPECIFICATIONS WHILE MAINTAINING COMPLIANCE WITH APPUCASLE CODES. 2. ALL ELECTRICAL EQUIPMENT AND HARDWARE SHALL BE UL LISTED AND INSTALLED PER MUFACTURERS' RECOMMENDATIONS IN GOMPLIANCE WITH NEC, WAC, NFPA AND CURRENT SEISMIC REOLOT-WENTS, 3, INSTALL A GREEN EQUIPMENT GROUNDING CONDUCTOR. IN ALL NON4PARE CONOUITIa. 4, LASEL ALL JUNCTION AND PULL BOXES WITH PANEL NAME AND CIRCUIT NU,MfIEROF ($I , ALL CIRCUITS CONTAINED %*THIN THE BOX, USE A BLACK FELT-TIP PERM*'ENT MARKER IN DRY UNFINISHED LOCATIONS, AND ADHESNE-BACKED PLASTIC MACHINEPRINTED LA.iELS, WHITE WITH BLACK 4ETTERS IN FINISHED AREAS. 5, FLEXIBLE METAL CLAD (ME VC) WIRING SHALL NOT BE USED. L ALL POWER WIRING SHALL BE NEW &TRkN= COPfFR. TYPE THHNITHM, WITHAMINIMUMSRE OF 8f2 AWC, 7. ALL CONDUIT SHALL BE A MINIMUM OF 39, USE A MAXIMUM OF Ir OF LIQUIDTIGHTi REXISI F METALCONDUIT FOR EQUIPMENT SUBJECT'TO VIBRATION, NOISE TRANSMISSION OR MOVEMENT, AND FOR ALL MOTORS, [NOT, ALL RACEWAY$ PARALLEL AND PERPENDICULAR TO STRUCTURE AND AT PROPER SLFVATN*S. GROUP MULTIPLE CONDUIT RUNS AND NEATLY RACK AND SUPPORT FROM THE. STRUCTURE; KEEP ELECTRICAL CONDUITS FREE FRO41 CONTACT WITH OTHER DISSIMILAR METALS. 6, HEAVY LINES ON PLAN DRAWING$ AND DIAGRAMS INDICATE NEWEQUIP MENTAND MATERIALS. LIGHT LINES ON" DRAWINGS INDICATE EXiSTING EQUIPMENT AND PAT ERIALS. SCREENED LINES INDICATE BUILDING BACKGROUND OR EQUIPMENT PROVIDED BY OTHERS. k LIGHT LINES ON DIAGRAMS I NOfCATE F X$n N, G ELECTRICAL. E 0 i F *ENT AIR D MATERIALS OR NEW ELECTRICAL EQUIPM E NT PROVIDED BY OTHERS, SCREENED LINES INDICATE LOCATION OUTLINES AND OTHER THAN ELEcT,Rtc&- EQUIPMENT ORDEVICES. ABBREVIATIONS A AMMETER, AMPERE Ito INPUTICLITPUT AD ALT, ERNAT(NG CUM NT AFF ABOVE FINISHED FLOOR .€,1-sDx JUNCTION aox AFG A0OVE FINISHED GRADE Alc AMPERE INTERRUPTING CAPACITY KCM, KCMIL THOUSAND CIRCULAR MILS AL ALUMINUM KV KILOVOLT(S) AMU ASR MAKE-UP UNIT KVA KILOVOLT AMPEPEIS) AS $WITCH RATING INAMPS KW KILOWAn$) AWG AMERICAN WIRE GAUGE LED LIGHT EMITTING DWE Bwe BU LANG LTG LIGHT, LIGHTING TI w 04"ER Lv LOW VOLTAGE C CONDUIT MECH MECHANICAL 08 CIRCUIT BREAKER MTD MOUNTED w CIRCUIT MTR MOTOR COMM COMMUNICATIONS CONN CONDUIT N NEUTRAL, NEW CONT CONTINUED NC: NORMALLY CLOSED CR CONTROL RELAY NEC NATIONAL ELECTRICAL CODE CTRL. CONTROL NO NORMALLYOPEN CU COPPER NTS NOTTOSCALE OC DIRECT CURRENT PH PHASE DEMO DEMOLITION, DEMOLISH PNL PANEL DET DETECTOR PVC POLYVINYLCHLORIDE DIA DIAMETER FWR POWER DIM DfMENSION 01$Pl DISCONNECT 'OL OVERLOAD DING DRAWING RGS RIGIDGALVAMal) STEEL ELK ELECT14,109 EWP EQUIPMENT SCHED SCHEDULE ETM ELAPSED TIME METER SIN SWITCH EXH EXHAUST SWUD SMCHROARD EXIST EXISTING TSP TMSTEDSHIELDED PAIR F,FU FUSE T)? TYPICAL FOR FEEDER FLUOR FLUORESCENT v VOLTMETER, VOLT FT FOOT VFD VARIABLE FREQUENCY DRIVE G,GND GROUND W WIRE GFf GROUND FAULT 017EIRRUPTER Wtv WITHOUT GAS GALVANIZED RIGID STEEL WP WEATHERPROOF HP HORSEPOWER XFMR TRANSFORMER S-- cFARA-TjF I R"ITAND VA L METRO TRANSIT DIVISION AS ROTED . ..... COMPONENT SUPPLY CENTER __.....mEECON ASSOCIATES INS II 2 CIS ENGINEERS - CONSULTANTS D. RALPH$ PA4NT EXHAUST FAN REPLACEMENT R 41AEK .. . . ......... 181100 CHRISTMSEN ROAA SUITE &W C��&Y'M rp—RME(Ithol ONE WC14AT FULL KI -i -------- --1 nq County SEATTLE, WA8HIW3T0f4 98188 SIZE ___._.._.Ii TEL (�W) 243-15022 ARTKOSKE Department of EOZI I . ELECTRICAL SYMBOLS .......... . ..... 1 06% CONTRACT PACKAGE FAX (M) 243-15M Transportatton I BY illp P -D IF NOT CflE 1w SME REVISION i AND ABBREVIATIO 00135012 AMMMKOLY ck OMEN NS 0 I I gg g 0 COA(J�H PAINTING X119 1 CORRIDORI I EXIST GOND UP TO ROOF MTO EXHAUST FANS, SEE, NOTE 2 EXIST MIDDLI COACH PAINT BOOTH EXIST EXIST JAST -,-,EXST CONTROL PANEL, PNL P4PML.PD P%L 01 PNL F112 SEE NOTE I , F I GENERAL NOTES 1. REFERTODB40UTIONONE LINE DIAGMIONDW'QEUUIFOR OVERALL SCOPE OF DMUTION WOM NOTES 1, Daicm INDICATED wulniw. DISCONNECT EXISTING CONDUITS AND ALL INCOMING WIRING PRIOR TO REMOVAL OF EQUIPMENT. RETAIN EXISTING COMM AND WIRING FOR CONNECTION TO REPLACBMNT PANEL UNLESS NOTED OTHERWISE 2L RETAIN INDICATED EXISTING CONDUIT AND RMIM INTERNAL MN01 3, Dl$CONNECT INDICATED EXISTING CONDUIT AND MING FROM E)(IsnNQ FAINTSOM CONTROL PANEL, RETAIN EXISTING CONDUIT AND INTERNALWIRING FOR RECONNECTM TOA NEW PANEL, SEE OwaG1,02, CRIPPLE PAINT BOOTH ELECTRICAL DEMOLITION LEVEL I PLAN EXIST EQUIP FENCLOSURE Eli i EXIST CONII) EX16TEOUIP W Ii ]RING TO PNL PDA,J ENCLOSORE M A ��PARA-re I L 0A,-11 I P A I NT f7l v LU c "C`ll /.Ipp AIVD VA' .... . .. . ......... UIR, r MIDDLE COACH PAINT BOOTH . . . . . . . . . . . L ELECTRICAL DEMOLITION 'J° LEVEL I PLAN KEY PE SCALE NTS SCALE' MIETRO TRANSIT DIVISION Mel AS NOTED i I Moms ko COMPONENT "PLY CENTER ELCON ASSOCIATES INC i .. . . .......... — — — — ---------- PAINT EXHAUST FAN REPLACEMNT . . . . . .........t ENGINEERS, CONSULTANTS -'KingCouryty ...... 16NO CHRISTENSEN ROAO� SVITE LEVEL I ELECTRICAL SFATTLE, WASHINGTON 98188 Slim ED1.01 100% CONTRACT PACKAGE TEL 006) 243-5022 Department of DEMOLITION PLAN FAX (206) 2"05 2110115 ONE NVI, WALE, Transportation 22 SY APPID DATE CG0T35C12. EXIST C014D TO EXH FANS, 'El NOTE EXIST COND To PNL Pool SEE NOTE 3 MT CRRffwPliPlLE?M \_- BOOTH CONTROL RANEI, UP TO ROM SEE NOTE I SEE DWG ED1,02 EXIST MIDDLI COACH PAINT BOOTH EXIST EXIST JAST -,-,EXST CONTROL PANEL, PNL P4PML.PD P%L 01 PNL F112 SEE NOTE I , F I GENERAL NOTES 1. REFERTODB40UTIONONE LINE DIAGMIONDW'QEUUIFOR OVERALL SCOPE OF DMUTION WOM NOTES 1, Daicm INDICATED wulniw. DISCONNECT EXISTING CONDUITS AND ALL INCOMING WIRING PRIOR TO REMOVAL OF EQUIPMENT. RETAIN EXISTING COMM AND WIRING FOR CONNECTION TO REPLACBMNT PANEL UNLESS NOTED OTHERWISE 2L RETAIN INDICATED EXISTING CONDUIT AND RMIM INTERNAL MN01 3, Dl$CONNECT INDICATED EXISTING CONDUIT AND MING FROM E)(IsnNQ FAINTSOM CONTROL PANEL, RETAIN EXISTING CONDUIT AND INTERNALWIRING FOR RECONNECTM TOA NEW PANEL, SEE OwaG1,02, CRIPPLE PAINT BOOTH ELECTRICAL DEMOLITION LEVEL I PLAN EXIST EQUIP FENCLOSURE Eli i EXIST CONII) EX16TEOUIP W Ii ]RING TO PNL PDA,J ENCLOSORE M A ��PARA-re I L 0A,-11 I P A I NT f7l v LU c "C`ll /.Ipp AIVD VA' .... . .. . ......... UIR, r MIDDLE COACH PAINT BOOTH . . . . . . . . . . . L ELECTRICAL DEMOLITION 'J° LEVEL I PLAN KEY PE SCALE NTS SCALE' MIETRO TRANSIT DIVISION Mel AS NOTED i I Moms ko COMPONENT "PLY CENTER ELCON ASSOCIATES INC i .. . . .......... — — — — ---------- PAINT EXHAUST FAN REPLACEMNT . . . . . .........t ENGINEERS, CONSULTANTS -'KingCouryty ...... 16NO CHRISTENSEN ROAO� SVITE LEVEL I ELECTRICAL SFATTLE, WASHINGTON 98188 Slim ED1.01 100% CONTRACT PACKAGE TEL 006) 243-5022 Department of DEMOLITION PLAN FAX (206) 2"05 2110115 ONE NVI, WALE, Transportation 22 SY APPID DATE CG0T35C12. 0 ��t "rb EXIST EXHAUST FAN, SEE NOTE 2 EXISTING AMU TO BE REMOVED BY OThERS. DEMOLISH ALL t CONNECTION$, EXIST COND DOWN TO SMALL PARTS CRIPPLE FAINT BOOTH AMIJ4 CONTROLPANEL, SEE NOTE I EXIST AMU SUPPLY FAN SEE NOTE 2 05 C6) FAN, SEE NOTE 2 GENERAL NOTES t COORDINATE ELECTRICAL DEMOLITION WORKTO ENSURE POWER CONDUITS AND ALL WIRING WILIL OF DISCONNECTED AND REMOVED BEFORE REMOVAL OF MECHAWAL EQUIPMENT. NOTES t RETAIN INDICATED EXISTING CONDUITAND REMOVE ALL INTERNAL WIRING, CAP CONDUIT FOR FUTURE EXTENSION, Z FASTING MOTOR TO, BE REMOVED BY OTHERS. DISCONNECT AND REMOVE ALL CONDUIT AND ALL WIRING PRIOR,T0 REMOVAL OF INDICATED EQUIPMENT, 3, REMOVE.XISTING STARTERS ANDASSOCIATED WIRING. DEMOLISH ABAMONEDACCESSIBLECONDUIT. REUSE CONDUITAND ENCLOSUREAS APPROPRIATE FOR CONNECTION OF REPLACEWANT MOTORS. CRIPPLE PAINT BOOTH ELECTRICAL DEMOLITION ROOF PLAN SCALE: EXIST EXHAUST EXIST FAN !A�11��', SEE NOTE 2 EXIST EXHAUST FAN, SEE NOTE 2, SEE N=2 EXIST 0OND DOWN TO MIDD4 COACH PAINT BOOTT CONTROL PANEL SEE NOTE I EXIST SUPPLY FAN, SEE NOTES 2 AND 3 �( _4 EXIST SUPPLY FAN, SEEN= E� m U 2AND3 AMIJ-2 HV -15 (F) AMU AMIJ-3 ....... . .... . EXIST EXHAUST FAN, tI EXIST EXHAUST FfN, J EXISTXIST T FAN L SEE NOTE 2 SEEN SEE NOTE 2 \J MIDDLE COACH PAINT BOOTH ELECTRICAL DEMOLITION j- ROOF PLAN s Iia zvo KEY PLAN ,NTS ........... . ... ......... --- ffl=�Arr MMAWt WALE 'l DATF_ METRO TRANSIT DIVISION AS NOTED COMPONFNTi SUPPLY CENTER FAINTEXHAVSTFAN RMAMMENT' 2tlp I5 ENGINEERS, CONSULTANTS A&KLIUEK ----- — --- ELCON ASSOCIATES,INC IS= cmRisTENsEN ROAD, surTe aw .0 SEATTLE. WASHINGTON 90180StYE INCH AT FULL King County 1 ROOF LEVEL ELECTRICAL ......................... ..... ........ . ......... . . . . ......... ---- ----- . .. ............ A 1U0% CONTRACT PACKAGE TEL (M) 243-WZ2 Department of i ED11.02 glma� - I DEMOLITION PLAN FAX(206)243-52€5 Transportation APPD DATE Mcwwpm " 1 ACCOFONOLY 10 �319 EXIST GOND DOWN TO CRIPPLE PAINT ROM CONTROL PANEL, SEE NOTE I GENERAL NOTES t COORDINATE ELECTRICAL DEMOLITION WORKTO ENSURE POWER CONDUITS AND ALL WIRING WILIL OF DISCONNECTED AND REMOVED BEFORE REMOVAL OF MECHAWAL EQUIPMENT. NOTES t RETAIN INDICATED EXISTING CONDUITAND REMOVE ALL INTERNAL WIRING, CAP CONDUIT FOR FUTURE EXTENSION, Z FASTING MOTOR TO, BE REMOVED BY OTHERS. DISCONNECT AND REMOVE ALL CONDUIT AND ALL WIRING PRIOR,T0 REMOVAL OF INDICATED EQUIPMENT, 3, REMOVE.XISTING STARTERS ANDASSOCIATED WIRING. DEMOLISH ABAMONEDACCESSIBLECONDUIT. REUSE CONDUITAND ENCLOSUREAS APPROPRIATE FOR CONNECTION OF REPLACEWANT MOTORS. CRIPPLE PAINT BOOTH ELECTRICAL DEMOLITION ROOF PLAN SCALE: EXIST EXHAUST EXIST FAN !A�11��', SEE NOTE 2 EXIST EXHAUST FAN, SEE NOTE 2, SEE N=2 EXIST 0OND DOWN TO MIDD4 COACH PAINT BOOTT CONTROL PANEL SEE NOTE I EXIST SUPPLY FAN, SEE NOTES 2 AND 3 �( _4 EXIST SUPPLY FAN, SEEN= E� m U 2AND3 AMIJ-2 HV -15 (F) AMU AMIJ-3 ....... . .... . EXIST EXHAUST FAN, tI EXIST EXHAUST FfN, J EXISTXIST T FAN L SEE NOTE 2 SEEN SEE NOTE 2 \J MIDDLE COACH PAINT BOOTH ELECTRICAL DEMOLITION j- ROOF PLAN s Iia zvo KEY PLAN ,NTS ........... . ... ......... --- ffl=�Arr MMAWt WALE 'l DATF_ METRO TRANSIT DIVISION AS NOTED COMPONFNTi SUPPLY CENTER FAINTEXHAVSTFAN RMAMMENT' 2tlp I5 ENGINEERS, CONSULTANTS A&KLIUEK ----- — --- ELCON ASSOCIATES,INC IS= cmRisTENsEN ROAD, surTe aw .0 SEATTLE. WASHINGTON 90180StYE INCH AT FULL King County 1 ROOF LEVEL ELECTRICAL ......................... ..... ........ . ......... . . . . ......... ---- ----- . .. ............ A 1U0% CONTRACT PACKAGE TEL (M) 243-WZ2 Department of i ED11.02 glma� - I DEMOLITION PLAN FAX(206)243-52€5 Transportation APPD DATE Mcwwpm " 1 ACCOFONOLY 10 �319 9 m TCS1€i 12 TO 51410 IN IMKIROXE SLOG IN FW AASH GLDG 35 KChtiLr 5141f ixl 350W L,.TAV,CU ........ SU9STATION �' ��IN� D 5T•Li�02 €�� Std � _�4 � .11 51-1t�8:i5' _-_ ,.�.� t GENERAL NOTES L-3- GGi%°E € l,�) BCE&}1. SEE CC?�iDUiT 8 WIRE BCH�}ULES O€N DAG EG.03 PLIR S!2E OF NEtk GONDUi€S AhT} NE.YI SHSTi�1,4S94f 3 �_._. �Si3TC1}4.8 iCV AIRING. - - i I NOTES M zsasxrxisl. t 2a;Ek%kkiS 1. COORDINATE ELEC"IFid.GEMOLITIONWORK TO ENSURE POWER, CCUOUITSAND ALL WRING ;. N- 2.:nVCi#FRBNT € } 2 UWV Gt m, ,N1TUF4t11K WILL 9E D€SCONNECTED AND REMOVED BEFORE REMOVAL OF INDICATED MECHANICAL I iLu Ts civ. s ; € Raav a s. EQUIPMENT. t I @ € 2. DISCONNECT AND RETAIN INDICATED EXISTING CONDUIT AND ALL INTERNAL WIRING TO BE 2-&3%TRAMF� ! RE-USE£iASSF!(lY+i1(?�iDWGES<Ut, 1 RETAIN ltsY13C:ATED CO/NDU€TS AND R.EA10V£ ALL ANTEF�NAi. WIRING, FOR DETAILED E,Y€ENT OF 1 51-Y-402 7 1 1 t i,X; ELECTRICAL DEMOLITION WORK RE PER TO ELECTRICAL DEMOLITION PLANS ON DwGs E i,01 I _<? 3n E b> Y 40a G€Fr1PAL4 AND ED1.02 ; i 5 € - ^�T 4. DISCONNECT INDICATED FEEDERF'ROMGAGCiATBMr KERAND ATCONTROL PA4f&zJAPEBOTH 4 € 3 ui i l44�L � $kfA PANE. PDA j ............. #1 4oAsuB � � FEElltiwa «� rsQA II E I 118 MA PARES TR FANFL WA` m 1200A BUS, 45#71FV 30 4YV .1•Y•40d iEIE6RFf�F,`Pt) �.--�"iCo'%i e PANE. 1 Pae' IWA4W z aav YT T1 f DEMO IMP l RAAiL. 1176t 14 [U Depaytentof ELECTRICAL DEMOLITIOONTRA=N_ NUM4 ;�23A4� � 22iA ( PAW i FANFL WA` m 1200A BUS, 45#71FV 30 4YV slit qmz. ON o£ EXH EkN Em EXH anally €M FAA 1A34 FAR FAN 'AN, A LIMP f 11 1A -488Y U_Ljj Uh MA M4 2931128V .,,_,,; ., 2W-Av PANEL PA*L ,PYa R4 TOS RErVFO EY tlRNE€Z.�., 5EE NOTA i {%Yt� FCS€T ALL. ER1E"E EXHA 5, FAM'y EtCON ASSOCIATES INC _. _ ___ _ . € ENGINEERS, CONSULTANTS 183130 CHMSTENSEN ROAD, =TE 330 SEA' tLIE, INASHINGTM 881.f3 100 CONTRACT PAC1{AGE TEL 208 243.8022 fAX (208) 243-.2€15 A#�P`0 IRATE f[ .1•Y•40d iEIE6RFf�F,`Pt) �.--�"iCo'%i 1 a x c f DEMO IMP l I ::TSA 1176t 14 SIZE r Depaytentof ELECTRICAL DEMOLITIOONTRA=N_ NUM4 ;�23A4� � 22iA ( PAW i DRYER CONTROL COUR PAM1'Ai.41 ,........ _._:_ PANE:.. ( FURNACE. slit qmz. ON o£ EXH EkN Em EXH anally €M FAA 1A34 FAR FAN 'AN, A LIMP f 11 1A -488Y U_Ljj Uh MA M4 2931128V .,,_,,; ., 2W-Av PANEL PA*L ,PYa R4 TOS RErVFO EY tlRNE€Z.�., 5EE NOTA i {%Yt� FCS€T ALL. ER1E"E EXHA 5, FAM'y EtCON ASSOCIATES INC _. _ ___ _ . € ENGINEERS, CONSULTANTS 183130 CHMSTENSEN ROAD, =TE 330 SEA' tLIE, INASHINGTM 881.f3 100 CONTRACT PAC1{AGE TEL 208 243.8022 fAX (208) 243-.2€15 A#�P`0 IRATE f[ .1•Y•40d iEIE6RFf�F,`Pt) �.--�"iCo'%i 1 a x c 1@25W DEMO IMP =A � IM I ::TSA 1176t 14 SIZE r Depaytentof ELECTRICAL DEMOLITIOONTRA=N_ WA }'MA ;�23A4� � 22iA ( I � 43EA � Im, WNITCNEP=ONE-ONE COUR COW ,........ _._:_ PANE:.. ( FURNACE. _ FAM M.SACE i F;ma ; It ..� PAW- Z,Pt k I ,< P i 'pc, A Apr 1 i RARFL EAK�F§T1 f i.Ah .t JWA4WV: slit qmz. ON o£ EXH EkN Em EXH anally €M FAA 1A34 FAR FAN 'AN, A LIMP f 11 1A -488Y U_Ljj Uh MA M4 2931128V .,,_,,; ., 2W-Av PANEL PA*L ,PYa R4 TOS RErVFO EY tlRNE€Z.�., 5EE NOTA i {%Yt� FCS€T ALL. ER1E"E EXHA 5, FAM'y EtCON ASSOCIATES INC _. _ ___ _ . € ENGINEERS, CONSULTANTS 183130 CHMSTENSEN ROAD, =TE 330 SEA' tLIE, INASHINGTM 881.f3 100 CONTRACT PAC1{AGE TEL 208 243.8022 fAX (208) 243-.2€15 A#�P`0 IRATE f[ ENDS AND COIL AT THE wrTom of #oaosm, RENAME S,RERKa iN PSL soiEDULE AS SPARE. 1 I PANEL PDS 1200A 9US14=77V 353, 4W 11 '2 £ 43F 3i€ 11414 I'1'i 9A % 40CA MA 7 ink � tiaR ! IWA sYJs � 4C�.R � CA � � 951,Li . fres � ��, � LUG i # PANEL PANR F, AK PAINT RnhSL. t �.Et+A�SR c 1 PANEL I� PROP 1 € AKt CO14A a I � ffi t 3 E 7# 1 i T5 € Td 'T7 € cVA4$aV- l J. 40V t� ;s�vA4saw t �t A A4 v. 1 i0WA4UV- 2fr2GY v'^ t 2CffiIlfiaf 2Ctm`32(1'9 2r2GV A j f 1 (T € t # i i? ; : ;1 Taws zov A ' } i € e ; 1 f'A'4t Y [� , f Pt't to ; tLAZIv`i�1OL65 + 'Py ff i[ 3 `ai'Ffi'' j iii 3_fiTEAiAf ."?frD L_J I A i 1 .«....,,. I ....... SEE NOTE 2 aw z I1a2 • I '1�1• 1 �. 1 51um'iC+ LOAD CHANGE - SWBD PDA SVVBD PO c 1@25W DEMO IMP =A � IM I ::TSA 1176t SIZE r Depaytentof ELECTRICAL DEMOLITIOONTRA=N_ Transportation WNITCNEP=ONE-ONE COUR COW $j IPP OFIR. CF't ENDS AND COIL AT THE wrTom of #oaosm, RENAME S,RERKa iN PSL soiEDULE AS SPARE. 1 I PANEL PDS 1200A 9US14=77V 353, 4W 11 '2 £ 43F 3i€ 11414 I'1'i 9A % 40CA MA 7 ink � tiaR ! IWA sYJs � 4C�.R � CA � � 951,Li . fres � ��, � LUG i # PANEL PANR F, AK PAINT RnhSL. t �.Et+A�SR c 1 PANEL I� PROP 1 € AKt CO14A a I � ffi t 3 E 7# 1 i T5 € Td 'T7 € cVA4$aV- l J. 40V t� ;s�vA4saw t �t A A4 v. 1 i0WA4UV- 2fr2GY v'^ t 2CffiIlfiaf 2Ctm`32(1'9 2r2GV A j f 1 (T € t # i i? ; : ;1 Taws zov A ' } i € e ; 1 f'A'4t Y [� , f Pt't to ; tLAZIv`i�1OL65 + 'Py ff i[ 3 `ai'Ffi'' j iii 3_fiTEAiAf ."?frD L_J I A i 1 .«....,,. I ....... SEE NOTE 2 aw z I1a2 • I '1�1• 1 �. 1 51um'iC+ LOAD CHANGE - SWBD PDA SVVBD PO OHP 1@25W DEMO IMP DEW40HP TOTAL, DEMO 150iP >- FAN FAN METRO T NSIT DIVISION 1vR� T AS.NOTEO _.Agm «_. COMPONENT SUPPLY CENTt +aovusLacaYt�waa �� € PA€iU'T'Ei41;AtlSTFAN REPLACE=MESS'? R.ATNER..kY p3tsv' CF NYi ..'�.• _..._..' •. NE�1P[{:F±AT F1,li„L y,t��;. RingCountyl'. SIZE r Depaytentof ELECTRICAL DEMOLITIOONTRA=N_ Transportation WNITCNEP=ONE-ONE Y I DIAGRAM 2110d1. ED6.I 'I at 34 GENERAL NOTES NOTES LINE DIAGRAM ON DWG 96.01 AND RISER WIRING DIAGRANI WITH JINDICATED EQUIPMENTW4 BE FURNMED AND INSTALLED BY OTHERS. k CONDUIT AND VME %MME, 0' N DWO ES43 FOR SIZE OF CONDUITS AND PROVIDE ELECTMCAL CONNECTtONS AS S,40V*, NEW WIRING, LIST PANEL Pak SEE NOfE 5 E0TIPANELPI., 2- RECONNECT'INDICATED CONDUIT AND WRING TO NEW SMALL PARTS CRIPPLE < '.1 PARTIAL ELECTRICAL 6, SEE NOTE 3 t LEVEL 2 PLAN PAINT BOOTH TO PANEL PL, SCA E: TO NEW MIDDLE COACH PAINT BOOTH CONTROL PANEL, SEE KAN BELOW "MMI14--rl MOM EAST PANEL PDB TO NIL PM GD EL UP TO 21 0 LEVEL mpU%GE BOOTH COW PANEL TO EXIS 'FNL PIL CONTROLPANEL PAW WE TO 'L PDA, EE PLAN ABOVE iCl �7 EXIST OVERALL ELECTRICAL LEVEL 1 PLAN SCAM Et.02 KEY PLAN NTS METRO IT DIVISION COMPONENT SUPPLY CENTER I PANT EXHAUST PAN REPLACEMENI[' ENGINEERS , CONSULTANTS !8300 CHRISTENSEN ROAD, SUITE 330 y TEL (208) 248-5022 SSARTK Department of 100% CONTRACT PACKAGE 5 LEVELS 1 & 2 OVERALL —1 �011 FAX (206) 24"20S 1 ransportation DATE wwrawmtsmE IQ 39 7--7 ft-"qslaN _9 2/10/15 ELECTRICAL PLAN SEE DWG E1.02 FOR CONTINUATION -- VFO EF -5 0163 P103 4'F[J EF•ir C10:ii P103 NEW VFO FOR E%5 A EF -6 -- NEW CONT t O i OOF SEE DWG El l C112 r KEWCONOt4TOROOF SEE D, E1 P109 �T, P109 s SEE. NOTE 2 v MIDDLE COACH PANT BOOTH ELECTRICAL CONSTRUCTION LEVEL 1 PLAN 12 SCALE: 18111•0" E1.00 f_._.. CONTINUED ON OWO E1,00 LEVET; 2LLAN F100 I€ SEE NOW 3 P106 NEIVVFDSFpR P1 AMLq 8 A,M€ i EXIST FN€ ! ?LIST P4L P101SEENQTE4F --w Pin t P105 UJSTFI�Ii. PD � EX1sfiNl P12f EXISTPAlP1rlDRYE4 f t fµ C47FIT€E4L tL F10d 0112 F105 j PSOa {€ � `.EXISTEQUIP Ex r coND UP To ROOF SEE DING El 03 SEE NOTE'2 NDV MIDDLE COACH I BOOTH CONTROL PAIS SEE NOTE f 7—C EF -2 NEW VFD FOR EF -3 & VFD (EFA} wo (EF"2) VFD (tom) VFD (EF -4) GENERAL NOTES NOTES 1.. _. REFER TO O E&UNE DIAGRAMI ON € WG E6.01 AND WIRING DIAGRAMS ON 1. INDICATED EQUIPMENT WILL BE FURNISHED AND INSTALLED BY OTHERS. 'G E6,& SEE DWG EC03 FOR SIZE OF NEW CONDUITS AND NEW PROVIDE ELECTRICAL CONNECTIONS AS SHOWN, WIRING, 2. INTERCEPT INDICATED ENSTI;NG CONDUIT COMM FROM ROOF AND 2, ROlTlNG OF CONDUITS TO PAINT BOOTH SENSORS AND CONTROL EXTEND USING NEW CONOVIT TO NEW VFD UNITS AS SHOWN, DRWES IS NOT SHOWN. CONT"StACTOR SHALL COORDINATE WITH PAINT SOOTH CONTROL SYSTEM SUPPLIER TO ESTABLISH EMOT LOCATION OF 3 SEE OWG E1.0�.FDR CONTINUATION, AND GONTROL DEVICES AND PROVIDE CON DVITS AND %I R RG INDICATED 014 DWG E6.02, 4: RECONNECT INDICATED EXISTING CDNOUITANDWINK TONEW MIDDLE COACH FAINT BOOTH CONFROL PANEL; I OAMU_3 C9, ..........._wM..................___.......__.........,.......................... ....... .._....�. • ' " `' �`""` € METRO TRANSIT DIVISION 1 AS NOTED 2h05 ^ N ASSOCIATES,INCINXRLfPgEp9i6CAiaWfin, COMPONENT SUPRY CENTER --- —. - 9 fi. FAtNTEIAUSTFAVRiACfMENNGINERS,CONSULTANTS x oacaR�IsrIslROAD, suaTsD SNE4in CLI 1 ELECTRICAL •SEATTLE WASHINGTON 518i�•LEVEL # SIZE k lh�A�ririNrE+a1h`0Q: 1___._TEL (206) 24&-6WZ& �p8tttteni@SOli I'll COACHFAX ( ) n Transport ONE 04CK eaPF'7tDATE. hna v sccac�tiI D'e PEN I " C0073SC12 PAINT BOOTH 33 � .w.............,..,.......,,�,.,»....�»,....,»:. .,P,....»,...»,.,....., .—». �--..-.....a-..—a-...—.--.-.,e SEE DWG E1.01 FOR CONTINUAWN CRIPPLE PAINT BOOTH ELECTRICAL CONSTRUCTION LEVEL 1 PLAN SCALE. SCALE: E1:90 NOTES 1. INDICATED EQUIPNeW V&L BE FURNISHED, AND INSTALLED BY OTI4ERS PROVIDE ELECTRIM CONNECTION$ A$ SHOWN: 2,1NMCEPTINDICATED iSTINGCONDUIT RISER COMING FROM ROOF, PROVIDE Al MVON BOX FOR Wk ENSION WITH NEW CONDUITS. 3, RECONECTINDICATEOE.)O$TINGPf)f4DUtTANOWf4NG70NBVCFJPPLE PAINT SOM CONTROL PANS 4, SES DWG 61.00 FOR CONTINUATION } I Im {Y::U: cxaxcc w b I METIOTRANStTDIVISION t �-ll��^��^"��� 4 A ( j 5 X. S A AS NOTED i 1 45 ELCON ASS INC � _ �i i&FIPNS AS4rRO I —_ _ 2 COMPQN£NT SUPPLY CENTER a..µ t tt€aA k .f.PF�kxVRR: 3 :4�C':1TlQiF NU' a *,� PAINT "MST PAN RE?TtACEtdENT a.._........_ _-_._-_._......_.. _�.___._ __._�.._._ __ . _....... � . l�...._.__ ENGINEERS, CONSULTANTS i „ kt t{l!`3IIi R ATh`>Cri«Y ' .......»...��.. .,._....�._.._...._.,............,................._. ____ __._ __� .. _ ___._... I830 ORRRISTE14%, ROAD, SUITE 330 � __ __. _._...... ONE INCH AT FULL l iiinfty ! LEVEL I ELECTRICAL SEATTLE, WAMNGTON e8i8g a a ao slzl I E :€92 Department Tlw(2Q6)242100% CONTRACT PACKAGE _ ��� :•.fY(i%kJ �Iz�o��l�a ciffli7�tlN£&VCNSCIa€E be �rtment of PLAN -CRIPPLE UM FAX(206)2435OTransportation _. .. � rNa t yREHI3JN HY lfM.'.8C0C12 PAINT BOOTH GENERAL, NOTES 1, REFER TO OK -LINE DiAGRAti4 ON CWtG W1 AND WRINGD€hGFtW ON DWG E644 SEEAWG BW FOR SIZE OF NEW COND017$ AND NEW WIRtNG, .2. ROUT114G OF CONDUITS TO PAINT ROOTH SENSORS AND CDNTR£1L DEVICES IS NOT SHOWN, CONTRACTOR SHALL COORVINATE WMi PAW BOOTH CONTROL SYs'i 4 SUPPLIER TO ESTABLIVi EMCT LOCATION OP SENSORS AND CONTROL OEW6$ AND PROVIDE CONDUITS AND WIRING l ,�-� f } 115 INDICATED ON DYYG HAL SEE DWG E1.01 FOR CONTINUAWN CRIPPLE PAINT BOOTH ELECTRICAL CONSTRUCTION LEVEL 1 PLAN SCALE. SCALE: E1:90 NOTES 1. INDICATED EQUIPNeW V&L BE FURNISHED, AND INSTALLED BY OTI4ERS PROVIDE ELECTRIM CONNECTION$ A$ SHOWN: 2,1NMCEPTINDICATED iSTINGCONDUIT RISER COMING FROM ROOF, PROVIDE Al MVON BOX FOR Wk ENSION WITH NEW CONDUITS. 3, RECONECTINDICATEOE.)O$TINGPf)f4DUtTANOWf4NG70NBVCFJPPLE PAINT SOM CONTROL PANS 4, SES DWG 61.00 FOR CONTINUATION } I Im {Y::U: cxaxcc w b I METIOTRANStTDIVISION t �-ll��^��^"��� 4 A ( j 5 X. S A AS NOTED i 1 45 ELCON ASS INC � _ �i i&FIPNS AS4rRO I —_ _ 2 COMPQN£NT SUPPLY CENTER a..µ t tt€aA k .f.PF�kxVRR: 3 :4�C':1TlQiF NU' a *,� PAINT "MST PAN RE?TtACEtdENT a.._........_ _-_._-_._......_.. _�.___._ __._�.._._ __ . _....... � . l�...._.__ ENGINEERS, CONSULTANTS i „ kt t{l!`3IIi R ATh`>Cri«Y ' .......»...��.. .,._....�._.._...._.,............,................._. ____ __._ __� .. _ ___._... I830 ORRRISTE14%, ROAD, SUITE 330 � __ __. _._...... ONE INCH AT FULL l iiinfty ! LEVEL I ELECTRICAL SEATTLE, WAMNGTON e8i8g a a ao slzl I E :€92 Department Tlw(2Q6)242100% CONTRACT PACKAGE _ ��� :•.fY(i%kJ �Iz�o��l�a ciffli7�tlN£&VCNSCIa€E be �rtment of PLAN -CRIPPLE UM FAX(206)2435OTransportation _. .. � rNa t yREHI3JN HY lfM.'.8C0C12 PAINT BOOTH m SEE NOTE SEE NOTE 5 C SEE NOTE 5 (— SEE NCrTE5Q_ZL06_) SEE, NOTE $ SEE NOTE 9- NEWDAMPER SEE NOTE 2 P1C WE NOTE 6 rjP1sii / C11? SEE NOTE 5 SEE NOTE 6 I WE NOTE'a WE NOTE 9 ni ---fLI12-NOTE 5 ) SEE SEE NOTES f,? SM NATES, SEE DWG FIX 1 FOR CONTINUATION VP SEE NOTE 7 SEE NOTE 11 SEE NOTE la, SEE DWG E1.01 FOR CONTINUATION NEW EXHAUST I^ EF -1, SEE NOTE 4 NSY DAMPER Ml =iZ SEE NOTE, 11 10 , SEE NINE ,12 SEE NOTE 2 NEW EXHAUST FAN EF -2, SEE NOTE 6 SEE NOTE 5 SEE AMLI-3 —qjAT XTIV NEW EXHAUST FAN, EF-& SEE NOTE 6 NEW DAMPER CEVI 4, -1=0 SEE NOTE 5 M NOTE a M, NOTE 4 - 2 —qjAT XTIV NEW EXHAUST FAN, EF-& SEE NOTE 6 NEW DAMPER CEVI 4, NOTE I SEENOTES 7 SEE NOTE 13 J SEE NOTE 11 P107 �C�WP fi" f - iE I SEE NOTE 7 F10s INA SEE, NOTE$ NESP EXHAUST FAN EF -4 NEW DAMPER Ml SEE NOTE 6 GENERAL NOTES NOTES MIDDLE COACH PAINT BOOTH 1, REFVRTOal&7LINE OWSPAMON DING EPLOT AND WIRING DAGRAMSONOW0 i. INTERCEPT EXISTING CONDUIT UNDER ROOF AND MEND ASSHOVAL 8. CONDUfflWIRING TO BURNER CONTROL, FINAL CONNECTION SHALL BE MADE ELECTRICAL CONSTRUCTION e6,02. SEE D USING MINIMUM €' LQUOTtGHT METAL FLEX CONDUIT OF SAME SZE WG E&W FOR SIZE OF NEW CONDUITS NEW WIRING. ROOf PLM 4 RUN INDICATED CONDUIT UP THROUGH ROOF AND PULL NEW WIRING TO NEW 9, RUN INDICATED CONDUIT UP THROUGH ROOF AND PULL NEW VIRAING M NEW 1 MOUNT DISCONNECT SWITCHES DIRECTLY TO MECHANICAL EQUIPMENT DISMNNECTSWITCH AS SHOVIItL PROVIDEWATERTIGHT SEAL AND FLASHING CONTROL DAMPER AS SHOWN. PROVIDE WATERMI-IT SEAL AND FLASHING WALE: ENCLOSURE, IF ENCLOSURE J$ UNSUITAOLE FOR ATTACHMW'� OF SWITCHES AROUND CONOUlIT PENE r-OTtON, AROUND CONDUIT PENETRATION. PROVIDE UNiSTRUT STAVO TO SUPPORT SWITCHES AND M0 w- ON TOP OF ROOF SURFACE, 3. RUN NEW CONDUIT DOWN TO MIDDLE COACH PAINT BOOTH CONTROL PANEL ON iOl RUN NEW CONDUIT DOWN TO NEW VFVS AN LEVEL 1, PROVIDE WATERPROOF LEVEL 1, PROVIDE WAT EIRTIC-147 SEAL AND F V -5H I N G AROUND NO CON 0 U T ROOF SEAL' AND FLASHING AROUND CONDUIT ROOF PENET , RATION. 3, INTERIOR OF DUCTWORK IS HAZARDOUS AREA PER NEC 611.6" PROVIDE RATED PENETRATTON, SFA FITTINGS FOR ANY DUCT PENETRATION$, 11, RUN NEW WIRE IN EXISTING CONDUIT TO NEW EOWIPMENT CONNECTION. 4, INSTALL NEW J -SOX UNDER ROOF ATTACHED TO STRUCTURAL MEMBERS, iZ CONNECT NEW FLEX CONDUIT FROM EXISTING CONDUIT TO NEW MOTOR 4. ALL ROOFTOP G&VAINIZED ELECTRICAL EDUIPMENT SHALL BEPAJNTED FOR CONNECTION. RUN NEW WIRE. CONTROL OF ZINCIRUNQFF. 5. ROUTE INDICATED CONDUIT UNDER ROOF ATTACHED TO STRUCTURAL MEMBERS. ... .......... 13, TURN EXISTING DISCONNECT FOR. HV23 TO FACE WESTAND ALLOW FUNCTIONAL ACCESS AFTER INSTALLING EXTENDED MIXING SOX TO AMU -3, CONTRACTOR 6, FURNISHED AND INSTALLED BY MECHANfaAL. PROVIDE WUIDITGHT FLEARLE METAL CONDUIT CONNECTION TO FAN MOTOR. $HALL DETERMINE BEST MF-TI40D TO USE EXISTING UNISTRUT FOR REWORKED MOUNTING, INSTALL, FLEX CONDUIT AS NEEDED TO RECONNECT, 7, EXISTING CONDUIT, CONM, NVE DOWN TO LEVEL 1 TONEW WO'S, PULL NEW WIRING, r. SEE DING E1.01 FOR CONTINUATION, alp] METRO TRANSIT DIVISI AS NOM COMPONENT SUPPLY CENTER VIW15 ELICON ASSOCIATES, INC igK�ft- APK040- t PAINT EXHAUST FAN REPLACEMEN T ENGINEERS , CONSUI TANTS tAKLLMEIi k AML I 6M CHRISTENSIEN ROAD, SUITE 330 -J- k— ---v —mL I(Ingcounty ROOF LEVEL ELECTRICAL 1BEATTLE, WASHINGTON 98188 CWCKM I p=ccTqo; ONE Isle" 100% Cc RACT PACKAGE 2"10115 TFL (206) 2"22 Depalfte"t of PLAN - MIDDLE COACH E1,03 FAX (206) 24&5= Transpartaton PAINT BOOTH 0, emp", 000715Ct2 i ACCORMaLy DTE 9 SEE -NOTE 5 141 SEE, NOTE 12 SEE NOTE a -A=SEENOTEll - - --- -------------- NOTE I SEENOTES 7 SEE NOTE 13 J SEE NOTE 11 P107 �C�WP fi" f - iE I SEE NOTE 7 F10s INA SEE, NOTE$ NESP EXHAUST FAN EF -4 NEW DAMPER Ml SEE NOTE 6 GENERAL NOTES NOTES MIDDLE COACH PAINT BOOTH 1, REFVRTOal&7LINE OWSPAMON DING EPLOT AND WIRING DAGRAMSONOW0 i. INTERCEPT EXISTING CONDUIT UNDER ROOF AND MEND ASSHOVAL 8. CONDUfflWIRING TO BURNER CONTROL, FINAL CONNECTION SHALL BE MADE ELECTRICAL CONSTRUCTION e6,02. SEE D USING MINIMUM €' LQUOTtGHT METAL FLEX CONDUIT OF SAME SZE WG E&W FOR SIZE OF NEW CONDUITS NEW WIRING. ROOf PLM 4 RUN INDICATED CONDUIT UP THROUGH ROOF AND PULL NEW WIRING TO NEW 9, RUN INDICATED CONDUIT UP THROUGH ROOF AND PULL NEW VIRAING M NEW 1 MOUNT DISCONNECT SWITCHES DIRECTLY TO MECHANICAL EQUIPMENT DISMNNECTSWITCH AS SHOVIItL PROVIDEWATERTIGHT SEAL AND FLASHING CONTROL DAMPER AS SHOWN. PROVIDE WATERMI-IT SEAL AND FLASHING WALE: ENCLOSURE, IF ENCLOSURE J$ UNSUITAOLE FOR ATTACHMW'� OF SWITCHES AROUND CONOUlIT PENE r-OTtON, AROUND CONDUIT PENETRATION. PROVIDE UNiSTRUT STAVO TO SUPPORT SWITCHES AND M0 w- ON TOP OF ROOF SURFACE, 3. RUN NEW CONDUIT DOWN TO MIDDLE COACH PAINT BOOTH CONTROL PANEL ON iOl RUN NEW CONDUIT DOWN TO NEW VFVS AN LEVEL 1, PROVIDE WATERPROOF LEVEL 1, PROVIDE WAT EIRTIC-147 SEAL AND F V -5H I N G AROUND NO CON 0 U T ROOF SEAL' AND FLASHING AROUND CONDUIT ROOF PENET , RATION. 3, INTERIOR OF DUCTWORK IS HAZARDOUS AREA PER NEC 611.6" PROVIDE RATED PENETRATTON, SFA FITTINGS FOR ANY DUCT PENETRATION$, 11, RUN NEW WIRE IN EXISTING CONDUIT TO NEW EOWIPMENT CONNECTION. 4, INSTALL NEW J -SOX UNDER ROOF ATTACHED TO STRUCTURAL MEMBERS, iZ CONNECT NEW FLEX CONDUIT FROM EXISTING CONDUIT TO NEW MOTOR 4. ALL ROOFTOP G&VAINIZED ELECTRICAL EDUIPMENT SHALL BEPAJNTED FOR CONNECTION. RUN NEW WIRE. CONTROL OF ZINCIRUNQFF. 5. ROUTE INDICATED CONDUIT UNDER ROOF ATTACHED TO STRUCTURAL MEMBERS. ... .......... 13, TURN EXISTING DISCONNECT FOR. HV23 TO FACE WESTAND ALLOW FUNCTIONAL ACCESS AFTER INSTALLING EXTENDED MIXING SOX TO AMU -3, CONTRACTOR 6, FURNISHED AND INSTALLED BY MECHANfaAL. PROVIDE WUIDITGHT FLEARLE METAL CONDUIT CONNECTION TO FAN MOTOR. $HALL DETERMINE BEST MF-TI40D TO USE EXISTING UNISTRUT FOR REWORKED MOUNTING, INSTALL, FLEX CONDUIT AS NEEDED TO RECONNECT, 7, EXISTING CONDUIT, CONM, NVE DOWN TO LEVEL 1 TONEW WO'S, PULL NEW WIRING, r. SEE DING E1.01 FOR CONTINUATION, alp] METRO TRANSIT DIVISI AS NOM COMPONENT SUPPLY CENTER VIW15 ELICON ASSOCIATES, INC igK�ft- APK040- t PAINT EXHAUST FAN REPLACEMEN T ENGINEERS , CONSUI TANTS tAKLLMEIi k AML I 6M CHRISTENSIEN ROAD, SUITE 330 -J- k— ---v —mL I(Ingcounty ROOF LEVEL ELECTRICAL 1BEATTLE, WASHINGTON 98188 CWCKM I p=ccTqo; ONE Isle" 100% Cc RACT PACKAGE 2"10115 TFL (206) 2"22 Depalfte"t of PLAN - MIDDLE COACH E1,03 FAX (206) 24&5= Transpartaton PAINT BOOTH 0, emp", 000715Ct2 i ACCORMaLy 2 'S NEW AM04 REFER TO MeCH SEE NOTE 3 SIKIG'E POINT COWNen,41, POWER ANDC0fR OL CRIPPLE PAINT BOOTH ELECTRICAL, CONSTRUCTION ROOF PLAN /'-A� SCALE., 3/v=1`-6` SEE NOTE 4 SEE NOTE 2 7 6�) \ .r GENERAL NOTES 1, REFER TO, ONE -LINE DAGRAM ON DING EQ.01 AND WIMNO VIAORAM-S ON DI 13 E6,02, SEE DWG KOS FOR SIZE OF NEW CONDUITS AND NEW WRING. 2. MOUNT DIS CONNECT&'Y=qES ORE CTLY TO MECHANICAL EQUIPMENT ENCLOSURE. IF ENC .OSI LREE IS UNSUITABU FOR ATTACHMENT OF SWITCHES, PROVIDE $5 UNISTRUrSTAND ATTACHED TO TOP OF ROOF 3URFACE, 3, INTERIOR Of DUCTWM IS HAZARDOUS AREA PER N6C S4E PROVIDE RATED SEAT. RTrWQS FOR ANY DUCT PENE TRATIONS. AL ALL ROOF70P GALVANIZED ELECTRICAL MIPMEW SRALL BE PAINTED FOR CONTROL OF ZINC RUNW. .NOTES 1, INTERCEPT EXISTING CONDUIT UNDER ROOF AND EXTEND AS SHOWN, Z. RUN NDICATED X7€NDUtT UP THROUGH ROOF AND PULL NEW 0RING TO NEW DISCONNECT SWITCH *.SHOWN, PROVOEWATERTIGKT SEAL AND FLASHING AROUND CONDUIT PENETRATION', FINAL CONNECTION SHALL BE MAD' - USING MINIMUM 6' LONG UQUIDTtGHT METAL FLEX CONDUIT OF THE SkME SIZE I RUN NEW CONDUIT DOWN TO NEW CONTROL PANEL ON, LEVEL 1, PROVIDE WATERTIGHT SEAL AND FLASHING AROUND C*NDUIT ROOF PENETRATION. 4. INSTALL NEW J-6QX UNDER ROOF ATTACKED TO STRUCTURAL MEMBERS. & ROUTE INDICATED CONDUIT UNDER ROOF ATTACHED TO STRUCTURAL MEMBERS, C FURNISHED AND ENSTALLE 0 BY I& CHAN 1 CAL . PROVtO E: L 10 UIDTMT FLEXIBLE METAL CONDUIT CONNECTION TQ FAN MOTOR, 7, EXISTING CONDUIT CONT NUE DOWN TO tY-VEL I TO NEW CRIPPLE PAINT BOOTH CONTROL PANEL PULL NEW WIFONG, 8. MOTORS, VFD`S, AND ALL WIRING AFTER. $NGLE POINT CONNECTION PRE -ASSEMBLED BY AW VENDOR, 9, RUN INDICATED CONDUIT UP THROU GH ROOF AND PULL NEW V41RING TO NEW CONTROL DAMPERAS SH%W PROVIDE WATERTIGHT SEAL AND FLASHING AROUND CONDUIT MET RATION, FINALCOWIECTION SHALLSEMADE USING k0NIMI)RIP LONG LIQ=*K METAL FLEX CONDUIT OF THE. SANTE SIZE 10, WRING TO BURNS CONTROL RUN WITH DAMPER CONTROL. METRO TRANSIT DIVISION AS NOTED lain COMNEN . T SUPPLY CENTER FECON ASSOCIATES, INC F— PAINT521<5 EXHAUST FAN RERACEMENT .... . ... ........ ENGINEERS, CONSULTANTS 163400 C'KRIMNSEN ROAD, SUrfE 330 ONE INCH AT FULL 'M11"Scoutity ROOF LEVEL ELECTRICAL SEAME. WAWNGTON gelft I E1,04 TEL (NO) 243M PLAN - CRIPPLE Department of Transportafion APPI"11 ?ATE PAX (206) 243 U% "49 2/10/15 ' C007=12 PAINT BOOTH TO 51-"12 IN MAIN'TENkNCE BLDG 350 KCM€L; 50, CU - TMmm __.� _ mm < m ., < , < -_ _ ._ ____."__ __.__.________ __ _ _ ._.. ... _..._ .. _ . SUBSTATION A (MEZ2ANINP I SUBSTA71ON V (LOADING DOCK) � p /pry j {€ w.., ♦ .,.... _.. ,_.. . -_. _„,.�, . 1771 51.id•50, K I i 1 rJi.ir..0 tt• ^.—��F^i�"3 TO 5114M IN FUELARASH FLOG WKOKIL,5KV.CU -- Y ` (" sc�iotNr uat �aar�srsEttt , rr GENERAL NOTES �}N SWITCH 4.8,W 1, SEE CCi[VEaiifT 3 WIRE SCNEQI� 4 ON ONl Ed.QS FOR Sl2E QF ltiEYy+ ORL7�GIi! S } I _ _ i hEW WIHES€G: g *, 2 n' E X%k}C 0 zh"sKy CUR Rev ((,^.,,,„ E#vMNGYOt�+E F s G4SdiMMSAFIA S NM/TE i ? I S I. Rt~-CONNEGTEXISTING CGNDOITAND WIRING AS WICATEDINCONDUIT dWIRE t l t» :aA+e.A3mrrTy P { 750 MfA 4&, 4WY&M SCHEDULE TONEW Nt004COACH PANT BOOTH CONTROL PANEL AND CRIPPLE zs&ZTROMfORN£R-� a=a.SY. ai Fft PAINT BOOTH CONTROL PANEL, SEE DWG 2)V3SC1TEQ EQUNTR5l BE FURNISHEDAND INSTALLED BY OYkRS. PROVIDE 7"- WRNGk$S}OkN.I pi P l cis Te A „1 ? M r i 3. INTERCEPT' EY,IS INO CONDUIT AND EXTEND USI NEW C£#Idl?11IT AS SP OWN, ; V£q � € 5<•Ydc3 1 L, YSq PULL INDICATED 'e' RING. l A Wti € SINGS E•PO#4TCflNNCCi90iEQUIPhfFa`iT t N.O. ! PANES. Pt1A. 1200A BUS, 4"MTV, 30,4W -� PANEL P11R 1200ABUS, QA277Y, 30,.4W # 9 1 r �E �Ar�6ASSE8 '''it ''�,_•_.._. I tti ,_ #- 9 t a 4 B 7 yy �S-�-m. ,.,..Eta Itt Sb -i<8._ �a a &re a t a i sal ae it s� Se ze' t d C g Aih.R )l 50A FEED LUG }ggq t 104 � 2 ,`t6dJt 'WA " 2t8'FA MA � MA �- 70A 22% �: � STM � #73A � 2QJA � �i�9. � 17t'Fi � t3ii4 � tiBA � 1T5A� � t2i4 t WA � +R@A i 44A !tom: t50A j SUG ti3Cfi q�.},, gs j $PIAK S I i ! i I LUG. a l SPACES SPACES 3 d 3 3 F I 1 i i i a �ir PAN.'d. PaWB. sP e I PANEL i RfvNEt. j PrV4Yrf P.NaEC F%1 ACE #'+ FUANA�GE, PA#EL. i PAN2'I. PM3Et ? PAN4q.. jjj ; PANEL C�ktlP fi PAt+' S. P�`E:€. PASS. P1ANEL BAitii-SCUTfrI EGEzPATOR PAwEi PROP . I 8 `r*,iC' tt1ELGE:A a ` 'PM' 'AA OR"fER g "PRS' RAG ` 9AM'', "iA` (: "PC" k `i,ai" I "PE` } Ti' _ W2 CRS @ 'f+J' "LC'' 'F � AWKING 'Pfi" I PS A I i CONTROL (L.EFT1 � i AA CLIL#P L"�4 LI c ] I € I I Pi08 I I € i aAw # s NOTE3, K , i q;,_, _ P101 [[[� i OUTI TRAM t £ Tt € i > TS t5 t PMP - 4W r c TE t i a Tt t& .,"'"^<„" '".," DYNO 3�iRVA{$44t. 1....i. x >- 18K+1A 4EJ5:...l a..}.t { W. I H - 1`%.J,..0 JtliftlA aav- {_.i.. ) .,I,.d... ,J #S.KYA 4&AW .3,.R<� rr, .� (^�Y•�,`,"`3S7QC tWAA3# T. _ PXYx\ 4Y.. _...,_.__. ....,,.,. .».,,. T3,'4Yx+$}Y lWA4WV— .,-.-. .,.. xan i zttfaaoY ` I i znsR rr1 zess�Y figTian :zav aca ary 7: _ tai t sir N sr r w Ptt�i Get NOTE r a49y r I € NEYl _..... .....�,.... 3G5 i{F[7 i T } i y+SN£ . PANEL. # NEiY P.&?tE : I I PkY i PAAtiEs. iRLME� Pk,VEI 11AM i PIM& { i gam- E I Rail- ANU ----> • Pia a i'F PAG&E COACH } 'S tx E 'At' "P5' a `Fz° 'P" I "P2` € sPWOWTH ` c a KYAA04Y• I 3StCF'A466Y_ { € C�TRRX. PA't..:. I = I�a � �., � ° acRlrsaYiT 7 I�TTzaenxRY �..._.._....... _._____ I Pt03-.......1 P1p6 Pico. 4M Off, # Off, � P i t#ia,4 SC14 ✓ i WFr' ":. I hEES§ Y'rr3 sEE' ,�..,� Y wo WO 4+fD t = P :t, PAttE€„ E Pik' _. ......__....,....... ,^ �_.... _ 3. # rP € '?3-a.A € NC3'E2I1YPj -- Ep_5 n k:-2 EFd I •PtS' € 'W i r L—.,��-- ^ E .di..,.. .�. _.�Pl' IQa^t'"rita I — rG'E HOiE9 MAO Pilo L a§ d P106 - ? P14A r `�ErtotEB ,-�-.= "-----: KA"RkDGifS —C P104 WtK& WD -w DIM _ LOAD CHANGE M50PISA SWSDPDB mm 4 ISRP 240HP 2i 15HF mm t@10HP ADD 140HP DEMO 110HP ADD 70HP DEMO40HP NET+�30HP NET+3QHP' TOTAL NET +60Hr`a DEMAND CALCULATION PDA (kWj I 1 YR PEAK DEMAND � 316 294 NEW N40TOR L6RD g 92 92 'PDA Int t M 574 69 � � vet vtv � WP WF Em EW NEWMA �ti w _ �"M}+.E�lks FAW A SEE oon 4 SUBTOTAL 940 316 637' NEC DE#iriQ FACTC1F15 76 { 75 144 NEC CALCULATE? [3EPc$AyD 427 9$0F, 761 ' ti;VI"i UKitirt't # ' %A Ut:41 iNU t -VK 54t{Ita=-tMMIJ Vt`i M I IUN JUZNAMU METRO TRw Divisio $`ira31A;AASSgNOTED E YawCOMPONENT SUPPLY CENTERELCON C DLY7APA1JLJNC PANT EXRzUsTFAN REPLACEMENT ENGINEERS ` CONSULTANTS IiWLPit G\ww#"%F 3 iF V I i C�tit pNEtAGHAYFI:tSEATTLE,WASHINcT�ss1� eyo . _ . �70p% CSSNTRACT PA tAGE kaE1N5SCAY �I � II TEL tM) 24,14022 - I ae c P795c 1z lF HCAT Origs'raS4CH.5�CACE �Department of ? i E�.�.01ELECTRIC L CONSTRUCTION ONE -LINE DIAGRAM 31 39 FAX 9FAX (zOe) 243-5M Transportation BY APP'D DATE 2f10 f15 GENERAL NOTES 1, PROVIDE ALL CONDUIT, WIRE, BOXES AND SUPPORT HARDWARE REQUIRED TO INSTALL AND CONNECT EQUIPMENT AND DEVICES SHOWN ON PLANS AND WIRING DIAGRAMS. 2. ALL RACEWAYS MUST BE FREE OF MOISTURE. 3. ALL UNMARKED CONDUITS SHALL HAVE MINIMUM 2#14 AWG & 1#14 AWG GROUND WIRES INSTALLED UNLESS APPROVED OR NOTED OTHERWISE, ALL WIRING SHALL BE FREE OF OPENS, SHORTS, AND GROUNDS. 4. ALL WIRING SHALL MEET ALL APPLICABLE NATIONAL AND WASHINGTON STATE ELECTRICAL CODE ARTICLES. 5. ALL SHIELDS ON SHIELDED CABLES SHALL BE CONNECTED AND BE FREE OF OPENS, SHORTS, AND GROUNDS. 6. THE INTERIOR OF THE PAINT BOOTHS AND THEIR EXHAUST DUCTS ARE HAZARDOUS AREAS PER NEC 516. PROVIDE RATED SEAL FITTINGS FOR ALL PENETRATIONS. -SEE NOTE 1 (TYP) P107 NEW AIR MAKE-UP UNIT NEW DISC SW (TYP) SINGLE -POINT ELECTRICAL DSm"m�FLECT CONNECTION f1,•, 2 7. INSTALL ALL DEVICES AND EQUIPMENT SHOWN ON PLANS AND WIRING DIAGRAMS ON THIS DRAWING IN COMPLIANCE WITH MANUFACTURER REQUIREMENTS OR RECOMMENDATIONS. 8. DEVICES ON DIAGRAM ARE TYPICAL OF MANY. FIELD VERIFY EXACT LOCATION AND QUANTITY. 9. WIRING DIAGRAMS ARE SCHEMATICAL ONLY ASSUMING TYPICAL CONFIGURATION. 10. LOCATION, QUANTITY, WIRING CONNECTIONS, AND PROPER OPERATION OF EXISTING EQUIPMENT AND DEVICES HAVE NOT BEEN VERIFIED, 11. SIZE ALL JUNCTION BOXES PER NEC. SEE NOTE i (TYP) P112 SEE NOTE 3 P110 SEE NOTE 5 ( C108 P106 P� 1� C112 NOTES 1. NEW EQUIPMENT OR DEVICES FURNISHED AND INSTALLED BY OTHERS. PROVIDE INDICATED CONDUIT AND WIRING. TERMINATE WIRING INSIDE ENCLOSURE LEAVING MINIMUM 5 FT SLACK OF COILED WIRES. ALL INTERNAL WIRING CONNECTIONS BY OTHERS. 2. REMOVE EXISTING STARTERS AND ALL ASSOCIATED ABANDONED ACCESSIBLE CONDUIT, WIRE, AND ENCLOSURES. REUSE EXISTING RACEWAY AND ENCLOSURES AS APPROPRIATE. PROVIDE CONDUIT AND WIRING TO INDICATED EXISTING EQUIPMENT OR DEVICES. 3. PROVIDE CONDUIT AND WIRING TO INDICATED EXISTING EQUIPMENT OR DEVICES. RESTORE EXISTING WIRING CONNECTIONS TO INDICATED DEVICES OR EQUIPMENT. 4. EXTEND INDICATED EXISTING CONDUIT AND PULL NEW WIRING AS SHOWN. 5. REUSE EXISTING CONTROL WIRING CONNECTED TO BURNERS AT EXISTING AMU UNITS AND REROUTE AND RECONNECT TO NEW MIDDLE COACH PAINT BOOTH CONTROL PANEL VIA C108, 6. PROVIDE DIFFERENTIAL TEMPERATURE SEAL PER NEC 300.7 FOR THROUGH -ROOF CONNECTIONS. EXIST AIR EXIST MTR STARTER SEE 4 MAKE-UP UNIT NOTE 2 (TYP 2) �m (TYP 2) � ( BURNER CTRL PNL ( i (TYP) i' P112 @@@@ CD -1 1 SEE NOTE CD -1 tt00 t P110 � i i 40 30 fI5 331A $ 1 P105 WP FF3 1 EF -4 1 AMU x _�� ___T 3 3 J £ SEE NOTE ? J 4 1 i I C109 i 1 P105 C108 SEE NOTE 5 P106 LP109 L_ P107 : F ROOF C104 P108 P104 C110 SEE NOTE 4, P105 SEE NOTE 5 TYP SEE 05 P101 NOTE 4 C105 C1 CRIPPLE PAINT BOOTH g TO SWBD PDB TO SWBD PDA MIDDLE COACH PAINT BOOTH SEE NOTE 1 LF P109 FL SEE NOTE 1 P102 s P111 J Pitt 1 SEE NOTE 3 (TYP) 1 SEE NOTE 3 (TYP) TO PAINT BOOTH LIGHTS NEW CRIPPLE PAINT J P106 P106 J NEW TO PAINT BOOTH LIGHTS € DR BOOTH CONTROL MIDDLE COACH DRI PANEL P103 C103 PAINT BOOTH C106 (SEE NOTE 1) C P103 CONTROL PANEL S C103 C103 (SEE NOTE 1) O' I SEE NOTE 1 0 VFD DRIVE BY 0; SEE NOTE i I VFD VFD OTHERS, SEE SEE NOTES VFD VFD VFD VFD VFD VFD € C107 ;© EF -5 EF -6 NOTE 1 (TYP) 3&4 AMU -2 AMU -3 EF -1 EF -2 EF -3 EFA ©; C107 FLOOR SEE NOTE 1 P108 SEE NOTE 1 y J� _ .,... _ _. C102 -- DDC SYSTEM SEE NOTE 3 P108 SEE NOTE 3 DDC SYSTEM w w - w•^ • ^ -A" --- -• — y F �J► © T FA SYSTEM PANEL PL' FA SYSTEM © FILTER \'°^� �.'"�.�"\.f''�,,f'@. \. �°�„�'��.t`� �>;• C101 C102 � �r"°'�°�.3'\�/'�•f\'�.�,..`•�''�,•`,.�a ,: L - 'FIRSf FLOOR _..C101_.. _ ,.�. "_ "...�.d_._. �. _..�._....W... ,....,. .,.a.. _...,� � _ .n.. ,�ee..... �..._..,...�. ....m w .w F RST FLOOR 42 clos CRIPPLE PAINT BOOTH WIRING DIAGRAM VFD DRIVE BY OTHERS, MIDDLE COACH PAINT BOOTH WIRING DIAGRAM 1� � r x SCALE: NO SCALE SCALE: NO SCALE SEE NOTE 1 (TYP) DESIGNED: PROJECT MANAGER: SCALE: DATE' D. RA INC K. AS NOTED METRO TRANSIT DIVISION 2110/15 EtCON ASSOCIATES, Sj� N WRIGHT �t m � DRAWN APPROVED: SITE LOCATION No: COMPONENT SUPPLY CENTER ENGINEERS, CONSULTANTS q if W PAINT EXHAUST FAN REPLACEMENT 180 CHRISTENSEN ROAD, SUITE 330 C M. KLIMEK R. ATHERLEY SEATTLE, WASHINGTON 98188 CHECKED: PROJECT NO ONE INCH AT FULL King County DRAWING NO. 432692-500 SIZE 100% CONTRACT PACKAGE 2/10/15 TU(2W)243-5=0nM � �3 S.RAR'TKOSKE ," Re Near I. Department of E6.02 FAX(206)243-5205 r�ONAL RECOMMENDED: CONTRACT NO: Transportation ELECTRICAL SHEET NO: OF No. REVISION BY APP'D DATE 2/10/15 IFNOTONE INCH, SCALE WIRING DIAGRAMS 38 39 D. CflIPPEN C00735C12 ACCORDINGLY 15� 30A 15 WP ,� 30A WP LA 1„9 f f e� 20A 15; WP � 30A WP I'. 40 ” EF 5 EF-6�ry 1 20 VFD '""" AM -4 VFD NEW EXH FAN MOTOR BY 1 EF -2 i __m EF -1 100 I WPA AMU -2 OTHERS (TYP) ..., ._ i .� . 11 .. _. ROOF f J SEE NOTE 6, TYPIF7 1 i7 71- E NOTE 4 1;—t-977 f i 7 SEE NOTE 5 ( C108 P106 P� 1� C112 NOTES 1. NEW EQUIPMENT OR DEVICES FURNISHED AND INSTALLED BY OTHERS. PROVIDE INDICATED CONDUIT AND WIRING. TERMINATE WIRING INSIDE ENCLOSURE LEAVING MINIMUM 5 FT SLACK OF COILED WIRES. ALL INTERNAL WIRING CONNECTIONS BY OTHERS. 2. REMOVE EXISTING STARTERS AND ALL ASSOCIATED ABANDONED ACCESSIBLE CONDUIT, WIRE, AND ENCLOSURES. REUSE EXISTING RACEWAY AND ENCLOSURES AS APPROPRIATE. PROVIDE CONDUIT AND WIRING TO INDICATED EXISTING EQUIPMENT OR DEVICES. 3. PROVIDE CONDUIT AND WIRING TO INDICATED EXISTING EQUIPMENT OR DEVICES. RESTORE EXISTING WIRING CONNECTIONS TO INDICATED DEVICES OR EQUIPMENT. 4. EXTEND INDICATED EXISTING CONDUIT AND PULL NEW WIRING AS SHOWN. 5. REUSE EXISTING CONTROL WIRING CONNECTED TO BURNERS AT EXISTING AMU UNITS AND REROUTE AND RECONNECT TO NEW MIDDLE COACH PAINT BOOTH CONTROL PANEL VIA C108, 6. PROVIDE DIFFERENTIAL TEMPERATURE SEAL PER NEC 300.7 FOR THROUGH -ROOF CONNECTIONS. EXIST AIR EXIST MTR STARTER SEE 4 MAKE-UP UNIT NOTE 2 (TYP 2) �m (TYP 2) � ( BURNER CTRL PNL ( i (TYP) i' P112 @@@@ CD -1 1 SEE NOTE CD -1 tt00 t P110 � i i 40 30 fI5 331A $ 1 P105 WP FF3 1 EF -4 1 AMU x _�� ___T 3 3 J £ SEE NOTE ? J 4 1 i I C109 i 1 P105 C108 SEE NOTE 5 P106 LP109 L_ P107 : F ROOF C104 P108 P104 C110 SEE NOTE 4, P105 SEE NOTE 5 TYP SEE 05 P101 NOTE 4 C105 C1 CRIPPLE PAINT BOOTH g TO SWBD PDB TO SWBD PDA MIDDLE COACH PAINT BOOTH SEE NOTE 1 LF P109 FL SEE NOTE 1 P102 s P111 J Pitt 1 SEE NOTE 3 (TYP) 1 SEE NOTE 3 (TYP) TO PAINT BOOTH LIGHTS NEW CRIPPLE PAINT J P106 P106 J NEW TO PAINT BOOTH LIGHTS € DR BOOTH CONTROL MIDDLE COACH DRI PANEL P103 C103 PAINT BOOTH C106 (SEE NOTE 1) C P103 CONTROL PANEL S C103 C103 (SEE NOTE 1) O' I SEE NOTE 1 0 VFD DRIVE BY 0; SEE NOTE i I VFD VFD OTHERS, SEE SEE NOTES VFD VFD VFD VFD VFD VFD € C107 ;© EF -5 EF -6 NOTE 1 (TYP) 3&4 AMU -2 AMU -3 EF -1 EF -2 EF -3 EFA ©; C107 FLOOR SEE NOTE 1 P108 SEE NOTE 1 y J� _ .,... _ _. C102 -- DDC SYSTEM SEE NOTE 3 P108 SEE NOTE 3 DDC SYSTEM w w - w•^ • ^ -A" --- -• — y F �J► © T FA SYSTEM PANEL PL' FA SYSTEM © FILTER \'°^� �.'"�.�"\.f''�,,f'@. \. �°�„�'��.t`� �>;• C101 C102 � �r"°'�°�.3'\�/'�•f\'�.�,..`•�''�,•`,.�a ,: L - 'FIRSf FLOOR _..C101_.. _ ,.�. "_ "...�.d_._. �. _..�._....W... ,....,. .,.a.. _...,� � _ .n.. ,�ee..... �..._..,...�. ....m w .w F RST FLOOR 42 clos CRIPPLE PAINT BOOTH WIRING DIAGRAM VFD DRIVE BY OTHERS, MIDDLE COACH PAINT BOOTH WIRING DIAGRAM 1� � r x SCALE: NO SCALE SCALE: NO SCALE SEE NOTE 1 (TYP) DESIGNED: PROJECT MANAGER: SCALE: DATE' D. RA INC K. AS NOTED METRO TRANSIT DIVISION 2110/15 EtCON ASSOCIATES, Sj� N WRIGHT �t m � DRAWN APPROVED: SITE LOCATION No: COMPONENT SUPPLY CENTER ENGINEERS, CONSULTANTS q if W PAINT EXHAUST FAN REPLACEMENT 180 CHRISTENSEN ROAD, SUITE 330 C M. KLIMEK R. ATHERLEY SEATTLE, WASHINGTON 98188 CHECKED: PROJECT NO ONE INCH AT FULL King County DRAWING NO. 432692-500 SIZE 100% CONTRACT PACKAGE 2/10/15 TU(2W)243-5=0nM � �3 S.RAR'TKOSKE ," Re Near I. Department of E6.02 FAX(206)243-5205 r�ONAL RECOMMENDED: CONTRACT NO: Transportation ELECTRICAL SHEET NO: OF No. REVISION BY APP'D DATE 2/10/15 IFNOTONE INCH, SCALE WIRING DIAGRAMS 38 39 D. CflIPPEN C00735C12 ACCORDINGLY via t CONDUIT WIRE SCHEDULE i CONDUIT 10# DESCRIPTION ; 812E QUANT" SIZE i NO"E9 9d P10i FEEDER TO EXISTINEW t>1iML5 COACH 3" 30101110 0 EMT TO RE-CONWECT d ?AINT BOOTH CTRL PNL 34 j 3p3xt ABANDON IN PLACE P102 FEWER TO eYWINEW C€ IPP .S PART BOOTH CTRL PNL 2" 3#1rA ig Q EXIST TO RE 00104ECT i P103 F104 kFEEDERTOEWAUSTFAN VF0 TWO a DI2R$ TO EXHR ST FRN 01640 SWITCHES I 1" 1#10 IS E#i0 1#YO G hCtY WIRING t i FXi.$T 4Q #D PS$S TWO F MRSTOEXHA=FARf*CSMTCHES 1" ww1 ?#1$f# P106 P103 F�OERTQUFtAttSTP;�N€StSC&w"1TCPi F r S�FRTQ4i3STFAN h.9"fOR 3 14' �4 d 3910, 1#1$ G 10,1#1$0 < 3-1Et1CCk1rT411sT 44$0 itAh%FER ACTUATCl;f5WWOi MCUfr 'u- P 2#12, vmG SSE N07B 1 ` P10$ Pi04 P11Q Pill PR' €1 ffECOTOAMOWD, ; FESDERTOAMU RISC %VITCH FfeDERT0 JAWMOTOR PAKi OTHUGPtTi:<aaR-WIT 11N. 1114* 1. tigx�i� 3�` : 3#`1.14$0 &iA, i#S G $44,, Ag 0 2#12 i'Zfx s NM OR EXfST CO i0 AS NOTEi3 ON PLAN i FLE MNOUtT t{ATC#iF3llaTiNii —p— FSEflET€ 117 Ak1ti 41QYC't2 1 114'" 3#4,1#6 0 NETS i5r3R,WG gi EtifiT CCNO i CONDUIT & WIRE SCHEDULE C�i�i#T Olt C4N0 so WIRE OUA+{TTTY8S2E NOTES t 0101 0101 Cm FA MTEU & PAINT BOOTH CTRL PNL KrERFACE iI3C SYSiM & PAINT BOOTH CTRL PI& INTERFACE PAINT, BOOTH CTlrS.PNI,&VFQINTERFACE 314' 39, U14TsP 1040 2014 TSP, 1#14G 60414140 SEE NOTE 1 SEE NOTE i MNOTEI 604 �AMUINWRCEWPAINTBOMCONTROLPNI 34 014,louG � SEE NOTE 1 �y C16 Lt]W.!ER FLW`. A i. `e1A,')1'AHAE.1" R E idCU6T. _ U� k 2414 TSP, ! P S,R NM 1 C108 d PA t B IQiM St4iTC34S€KS± C G` FF ZA' 3ia121N12G 4434.1#140 � � 1 SEE NOTE 1 CR$? Ci0a SOLENOIDAwfTCF }DAMPER AND BURNER CONTROL .CRCUiT,5: j 3�° � Vii° 4#141#1:440 ; 4#14.1#14G SEE, NOTE I .`mNOTE 4 44$0 itAh%FER ACTUATCl;f5WWOi MCUfr 'u- P 2#12, vmG SSE N07B 1 ` Clio i DAMPERACTUATORFSWfITCH TW O CIRCUITS 3w 4112,14°120 i SE1 leOTE 4 GitR i CAMPER ACTt1ATOR1SIVITCHTtMCIRCUITS dlid AMU BURNER CONTROL CIRCUIT is ' 412,191215 4"4 ; SEE NOTE iAND G11Z € MP&R ACTUATMSWTCH SIX ORCUITS Y' 42432;119126 SEE NOTE i 1 n*40AMU.BURNERCONTRIXCIRCUITS 6#14,1K140 NOTIES 1. 1 Fttr^. WIITR• EQUIPMENT Ai DIORSENSORDagCESUPPUERAND PROVIDE TYPE, SIZEAND NUMBERS OF WM A$ NECESSARY, 9 i AS NOTED a E+ -CON ASSOCIATES INC zt�inw+t�. aseF6velr a31Es�s�urrc: ENGINEERS, CONSULTANTS RATh�l'_EY..,,.._-----i...._.... 6M CHRIS e4SEN ROAD, SUITE 330 1 E� SI y !� uwcs r c R nct, AT Fuu Citi :vunk >SEArrLF-, WAS3 INGTON 98168 j 4 "so SIZE I a _ 100% CONTRACTPACKAGE AGE � 2!10175 TEL (2") 24,3.5622 ��� a 5 644111 �&i€ � rc �r _ +.. Ft3tt'#tt ent Cif: sa caa irsr� s t waer w i Tr !.A ! FAX (2tts),243.5i118 to ,n1, ` 2/'71),15 ,s -'"" SC&E s 3 i it)t Na. ��•j >.�� `�•.xPM���REYfBEON .•... BY I.AF(�*'0; F3A`CE p F 4'.- 3 #'Cct1T tlNS A'G1.�'^e31.E F,..:,.�, ., f !`S9fiTGG: 14 I fiCmArm,A4'.iV METRO TRANSIT DIVISION COMPQNENT B PP Y CENTER PAINT EXHAUST FAN REPlAGEhIENT 2#1$1'€5 E6.03 313 39 CSC PAINT BOOTH EXHAUST FAN REPLACEMENT King County Contract C00735C12 Dow Constantine King County Executive Metropolitan King County Council Rod Dembowski Larry Gossett Kathy Lambert Larry Phillips Dave Upthegrove Jane Hague Pete von Reichbauer Joe McDermott Reagan Dunn REVIEWED FOR CODE COMPLIANCE APPROVED JAN 19 2017 City of Tukwila BUILDING DIVISION IN King Coun#y Department of Transportation Metro Transit Division APRIL, 2015 CITY OF TUKWILA DEC 2 91016 PERMIT CENTER MIS 0199 TABLE OF CONTENTS CSC PAINT BOOTH EXHAUST FAN REPLACEMENT CONTRACT C00735C12 DIVISION 0 - BIDDING REQUIREMENTS FORMS AND TERMS AND CONDITIONS 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND SMALL CONTRACTORS AND SUPPLIERS REQUIREMENTS 00130 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS 00300 FORM OF BID 00310 BID GUARANTY BOND 00410 FORMS DUE PRIOR TO CONTRACT EXECUTION BY KING COUNTY 00420 PERFORMANCE AND PAYMENT BOND 00430 INSURANCE REQUIREMENTS 00440 QUALIFICATIONS INFORMATION 00500 AGREEMENT 00600 ADDENDA 00700 GENERAL TERMS AND CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS 011000 SUMMARY OF WORK 011011 CONTRACTOR'S SEQUENCE OF WORK 011012 CONTRACTOR'S USE AND PROTECTION OF PREMISES 011035 HAZARDOUS MATERIALS INFORMATION 012900 MEASUREMENT AND PAYMENT 013100 PROJECT MANAGEMENT AND COORDINATION 013200 CONSTRUCTION PROGRESS DOCUMENTATION 013233 PHOTOGRAPHIC DOCUMENTATION 013300 SUBMITTAL PROCEDURES 013529 HEALTH AND SAFETY REQUIREMENTS 014000 QUALITY REQUIREMENTS 014126 PERMITS AND EASEMENTS 014200 REFERENCE 015000 TEMPORARY FACILITIES AND CONTROLS 016000 PRODUCT REQUIREMENTS 017300 EXECUTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017700 CLOSEOUT PROCEDURES 017823 OPERATION AND MAINTENANCE DATA 017839 PROJECT RECORD DOCUMENTS 017900 DEMONSTRATION AND TRAINING 019113 GENERAL COMMISSIONING REQUIREMENTS DIVISION 02 - EXISTING SITE CONDITIONS 022600 HAZARDOUS MATERIALS INFORMATION 024119 SELECTIVE DEMOLITION C00735C12 page 1 of 2 Table of Contents TABLE OF CONTENTS (CONT.) DIVISION 07 - THERMAL AND MOISTURE PROTECTION 072100 THERMAL INSULATION 075200 MODIFIED BITUMINOUS ROOFING SYSTEM 076200 SHEET METAL FLASHING AND TRIM DIVISION 21 - FIRE PROTECTION SYSTEMS 210500 COMMON WORK RESULTS FOR FIRE SUPPRESSION 211000 AUTOMATIC FIRE PROTECTION SYSTEMS DIVISION 23 - HEATING. VENTILATING AND AIR CONDITIONING 230500 COMMON WORK RESULTS FOR HVAC 230529 PIPING AND MECHANICAL EQUIPMENT SUPPORT 230548 VIBRATION ISOLATION 230553 MECHANICAL PAINTING AND IDENTIFICATION 230593 BALANCING AIR AND WATER SYSTEMS 230700 HVAC INSULATION 230800 SYSTEMS COMMISSIONING 230900 AUTOMATIC CONTROLS 231100 NATURAL GAS SYSTEMS 233000 AIR DISTRIBUTION SYSTEMS 237000 AIR HANDLING EQUIPMENT 237001 AIR MAKE-UP UNIT DIVISION 26 - ELECTRICAL 260051 BASIC ELECTRICAL MATERIALS AND METHODS CONTRACT DRAWINGS C00735C12 C00735C12 page 2 of 2 Table of Contents SECTION 00020 KING COUNTY INVITATION TO BID Project: CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, C00735C12 Sealed Bid Due Time/Date: 1:30 p.m., April 30, 2015 Sealed Bid Location: King County Procurement & Contract Services Section, Contracts Counter, 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104 Engineer's Estimate Range: $625,000 - $770,000. Scope of Work: The work shall consist of supplying all superintendence, labor, material, tools, and equipment required for replacing aging exhaust fans on the middle coach paint booth and cripple booth and to replace an aging Heat and Vent Unit (HVU) for the cripple paint booth; extension of the existing building's DDC control system to the replaced equipment. Mechanical work includes demolition of eight rooftop fans, a rooftop HVU, duct, associated controls; providing six new axial fans, a rooftop HVU, duct, and accessories; DDC controls extended from the existing building system. Electrical work includes power wiring and devices for the new equipment, and control wiring. Work includes roof patching and repair for a new equipment curb, fire protection piping modifications, and structural modifications for the new equipment. Work site: Metro Transit Division, Component Supply Center, 12200 East Marginal Way, Tukwila, WA. Contact Information: Mark Hoge, Contract Specialist, 206-263-9325, TTY Relay: 711, Fax: 206-296-7675, or mark.hoge@kingcounty.gov. A bidder may be asked to put a question in writing. No verbal answers by any County personnel or its agents and consultants will be binding on the County. Pre -Bid Conference: April 23, 2015, 11:00 a.m., 12200 East Marginal Way, Tukwila, WA. A site tour will be conducted immediately following the conference. Hardhats and safety vests are recommended for the site tour. Subcontracting Opportunities: Mechanical (fans, vents, ductwork), Electrical (conduit, power, wiring and devices; control system wiring), Controls (DDC controllers, devices, DC programing), Fire Protection (modifications), Roofing (patching and repair for equipment installation), Structural (modifications for new equipment). Apprenticeship Requirements: No minimum Apprentice Utilization Requirement. SCS Utilization Requirements. 10% minimum requirement for King County Certified Small Contractors and Suppliers (SCS). Bid Guaranty: Not less than five percent (5%) of the Total Bid Price. Bid Documents Electronic copies of the plans, specifications, reference documents, and any addenda for this solicitation are available on the King County Procurement website shown below. Printed documents may also be ordered by contacting United Reprographics at 206-382-1177. Copies of documents are not available for purchase from King County, but are available for review 8:00 a.m. — 5:00 p.m. M thru F. at the Contracts Counter: Chinook Bldg., 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104. To receive email notifications of addenda or other important information concerning this solicitation, you must register to be a planholder under the "Solicitations" tab at the following internet link: Website: http://www.kingcounty.gov/procurement/solicitations C00735C12 page 1 of 2 §00020 2013 Rev 2 (08/26/2013) Invitation to Bid This information is available in alternate formats for individuals with disabilities upon advance request by calling 206-263-9400, TTY Relay: 711. Notes: Bids received after Sealed Bid Time will not be considered. Bidders accept all risks of late delivery, regardless of fault. King County is not responsible for any costs incurred in response to this Invitation to Bid. END OF SECTION C00735C12 page 2 of 2 §00020 2013 Rev 2 (08/26/2013) Invitation to Bid SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1 - GENERAL BIDDING CONSIDERATIONS................................................................................1 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS.....................................1 1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS................................................1 1.03 INSPECTION OF WORK SITE...................................................................................................1 1.04 WAGES.......................................................................................................................................2 1.05 PROGRESS AND COMPLETION...............................................................................................2 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURALRESOURCES............................................................................................................ 2 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF1973, AS AMENDED.............................................................................................................3 1.08 NON-DISCRIMINATION IN CONTRACTING..............................................................................3 1.09 RECYCLED PRODUCTS POLICY..............................................................................................3 1.10 "OR EQUAL" REQUESTS...........................................................................................................3 1.11 PLANHOLDER LIST AND ELECTRONIC DOCUMENTS..........................................................4 PART 2 - PREPARATION AND SUBMITTAL OF BIDS...........................................................................4 2.01 GENERAL....................................................................................................................................4 2.02 TAXES - RULE 171....................................................................................................................4 2.03 BID GUARANTY..........................................................................................................................5 2.04 ACKNOWLEDGMENT OF ADDENDA........................................................................................5 PART 3 - BID EVALUATION AND REJECTION.......................................................................................6 3.01 OPENING AND POSTPONEMENT OF OPENING....................................................................6 3.02 MODIFICATION AND WITHDRAWAL OF BIDS.........................................................................6 3.03 BID EXTENSION.........................................................................................................................6 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES..................................6 3.05 BID EVALUATION AND RESULTS.............................................................................................7 3.06 QUALIFICATIONS OF BIDDER..................................................................................................8 3.07 BID EVALUATION CONFERENCE.............................................................................................8 3.08 SINGLE BID RECEIVED.............................................................................................................8 3.09 REJECTION OF BIDS.................................................................................................................9 3.10 COLLUSION................................................................................................................................ 9 3.11 PROTEST PROCEDURES........................................................................................................ 9 PART 4 - AWARD AND EXECUTION OF CONTRACT..........................................................................11 4.01 GENERAL..................................................................................................................................11 4.02 PERFORMANCE AND PAYMENT BONDS..............................................................................11 4.03 INSURANCE..............................................................................................................................11 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION........................................12 4.05 EQUAL BENEFITS....................................................................................................................12 C00735C12 page iofi §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1 — GENERAL BIDDING CONSIDERATIONS 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS A. Each Bidder shall thoroughly examine and be familiar with the Contract Documents including the terms and conditions, specifications, drawings, addenda (if any) and other requirements, which are contained in this solicitation package. B. Each Bidder has an obligation to notify King County (herein after also referred to as "County"), in writing and prior to bid opening, of any ambiguity or inconsistency in or between the Contract Documents. Failure to notify the County prior to bid opening of any such ambiguity or inconsistency the Bidder discovered or should have discovered shall result in the waiver of any and all rights of the Bidder to claim additional time or compensation, if the County executes the Contract (i.e., the County signs the Agreement, §00500), relating to or arising from the ambiguity or inconsistency. C. The submittal of a bid shall constitute an acknowledgment upon which King County may rely that the Bidder has obtained, thoroughly examined, and is familiar with the Contract Documents and has reviewed and inspected all applicable federal, state and local statutes, ordinances and regulations relating to the work and all permits which have been applied for and/or issued pertaining to the work. D. The failure or neglect of a Bidder to obtain, receive, or examine any of the Contract Documents, statutes, ordinances, regulations and permits shall in no way relieve the Bidder from any obligations with respect to its bid or to the Contract. No claim for additional compensation or time will be allowed which is based upon a lack of knowledge or misunderstanding of any of the Contract Documents, statutes, ordinances, regulations, permit requirements, or other materials referenced or incorporated herein. 1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS A. No oral clarification or interpretations will be made to any Bidder as to the meaning of the Contract Documents. Requests for clarifications shall be made in writing (via e-mail, fax, or delivery) to the Contract Specialist identified in §00020 at least seven (7) days before the bid opening date. B. Clarifications by King County will be in the form of addenda to the Contract Documents. Upon issuance, such addenda for this solicitation will be posted on the Solicitation Details page, at the following website, and are part of the Contract Documents. C. Bidders shall not rely upon any oral statements or conversations, whether at the pre- bid conference or otherwise, they may have with King County employees, agents, or representatives regarding the Contract Documents. D. To receive email notifications of addenda or other important information concerning this solicitation, you must register to be a planholder under the "Solicitations" tab at the following website. Only registered planholders will be notified by email that an addendum has been issued. Website: http://www.kingcounty.gov/procurement/solicitations 1.03 INSPECTION OF WORK SITE A. Bidders shall carefully inspect and compare the work site and Contract Documents to satisfy themselves, by personal examination, physical testing or by such other means as they C00735C12 page 1 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders may prefer, of the location of the work, the actual physical conditions of the site, surface and subsurface conditions, and conditions ordinarily encountered and generally recognized as inherent in the work. Bidders shall obtain written permission from property owner prior to entering the site and prior to conducting physical testing. If, during the course or as a result of such inspection, examination and testing, a Bidder finds facts or conditions which appear to conflict with the letter or spirit of the Contract Documents, or with any other data or material made available to the Bidder relating to the work, the Bidder shall promptly notify the King County Procurement and Contract Services Section (PCSS) in writing for additional information and clarification before submitting a bid. Failure to so notify the County prior to bid opening of any such facts or conditions shall result in a waiver of any and all rights of the Bidder to claim additional time or compensation, if the Contract is executed, relating to or arising from such facts or conditions. B. The submittal of a bid shall constitute the Bidder's acknowledgment, based on the Bidder's own knowledge, examination, inspection and testing as well as review of the Contract Documents, that the Bidder has satisfied itself as to the following: (1) the quality, character and quantity of subsurface conditions materials or obstacles to be encountered insofar as this information is reasonably ascertainable from the inspection of the site and Contract Documents; (2) access to the site; (3) environmental factors and mitigation requirements; (4) all other data, matters and conditions requisite to the fulfillment of the work; (5) conditions ordinarily expected to be encountered or generally recognized as inherent in the work; (6) requirements imposed by easements and permits; and, (7) existing and available services and utilities at and in the vicinity of the site of the work and not on any representation or warranty of King County. No claim for additional compensation will be allowed which is based upon a misunderstanding or lack of knowledge, examination, inspection and/or testing of any of the above items by the Bidder. C. If there is a need for special arrangements or sign interpreters at the pre-bid conference or bid opening, please call PCSS at 206-263-9400, TTY Relay: 711, three (3) days in advance of the conference or bid opening. 1.04 WAGES This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in the Bidder's bid price adequate increases in such wages during the performance of this Contract. For the convenience of Bidders, a copy of the most recent prevailing wage schedules are found in §00130. Bidders must comply with most current prevailing wage rates. 1.05 PROGRESS AND COMPLETION Time is of the essence for this Contract. Progress and completion of the work shall comply with all requirements herein, and intermediate and final completion dates as may be set forth in the specifications. The submittal of a bid constitutes the Bidder's acknowledgment that such intermediate and final completion requirements have been taken into account in formulating its bid for this work. 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES If a Contract is executed by the County, the Contractor shall fully comply with all such environmental protection laws, ordinances and regulations dealing with prevention of C00735C12 page 2 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders environmental pollution and the preservation of public natural resources that may be applicable to this Project. The cost of such compliance shall be included in the bid prices. 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED A summary of the requirements and instructions is contained in §00120. 1.08 NON-DISCRIMINATION IN CONTRACTING A. It is the policy of King County to provide equal employment opportunities and an equal opportunity for all businesses to participate in providing goods and services to King County. B. King County has an affirmative action policy relating to employment (King County Code chapter 12.16), a non-discrimination in contracting policy (King County Code chapter 12.17), and a fair employment policy (King County Code chapter 12.18). A summary of the requirements, instructions, and submittals is contained in §00120. It is each Bidder's obligation to review this information and comply with all requirements when submitting a bid for this Contract. 1.09 RECYCLED PRODUCTS POLICY 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 County, 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 "OR EQUAL" REQUESTS A. Except as provided in sub -paragraph C below, when product, material or equipment is specified by one or more patents, brand names, or catalog numbers proprietary name or name of manufacturer or any combination there of, it shall be understood that this is for the purpose of defining the performance process, article desired or other salient requirements, and shall be deemed to be followed by the words "or equal," whether or not such words appear. Other products, materials or equipment, of equal or better capacities, quality and function, may be considered by the Project Representative upon the Contractor's request for "or equal" determination. B. Bidders (no subcontractors, suppliers, or materialmen) may submit written requests for approval of an "or equal" determination during the bidding period. Requests must be submitted to the Contract Specialist, identified in §00020, not later than ten (10) days prior to the date of bid opening. Proposed "or equal" products, materials, or equipment not added to the technical specifications by addenda five (5) days before bids are due shall be considered having been rejected as not equal. C. Under no circumstances will a substitution or a proposed "or equal" product be considered for an item which is identified as no equal, sole source, no substitutions and/or pre- qualified. D. Bidders must provide sufficient documentation to enable the County to review the product documentation and determine if the products, materials, or equipment are "equal". Bidder shall provide any additional documentation requested by the County in a prompt and timely manner. C00735C12 page 3 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders 1.11 PLANHOLDER LIST AND ELECTRONIC DOCUMENTS A. Updated planholder lists may be obtained online. Interested parties must self - register to add themselves to the Holders List. B. Electronic copies of the ITB package, reference documents, and any addenda for this solicitation are available on the internet. Full information is available at: http://www.kingcounty.gov/procurement/solicitations PART 2 — PREPARATION AND SUBMITTAL OF BIDS 2.01 GENERAL A. Bids shall be made on the forms in §00300. The completed forms constituting the bid shall be enclosed in a sealed envelope addressed to King County Procurement and Contract Services Section ("PCSS"), M.S. CNK -ES -0340, 3rd Floor, Chinook Building, 401 Fifth Avenue, Seattle, WA 98104, and labeled with the Contract Number, Contract Title, and the Bidder's name. The remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind to the bid. Bids which contain omissions, erasures or irregularities of any kind may be rejected. Any qualification, addition, limitation or provision attached to or contained in a bid may render the bid non-responsive. No oral, facsimile, telegraphic or telephonic bids or modifications will be considered. B. All bids shall be signed by the Bidder, or the Bidder's authorized representative. If the bid is made: 1. By an individual, the Bidder's name, signature, and address must be shown; 2. By a partnership or joint venture, it shall contain the names of each partner, the mailing address of the partnership or joint venture and shall be signed in the firm name, followed by the signature of the person signing, indicating that person's position in the partnership or joint venture; or 3. By a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown. C. King County is not responsible for any cost incurred in response to this Invitation to D. Upon request of King County, the Bidder shall provide copies of the articles of incorporation, bylaws, resolutions of board of directors, partnership papers, joint venture agreements, and any other documents evidencing the legal status of the Bidder and the authority of the Bidder's officer or representative who signed the bid on behalf of the Bidder. 2.02 TAXES – RULE 171 A. King County has determined that the Work to be performed under this Contract is exempt from the retail sales taxes pursuant to RCW 82.04.050 and WAC 458.20.171 ("Rule 171"). Therefore, retail sales taxes (state and local) will not be paid by King County on the Contract Price. Bidders are advised that they may be considered the consumers of all materials, equipment, and supplies, including prefabricated and precast items, used or consumed by them in performing the Work and would be responsible for paying the retail sales/use tax to their materialmen and suppliers. Bidders shall include an amount equal to such taxes, if applicable, in their bids. If a Bidder has questions regarding the application of Rule 171, the Bidder should contact the Washington State Department of Revenue. C0073SC12 page 4 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders B. Other than state or local retail sales tax on the Contract Price as specified above and except as provided in subparagraph C of this paragraph 2.02, the Bidder shall include in the Bidder's proposed price(s) all applicable taxes which the Contractor will be required to pay for the Work under this Contract. For example, the County will not add sales tax the Contractor pays on the purchase of tools, machinery, equipment or consumables not integrated into the Work. No adjustment will be made in the amount to be paid by King County under this Contract because of any misunderstanding by or lack of knowledge of the Bidder/Contractor as to liability for, or the amount of, any taxes for which the Bidder/Contractor is liable or responsible by or under this Contract or because of any increases in tax rates imposed by any federal, state or local governments. C. Should the Washington State Department of Revenue determine portions or all of the Work do not qualify for the exemption, the Contract will be amended to add any retail sales tax and deduct or otherwise adjust for retail sales/use taxes calculated by the successful Bidder as part of its bid price to be paid to materialmen/suppliers in performance of the Contract. D. No increase will be made in the amount to be paid by King County under this Contract because of any misunderstanding by or lack of knowledge of the Contractor as to liability for, or the amount of any taxes for which the Contractor is liable or responsible by law or under this Contract or because of any increases in tax rates imposed by any federal, state or local government. 2.03 BID GUARANTY A. The bid shall be accompanied by a bid deposit in the amount equal to at least 5% of the Total Bid Price. The bid deposit shall be in one of the following formats and made payable to KING COUNTY: (1) a bid guaranty bond, using either the form provided in §00310 or a form acceptable to King County which contains provisions substantially similar to those in §00310, duly completed by a guaranty company authorized to carry on business in the state of Washington; or (2) a postal money order, a certified check, or cashier's check drawn upon a banking institution with a branch office in the state of Washington. The surety signing the bid guaranty bond shall be registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. Failure to submit the required bid guaranty shall render the bid non-responsive and the bid shall be rejected. B. The amount payable to King County under the bid guaranty bond, or the certified or cashier's check or postal money order and the amount thereof, as the case may be, shall be forfeited to King County in case of a failure or neglect of the Bidder to furnish, execute and deliver to King County the required Performance and Payment Bond and evidences of insurance and to enter into, execute and deliver to King County the Contract on the form provided in the Contract Documents within five (5) days after being notified in writing by King County that the Bidder has been selected and the Contract is ready for execution by the Bidder. Forfeiture of the bid guarantee shall not limit the County's right to recover damages from the Bidder caused by the Bidder's failure to execute the Contract. C. King County will return bid guarantees of all bidders in accordance with §0010014.04. 2.04 ACKNOWLEDGMENT OF ADDENDA A. Each Bidder shall include on the Form of Bid in §00300 specific acknowledgment of receipt of all addenda issued during the bidding period. C00735C12 page 5 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders PART 3 — BID EVALUATION AND REJECTION 3.01 OPENING AND POSTPONEMENT OF OPENING A. At the time and place set forth in the Invitation to Bid for the opening and reading of bids, each and every bid (except those which may have been properly withdrawn) received prior to the scheduled closing time for receipt of bids will be publicly opened and read aloud by the King County PCSS staff, irrespective of any irregularities or informalities in such bid. The time and place set forth in the Invitation to Bid for opening and reading the bids may only be changed by addendum. B. King County reserves the right to postpone the date and time for opening of bids at any time prior to the opening of bids. C. The time stamp clock located in the PCSS is the County's official bid clock for this solicitation. Timeliness of bid submittals will be determined using only this clock. 3.02 MODIFICATION AND WITHDRAWAL OF BIDS A. Modifications or withdrawal of bids already received will be considered only if the requested modification or withdrawal is made prior to the scheduled closing time for the receipt of the bids. All modifications or withdrawals must be made in writing, over the signature of the Bidder. 3.03 BID EXTENSION A. King County reserves the right to request Bidders to grant an extension of the effective period of the bid. Such grant shall not be unreasonably withheld. If a Bidder pursues a protest and/or request for reconsideration, its bid is deemed extended until the County executes a contract, or until the protest or request for reconsideration is withdrawn by the Bidder. 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES A. Prices set forth in the bid will be reviewed by King County for mathematical accuracy. B. King County, in its sole discretion, informalities, and immaterial irregularities when result in displacement of a low bidder. reserves the right to waive minor bid errors, it is in the County's best interest and does not C. The County reserves the right to correct arithmetical errors and discrepancies between unit prices and extended amount and/or written words or numbers under the following circumstances: 1. The Bidder verifies the error and/or discrepancy; 2. Existence of the arithmetical error and/or discrepancy is ascertainable from the face of the bid; 3. The intended bid is ascertainable from the face of the bid; and 4. Correction of the arithmetical error and/or discrepancy does not result in displacement of a low Bidder. D. Where the bid is readily susceptible of being interpreted as offering either one of two prices shown on the face of the bid, one of which is low and the other is not, the bid must be rejected. If the evidence of the arithmetical error or discrepancy is clear and convincing the Bidder may be permitted to withdraw its bid. E. In the event a Bidder believes it made an error on its bid, the Bidder shall provide written notice of such claim. The Bidder shall provide to King County supporting evidence for such claim including cost breakdown sheets. King County reserves the right to require the C00735C12 page 6 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders submittal of other bid records or information as King County may deem necessary to evaluate the Bidder's claim of error, or any error as may be identified by King County during its review of the bid. F. Any review by King County of a bid and/or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on King County to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the Bidder or Contractor. 3.05 BID EVALUATION AND RESULTS A. Bids will be evaluated by King County to determine which bid is the lowest, responsive bid by a responsible Bidder. B. Within the period after the opening of bids stated in the Form of Bid, King County will either issue a Notice of Selection, reject all bids, or take such other action as may be in its best interest. A written notice of selection delivered to the Bidder in person, by US mail, UPS, email, or facsimile, will evidence the selection of the lowest responsive and responsible bid. C. Bid results will be posted on the PCSS website, generally within 24 hours of bid submission, at http://www.kingcounty.gov/procurement/solicitations. D. Reciprocal Preference for Resident Contractors In accordance with RCW 39.04.380, King County is enforcing a Reciprocal Preference for Resident Contractors. Any public works bid received from a Nonresident Contractor from a state that provides a percentage bidding preference, a comparable percentage disadvantage must be applied to the bid of that Nonresident Contractor. States that currently provide bidding percentage preferences to resident contractors are: Alaska, Nevada, New Mexico and Wyoming. 2. A "Nonresident Contractor" is a contractor that: (a) is from a state that provides a percentage bid preference to its resident contractors bidding on public works contracts; and (b) at the time of bidding on a public works project, does not have a physical office located in Washington. 3. The state of residence for a Nonresident Contractor is the state in which the contractor was incorporated or, if not a corporation, the state where the contractor's business entity was formed. 4. All Nonresident Contractors will be evaluated by the County for an out of state percentage bidding preference. If the state of the Nonresident Contractor provides a contractor percentage bidding preference, a Comparable Percentage Disadvantage ("CPD") will be applied, by the County, to the Nonresident Contractor's Total Bid Price during bid evaluation. The CPD is the percentage bidding preference advantage, provided by the Nonresident Contractor's home state. 5. For the purpose of determining the low bidder, the County shall multiply the Nonresident Contractor's Total Bid Price by the CPD. The CPD shall be added to the Nonresident Contractor's Total Bid Price which equates to the Nonresident Contractor's Disadvantage Total Bid. This Nonresident Contractor's Disadvantage Total Bid shall be compared to the other bidder(s) Total Bid C00735C12 page 7 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders Price(s) for the solicitation and the bidder with the lowest total bid shall be the low bidder for this solicitation. See example below. EXAMPLE: Alaska Nonresident Contractor's Total Bid Price $100,000 Multiplied by the Alaska CPD x 0.05 Alaska CPD Total $ 5,000 Alaska Nonresident Contractor's Total Bid Price +$100,000 Alaska CPD Total $ 5,000 Nonresident Contractor's Disadvantage Total Bid $105,000* * NOTE: If the Nonresident Contractor's Disadvantage Total Bid is lower than the other bidder(s) Total Bid Price(s), the Alaska Nonresident Contractor will be the low bidder, and if found responsible, will be awarded a contract for the Total Bid Price of $100,000. If the Nonresident Contractor's Disadvantage Total Bid is higher than the other bidder(s) Total Bid Price(s), the bidder with the lowest Total Bid Price, if found responsible, will be awarded a contract for their Total Bid Price. 3.06 QUALIFICATIONS OF BIDDER A. In accordance with RCW 39.04.350 the low responsive bidder shall demonstrate, to the satisfaction of King County, that the Bidder and/or its project team are responsible and qualified, at the time of bid submittal, to perform the Work under this Contract. §00440 of the Contract Documents contains the mandatory and supplemental criteria, if any, for Bidder responsibility. The Bidder shall promptly prepare, complete, and submit the required information to King County within the time specified. In the event a Bidder fails to provide qualification information as required in §00440, or other information requested by King County, the Bidder may be rejected as not responsible. 3.07 BID EVALUATION CONFERENCE A. Prior to notice of selection, if requested by King County, the apparent low Bidder shall attend bid evaluation conference(s). King County will hold a bid evaluation conference only if King County deems it is necessary. The Bidder shall bring to the conference any documents or information required by King County as necessary for review. B. By conducting a bid evaluation conference, King County does not waive its right to make determinations regarding responsiveness and responsibility of the Bidder. 3.08 SINGLE BID RECEIVED A. If King County receives a single responsive, responsible bid, King County shall have the right, in its sole discretion, to extend the bid acceptance period for an additional 45 days and to conduct a price or cost analysis on such bid. The Bidder shall promptly provide all cost or pricing data, documentation, and explanation requested by King County to assist in cost and price analysis. By conducting such analysis, King County shall not be obligated to accept the single bid; King County reserves the right to reject such bid or any portion thereof. B. By way of explanation but not as limitation, the terms "price analysis" and "cost analysis" are generally described as follows: (1) "price analysis" means the process of examining and evaluating a bid price without evaluating its separate cost elements and proposed profit; and (2) "cost analysis" means the review and evaluation of the separate cost elements and proposed profit of (a) the Bidder's cost or pricing data, and (b) the judgmental C00735C12 page 8 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders factors applied in projecting from the data to the estimated costs, in order to form an opinion on the degree to which the proposed costs represent what the contract should cost, assuming reasonable economy and efficiency. 3.09 REJECTION OF BIDS A. Bidders are advised that the King County reserves the right to reject any and all bids at any time. King County also reserves the right to not execute the Contract even after the notice of selection has been issued. B. King County may reject any bid, any portion of any bid or all bids for any reason including, but not limited to: any bid which contains any omission, erasure or irregularity; any bid which has any qualification, addition, limitation, or provision attached to or contained in the bid; any bid lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Form of Bid; any bid in which prices are unbalanced in the opinion of King County; any bid accompanied by insufficient or irregular bid guaranty; any bid found non-responsive by King County; any Bidder found by King County to be not responsible; any bid for which a Bidder fails or neglects to complete and submit any qualifications information within the time specified by King County and as may be otherwise required herein; and, any bid submitted by a Bidder who is not registered or licensed as may be required by the laws of the State of Washington. In consideration for King County's review and evaluation of its bid, the Bidder waives and releases any claims against King County arising from rejection of any or all bids. C. In submitting a bid, a Bidder acknowledges and agrees that it is not entitled to any compensation, costs, or damages relating to bid preparation or resulting from the County's decision to cancel the procurement or refusal to execute a contract. 3.10 COLLUSION If King County determines that collusion has occurred among the Bidders, none of the bids of the participants in such collusion will be considered. King County's determination of collusion shall be conclusive. 3.11 PROTEST PROCEDURES A. Form of Protest: In order to be considered, a Protest shall be in writing, addressed to the Manager of the King County Procurement and Contract Services Section of the Department of Executive Services ("Manager"). A copy of the Protest shall be provided to the Contract Specialist identified in §00020. The protest shall include the following: 1. The name, address, and phone number of the Bidder protesting, or the authorized representative of the Bidder; 2. The Solicitation Number and Title under which the Protest is submitted; 3. A detailed description of the specific grounds for Protest and any supporting documentation. It is the responsibility of the Protesting Bidder to supplement its Protest with any subsequently discovered documents prior to the Manager's decision; and 4. The specific ruling or relief requested. B. Who May Protest. 1. Protests pertaining to the bid documents prior to Bid Opening: Any prospective Bidder. 2. Protests following Bid Opening: Any Bidder who submitted a Bid to the County. C0073SC12 page 9 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders C. Time to Protest. 1. Protests Prior to Bid Opening: Protests pertaining to the bid documents must be received by the County no later than ten (10) calendar days prior to the date established for submittal of Bids; provided however, if the tenth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day. 2. Protests Following Bid Opening: The County must receive protests based on all other circumstances within ten (10) calendar days after the protesting Bidder knows or should have known of the facts and circumstances upon which the Protest is based; provided however, if the fifth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day. 3. In no event shall a Protest be considered if all bids are rejected or after execution of the Contract. D. Determination of Protest. Upon receipt of a timely written Protest, the Manager shall investigate the Protest and shall respond in writing to the Protest prior to Contract Execution. Except as provided below, the decision of the Manager shall be final. E. Reconsideration of Manager's Decision. The Protester may request that a Manager's decision be reviewed by the Finance and Business Operations Division Director of the King County Department of Executive Services ("Finance Director") on a reconsideration basis only. The only justifications for reconsideration are (1) new data, relevant to the underlying grounds for the Protest and unavailable at the time of the Protest to the Manager; or (2) the Manager made an error of law or regulation. The following procedures shall be followed for a reconsideration of the Manager's decision: 1. Form of Request for Reconsideration. In order to be considered, a Request for Reconsideration must be filed with the Finance Director in writing, with copies provided to the Manager and Contract Specialist, and include: (a) Name, address, and telephone number of the person protesting or their authorized representative; (b) A copy of the original Protest, including supporting documents; (c) A copy of the written decision of the Manager; and (d) Include all pertinent facts and law on which the Protester is relying. 2. Time for filing Request for Reconsideration. The Protester seeking Reconsideration must file its Request no later than two (2) business days after receiving the Manager's written decision. 3. Review of Manager's Decision. Upon receipt of a Request for Reconsideration, the Finance Director or his/her designee shall review all information submitted with the Request and issue a final written determination. 4. Contract Execution. If a timely Request for Reconsideration is filed, the County will not execute a contract any sooner than two (2) business days after issuance of the final determination regarding the Request for Reconsideration. F. Failure To Comply. Failure to comply with the procedures set forth herein may render a Protest or Request for Reconsideration untimely or inadequate and may result in the denial of the Protest or Request for Reconsideration by the County. C00735C12 page 10 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders G. Exhaustion of Administrative Remedies. As a mandatory condition precedent to initiating a lawsuit against the County, a Protester shall comply with the Protest and Reconsideration Procedures defined herein. H. Venue. By submitting a bid in response to the Invitation to Bid and for the convenience of the parties, the Bidder/Protester acknowledges and agrees that a lawsuit or action related to or arising out of this procurement shall be brought in the Superior Court of King County, Washington. PART 4 — AWARD AND EXECUTION OF CONTRACT 4.01 GENERAL A. Within the number of days stated on the Form of Bid after the bid opening date, King County will accept a bid, reject all bids, or take such other action as may be in its best interest. King County reserves the right to request extensions of the bid acceptance period. B. Within five (5) days after the Bidder receives written Notice of Selection, the selected Bidder shall execute four (4) original Agreements as set forth in §00500, and return them together with four (4) originals of the Performance and Payment Bond, set forth in §00420, and one (1) certificate of insurance with endorsements, and all required §00410 forms. After Contract Execution, one copy of the fully executed Contract Documents will be returned to the Contractor. C. King County will presume that any person signing or modifying the bid prior to its submittal, or signing the contract on behalf of the Bidder is authorized to bind the Bidder. 4.02 PERFORMANCE AND PAYMENT BONDS A. The Bidder to whom King County issues the Notice of Selection for this Contract shall furnish 4 (four) Performance and Payment Bonds only on the forms provided in §00420 herein, each in the amount of 100% of the Contract Price, including any and all adjustments to the Contract Price, as security for the faithful performance and completion of the work. Such bond must be executed and sealed by a duly licensed surety(ies) which is registered with the Washington State Insurance Commissioner, and the surety's(ies') name shall appear in the current Authorized Insurance Company List in the state of Washington published by the Office of the Insurance Commissioner. The surety should be bound by an attorney-in-fact, preferably a resident of this County, but certainly of the State of Washington. The scope of the Performance and Payment Bond or the form herein prescribed shall in no way affect or alter the liabilities of the Contractor to King County under the terms of the Contract Documents. King County may require the surety(ies) to appear and qualify themselves upon the bond. If at anytime King County determines, in its sole judgment, that the surety(ies) are insufficient, King County may require the Contractor to furnish additional surety in form and arrangement satisfactory to King County and in an amount not exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished. B. The person signing the Performance and Payment Bond, as Principal, shall also sign the Contract. See §00100%2.01 B for the signature requirements. 4.03 INSURANCE King County has established certain insurance requirements set forth in §00430. The Bidder to whom King County issues the Notice of Selection shall file with King County evidences of and certificates of insurance from insurer(s), as well as additional insured endorsements, certifying to the coverage of all insurance required herein. Any Bidder having questions about the insurance requirements should immediately contact the Contract Specialist identified in C0073SC12 page 11 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders §00020. The County will not execute the Contract without approved Insurance documents. Failure to provide Insurance Documents will result in the rejection of the Contractor's Bid. 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION A. All bid guaranties will be held until the Contract has been fully executed. Thereafter, bid guarantees will be returned to the respective Bidders. If King County upholds a Bidder's claim of error, the Bidder's bid guaranty will be returned with King County's final determination on the claim of error. King County will also return Bid Guaranties if all bids are rejected. B. Escrow Bid Documents, if required with bid guaranties. The successful bidder accordance with the technical specification. 4.05 EQUAL BENEFITS , will be returned to unsuccessful bidders along will have Escrow Bid Documents returned in A. King County's Equal Benefits (EB) Ordinance 14823 states that to be eligible for award of contracts at a cost of $25,000.00 or more, firms must not discriminate in the provision of employee benefits between employees with spouses, and employees with domestic partners. The successful bidder shall be required to complete a Worksheet and Declaration form. Compliance with Ordinance 14823 is a mandatory condition for Contract execution. The EB Compliance forms, and Ordinance 14823 are available online at: http://www. kingcounty.gov/operations/procurement/Forms/Equal_Benefits.aspx END OF SECTION C00735C12 page 12 of 12 §00100 2013 Rev 1 (8/29/2013) Instructions to Bidders SECTION 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND SMALL CONTRACTORS AND SUPPLIERS REQUIREMENTS TABLE OF CONTENTS 1.01 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY (EEO)............................1 1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION...........................................................3 1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS.........................................3 1.04 SUBSTITUTION OF KING COUNTY CERTIFIED SCS FIRMS......................................................5 1.05 VOLUNTARY MINORITY AND WOMAN -OWNED BUSINESS ENTERPRISE ("M/WBE") GOALS ......................................................................................................................................................... 5 1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE...........................................................6 C00735C12 page i of i §00120 2014 (082514) STD 1.01 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY (EEO) A. Nondiscrimination in Employment and Provision of Services. During performance of this Contract, the Contractor and all parties subcontracting under the authority of this Contract agrees that it will not discriminate against any employee or applicant for employment because of the employee or applicant's sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification. B. Equal Employment Opportunity Efforts. The Contractor and all parties subcontracting under the authority of this Contract agree to undertake equal employment opportunity efforts to ensure that applicants and employees are treated, without regard to their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age. The Contractor's equal employment opportunity efforts shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices setting forth this nondiscrimination clause. In accordance with King County Code ("KCC") 12.16.010.J, "equal employment opportunity efforts" shall mean active efforts to ensure equal opportunity in employment that is free from all forms of discrimination. C. Labor Unions and Employment Referral Agencies Commitment. The Contractor shall take reasonable efforts to ensure that all labor unions or employment referral agencies furnishing workers under this Contract comply with King County Chapter 12.16. The Contractor shall notify the County promptly if a labor union or employment referral agency fails to comply with the nondiscrimination or equal employment opportunity efforts as defined by KCC 12.16. At the County's request, the Contractor shall provide documentation that evidences compliance with KCC 12.16. D. Equal Benefits to Employees with Domestic Partners. See Section 00100 E. Nondiscrimination in Subcontracting Practices. During the term of this Contract, the Contractor shall not create barriers to open and fair opportunities to participate in County contracts or to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. In considering offers from and doing business with subcontractors and suppliers, the Contractor shall not discriminate against any person because of their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification. F. Compliance with Laws and Regulations. The Contractor and all parties subcontracting under the authority of this Contract shall comply fully with all applicable federal, state and local laws, ordinances, executive orders and regulations that prohibit discrimination. These laws include, but are not limited to, RCW Chapter 49.60, Titles VI and VII of the Civil Rights Act of 1964, the American with Disabilities Act, and the Restoration Act of 1987. In addition, KCC 12.16, 12.17 and 12.18 are incorporated herein by reference and the requirements in these code sections shall specifically apply to this contract. The Contractor and its subcontractors shall further comply fully with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the contract documents. G. Compliance with Section 504 of the Rehabilitation Act of 1973, as amended (Section 504) and the American with Disabilities Act of 1990 as amended (ADA). Pursuant to Title II of the ADA, and Section 504, King County must not discriminate against people with disabilities in providing services, programs or activities even if those services, programs or C00735C12 page 1 of 8 §00120 2014 (082514) STD activities are carried out by contractors. The Contractor agrees that it shall provide all programs, services, and activities to County employees or members of the public under this Contract in the same manner as King County is obligated to under Title II of the ADA, and Section 504 and shall not deny participation or the benefits of such services, programs, or activities to people with disabilities on the basis of such disability. 1. The Contractor agrees to provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16; and 2. The Contractor shall not discriminate against persons with disabilities in providing the work under the Contract. In any subcontracts for the programs, activities and services under their Contract or agreement with the County, the Contractor shall include the requirement that the subcontractor provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16, that the subcontractor shall not discriminate against persons with disabilities in providing the work under the Contract and that the subcontractor shall provide that the County is a third party beneficiary to that required provision. H. Sanctions for Violations. Any violation of the requirements of the provisions of this Section 00120 shall be a material breach of contract, which may result in termination of this Contract or such other remedy as the County deems appropriate, including but not limited to damages or withholding payment, cancellation or suspension, in whole or in part, of the Contract by the County, or invoking the enforcement provisions of KCC 12.16 that provide for penalties, liquidated damages or other remedies, and may result in ineligibility for County contracts. I. Record-keeping Requirements and Site Visits. The County may visit, after reasonable notice, the Project Site, and Contractor and subcontractor offices to review records related to the solicitation, utilization, and payment to subcontractors and suppliers. This provision includes compliance with any other requirements of this Section. The Contractor shall provide all reasonable assistance requested by King County during such visits. The Contractor shall maintain, for at least 6 years after Final Acceptance of all work under this Contract, and permit access by the County to the following: Records, including but not limited to written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this Contract, and any other information necessary to document the actual use of and payment to subcontractors and suppliers on this Contract, including but not limited to data and records related to the Contract for the purpose of monitoring, audit and investigation to determine compliance with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the Contract documents; and 2. The Contractor shall make the foregoing records available to King County for inspection and copying upon request. If this Contract involves federal funds, the Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the Contract documents. J. Assistance with the Requirements of this Section. Obtain copies of KCC 12.16, 12.17, 12.18 and 12.19 at the following link: http://your.kingcounty.gov/mkcc/clerk/code/15—Title_12.pdf. C00735C12 page 2 of 8 §00120 2014 (082514) STD Address questions related to this section 00120 by contacting King County Business Development and Contract Compliance (BDCC) Section at the address below. Please include the contract number in all correspondence. Business Development and Contract Compliance Section Mail Stop: CNK -ES -0350 401 Fifth Avenue Seattle, WA 98104. 1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION A. Policy. It is King County policy that Small Contractors and Suppliers (SCS) have enhanced opportunities to participate in the performance of public works contracts issued by King County, and that Contractors and Subcontractors use Certified SCS Firms to provide materials, supplies, and services on County public works projects. B. Inquiries and Information Regarding King County Certified SCS Firms. Information on how to apply for SCS certification and a directory of Certified SCS Firms is available at: http://www.kingcounty.gov/bdcc. Direct telephone inquiries on SCS certification to 206-263-9731. C. Certified SCS Firm participation may be as the prime contractor or a subcontractor, manufacturer or supplier. Rules for evaluating participation and utilization of SCSs are defined in this section. D. Definitions. The following definitions shall apply throughout this Section. 1. "Administrator" means the Director of Finance. 2. A "Certified SCS Firm" means a business that has been certified by King County BDCC Section as a Small Contractor or Supplier (SCS) Firm. 3. A "Small Contractor or Supplier" or "SCS" means that a business and the person or persons who own and control it are in a financial condition, which puts the business at a substantial disadvantage in attempting to compete for public contracts. The relevant financial condition for SCS certification is available online at www.kingcounty.gov/scscertification. a. "Supplier" means a business that maintains a stock of material and or equipment for sale or lease to other business entities but does not (1) manufacture the material or equipment, or (2) install, maintain, or use the material and/or equipment at or for the project. b. "Manufacturer." means a business that manufactures materials or equipment for sale or lease to other entities to install, maintain or use at or for the project. 1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS A. SCS Utilization Requirement. In accordance with King County Code 2.97 and King County policy to enhance opportunities for Certified SCS Firms in procurement, for this Contract the Bidder shall ensure that it subcontracts at least: 10% of the Total Bid Price to Certified SCS Firms B. Responsiveness. Failure to satisfy the SCS Utilization Requirement shall render a bid non-responsive and the bid will be rejected. A Bidder's demonstrated commitment to utilize Certified SCS Firms at or greater than the required percentage must be demonstrated at the time of bid opening and cannot be cured after that time and will result in bid rejection. C00735C12 page 3 of 8 §00120 2014 (082514) STD C. Compliance with SCS Utilization Requirement. The Bidder shall provide a Letter of Intent for each Certified SCS Firm the Bidder commits to utilize on this Contract, and for the Bidder, if Bidder is a Certified SCS Firm and intends to self -perform work. The Letter of Intent must include all information identified in items 1, 2 and 3 in the list below. 1. Total bid dollar amount for the work to be performed, or materials supplied by a Certified SCS Firm; and, 2. Description of work and/or materials supplied by the Certified SCS Firm; and, 3. Signature of the Certified SCS Firm owner or an authorized representative of the Certified SCS Firm. An authorized representative means an officer or employee of the Certified SCS Firm, who has been authorized in writing and in advance of the Bid Submittal Due Date to execute a Letter of Intent on behalf of the Certified SCS Firm. A bidder's failure to properly complete the Letter of Intent to include all information (items 1, 2 and 3) in the above list cannot be cured after bid opening and will result in bid rejection. The Letter of Intent form is located in Section 00300. Additional Copies may be made as needed. D. Evaluating & Calculating King County Certified SCS Firm Utilization. A Certified SCS Firm is the Prime Bidder. For purposes of calculating compliance with the SCS Utilization Requirement, the County will count only the work performed by a Certified SCS Firm who is a Prime Bidder for the distinct, clearly defined work performed with its own forces. 2. SCS Subcontractor or Manufacturer. A Bidder will receive 100% credit towards the SCS Utilization Requirement for work performed by a Certified SCS Firm. 3. SCS Supplier. A Bidder will receive 60% credit towards the SCS Utilization Requirement for the purchase of materials or supplies from a Certified SCS Firm if the firm is a Supplier of materials or supplies only. 4. The County will not count any participation toward the SCS requirement for a Certified SCS Subcontractor, Supplier or Manufacturer where the Prime Bidder or an owner of the Bidder has any percentage of ownership in the Certified SCS firm. 5. The County will not count any participation toward the SCS requirement for a Certified SCS firm that is intertwined with a non -certified SCS firm. King County will determine whether a Certified SCS firm is intertwined with a non -certified firm for factors which include, but are not limited to, the following: a. Shared ownership; b. Common directors or partners; c. Shared equipment, facilities, resources, or employees; d. Beneficial financial arrangements which indicate less than arm's length transactions with a non -certified firm; e. Over dependency on a non -certified firm to obtain and perform work; f. Such an identity of interest exists between the business seeking certification and a non -certified firm that an affiliation may be presumed; and g. The degree to which financial, equipment, leasing, business and other relationships with non -certified firms vary from normal industry practice. C00735C12 page 4 of 8 §00120 2014 (082514) STD 1.04 SUBSTITUTION OF KING COUNTY CERTIFIED SCS FIRMS A. King County requires that any Certified SCS Firm listed by a Bidder on its Letters of Intent shall be used on the Contract. B. The Bidder or selected Contractor shall not substitute a Certified SCS Firm without the County's prior written approval. If the Bidder or selected Contractor proposes, at any time after bid opening and before Contract Execution, or at any time after Contract Execution, to substitute a Certified SCS Firm, the Bidder or selected Contractor shall provide the County with five (5) business days' prior written notice and an explanation for the SCS substitution request. Substitution of an identified Certified SCS Firm may only be made by a Bidder or the selected Contractor for the following reasons: 1. Refusal of the listed Certified SCS Firm to sign a contract with the Contractor. 2. Bankruptcy or insolvency of the listed Certified SCS Firm. 3. Inability of the listed Certified SCS Firm to perform the requirements of the proposed Contract. 4. Inability of the Certified SCS Firm to obtain the necessary license, bonding, insurance, or other statutory requirements to perform the work detailed in the Contract. 5. The listed Certified SCS Firm is barred from participating in the Project as a result of a court order or summary judgment. 6. Other unforeseen circumstances as approved by King County. C. The County will investigate the proposed substitution request and make a determination in writing to approve or disapprove the proposed substitution. Unless waived by the County in writing for good cause, substitution, if any, shall involve the replacement of a Certified SCS Firm with another Certified SCS Firm, and the Bidder or selected Contractor shall remain in compliance with the SCS Utilization Requirement. D. For substitutions proposed after bid opening and before Contract execution, the Contract shall not be executed unless the County approves the Bidder's substitution request. E. The failure of a Contractor to comply with the aforementioned conditions will be considered a material breach of the Contract and subject the Contractor to Liquidated Damages in accordance with 1.07F. F. The County shall not be responsible or liable for any costs, delays, and/or damages resulting from the County denial or acceptance of the proposed substitution. 1.05 VOLUNTARY MINORITY AND WOMAN -OWNED BUSINESS ENTERPRISE ("M[WBE") GOALS A. Voluntary M/WBE Goals. The County has established voluntary goals for M/WBE participation in the work performed under this Contract. For businesses certified as a Minority- owned Business Enterprise ("MBE"), the goal is 10%. For businesses certified as a Woman - owned Business Enterprise ("WBE"), the goal is 3%. "Certified" within this subsection means certified by the Washington State Office of Minority and Women's Businesses as an MBE or WBE, or both. 1. M/WBE participation may be either on a direct basis in response to this Invitation to Bid, or as a subcontractor/supplier to a Bidder, or as a certified SCS firm to a Bidder. 2. No minimum level of M/WBE participation shall be required as a condition for receiving an award. Unless otherwise required by federal statute, regulation, rule, C00735C12 page 5 of 8 §00120 2014 (082514) STD grant, or contract term referenced in the Contract Documents, no Bidder's proposed use, or efforts to contact and solicit bids from M/WBEs will be a factor in evaluating bids for responsiveness or responsibility. 3. During the course of performing the work under the Contract, the Contractor shall report its use of all MNVBE subcontractors and or suppliers by identifying these firms on the List of Subcontractors and Suppliers at all levels on the form provided by the County. See Section 00410 and Paragraph 1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE below. 1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE A. Compliance. Contractor's compliance with the SCS Utilization Requirements is an essential part of the Contract and a material condition and requirement of the Contract. King County requires that any Certified SCS Firm listed by a Bidder on its Letter of Intent(s) shall be used on the Contract. The County will evaluate the Contractor's compliance with the SCS Utilization Requirement against the Contract Price after Substantial Completion of the Contract for compliance with the overall utilization of Certified SCS Firms on this Contract. B. Change Orders. If the Contract Price is increased as a result of adding additional work, the Contractor shall take all reasonable measures to ensure that Certified SCS Firms are provided an opportunity to compete and participate in the new work. C. Evaluating Commercially Useful Function and Counting a Contractor's SCS Utilization. 1. Only Certified SCS Firms performing a commercially useful function according to custom and practice in the industry shall be counted. a. No credit will accrue for a Certified SCS Firm acting merely as a passive conduit of funds to a Non Certified SCS Firm. b. A Certified SCS Firm may subcontract a portion of the work provided that the Certified SCS Firm having the contract is actually performing the majority of work (at least 51 % of the subcontract amount). (1) If a Certified SCS Firm is performing at least 51% of the subcontract amount, 100% of the subcontract amount will be counted. (2) No credit shall accrue to a Certified SCS Firm that subcontracts more than 49% of its work. c. A Certified SCS Firm that acts as a broker in a transaction shall not count towards the Contractor's SCS Utilization Requirement. (1) A broker is a firm that does not, itself, perform, manage, or supervise the work of its contract or subcontract in a manner consistent with the standard and customary business practices for contractors or subcontractors in its line of business. (2) A Certified SCS Firm will be considered a broker if it subcontracts more than 49% of its work. 2. Certified SCS Subcontractor or Manufacturer. The County will count 100% of the subcontract amount for a Certified SCS Subcontractor or Manufacturer provided the Certified SCS Firm is performing a Commercially Useful Function. 3. SCS Supplier. The County will count 60% of the total bid dollar amount for materials supplied from a Certified SCS Firm. C00735C12 page 6 of 8 §00120 2014 (082514) STD 4. The County will not count any participation toward the SCS requirement for a Certified SCS Subcontractor, Supplier or Manufacturer where the Contractor or an owner of the Contractor has any percentage of ownership in the Certified SCS firm. 5. The County will not count any participation toward the SCS requirement for a Certified SCS firm that is intertwined with a non -certified SCS firm. King County will determine whether a certified SCS firm is intertwined with a non -certified firm for factors which include, but are not limited to, the following: a. Shared ownership; b. Common directors or partners; c. Shared equipment, facilities, resources, or employees; d. Beneficial financial arrangements which indicate less than arm's length transactions with a non -certified firm; e. Over dependency on a non -certified firm to obtain and perform work; f. Such an identity of interest exists between the business seeking certification and a non -certified firm that an affiliation may be presumed; and g. The degree to which financial, equipment, leasing, business and other relationships with non -certified firms vary from normal industry practice. D. Required Submittals During Work. The Contractor shall collect, submit and update the submittals listed below for itself, all Subcontractors and Suppliers by the 10th of each month for previous month. Subcontractor information shall be submitted prior to the county processing and paying any progress payment that includes such subcontractor work. The Contract and Apprenticeship Report Tracking System (CARTS) Website is located at http://www.kingcounty.gov/bdcc. Telephone 206-263-9734 if you require assistance. Report forms are available on the CARTS Reporting Website. 1. Updated Subcontractors and Suppliers List. The Contractor shall update its Subcontractor and Supplier Lists with any changes on the Contract electronically using the CARTS Reporting Website. 2. Contractor Payment Reports. The Contractor shall enter and submit the amount received from the County for itself and the amounts paid to all subcontractors and suppliers. Entries shall be entered in CARTS on a monthly basis 3. Monthly Utilization Reports. Labor hours (EEO Monthly Reports) shall be completed each month by the Contractor for itself and every subcontractor who performed work for the reported month electronically using the CARTS Reporting Website. 4. Apprenticeship Utilization Reports. When applicable, the Contractor shall submit all apprenticeship reports electronically using the CARTS Reporting Website. 5. Affidavits of Amounts Paid. The Contractor shall submit with each progress payment request, an affidavit identifying amounts earned to all subcontractors and suppliers who performed work during the period for which payment is requested, Project Representative. 6. Final Affidavits of Amounts Paid. Upon completion of all work and as a condition precedent to final payment, the Contractor shall upload a final Affidavit of Amounts Paid electronically using the CARTS Reporting Website. Identify all C00735C12 page 7 of 8 §00120 2014 (082514) STD amounts actually paid, and all amounts earned, for every subcontractor and supplier for all work performed and/or supplies obtained on this Contract. Failure to submit such affidavits may result in withholding of payments or the final payment. King County will provide affidavit forms. E. Failure to comply with the SCS requirements. King County Code chapter 2.97 and the administrative rules implementing the ordinance are hereby incorporated into this Contract by reference. The Contractor's unexcused failure to comply with the requirements of the ordinance, administrative rules and provisions of subsections 1.02 to 1.07 shall be deemed a breach of Contract. King County may impose liquidated damages, withhold progress payments, and seek any other remedy allowed by law. 2. Before imposing any liquidated damages or withholding payment, the Administrator shall first provide written notice of a potential violation to the Contractor. The Contractor shall have an opportunity to submit a written reply within fifteen (15) days from the date the Administrator's notice of a potential breach is mailed to the Contractor. The Administrator shall notify the Contractor in writing of his or her final determination. F. Liquidated Damages. The County is damaged when a contract or portion of a contract is not actually performed by an SCS in compliance with the requirements set forth in ordinance, administrative rules and the requirements of subsection 1.02 to 1.07. Because the actual monetary amount of such damage is not reasonably calculable, liquidated damages equal to the dollar value of the participation by Certified SCSs lost to the County due to the violation, may be imposed as provided in the Contract using the methodology set forth in 2. below. 2. The following example is for informational purposes only: Total contract price is $100,000 Percentage of total contract price subject to the SCS requirement: 10% Dollar amount of total contract price to SCS firms to meet the SCS requirement: $10,000 ($100,000 X 10% _ $10,000) Actual SCS dollar amount reported: $5,000. Shortfall in SCS Requirement: 5% Liquidated damages: $100,000.00 ($100,000 X 5% _ $5,000). END OF SECTION C00735C12 page 8 of 8 §00120 2014 (082514) STD SECTION 00130 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS Attached are the current state prevailing wage determinations from the Washington State Department of Labor and Industries. The Contractor, any subcontractor, or other person doing any work under the Contract shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries (L&I). If employing labor in a class not shown, the Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. The Contractor shall provide a copy of these determinations to King County. Before commencement and upon completion of work, the Contractor shall file the forms and pay the filing fees as required by L&I. In accordance with Section 00700, the Contractor shall indemnify and hold King County harmless from any claims related to the payment or non-payment of such wages by the Contractor. Any questions regarding the state prevailing wage determinations should be addressed to Industrial Statistician Department of Labor and Industries Prevailing Wage Office PO Box 44540 Olympia, Washington, 98504-4540 Phone: 360-902-5335. http://www.Ini.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp END OF SECTION C00735C12 page 1 of 1 §00130 2010 Rev 1 02/01/10 Prevailing Wage Rates State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage KING COUNTY The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Prevailing Wage Rates published on: 2/2/2015 Effective Date: 3/4/2015 Trade Job Classification Wage Holiday Overtime Note Asbestos Abatement Workers Journey Level $42.67 5D 1 H Boilermakers Journey Level $64.29 5N 1C Brick Mason Brick And Block Finisher $44.46 5A 1M Brick Mason Journey Level $51.32 5A 1M Brick Mason Pointer -Caulker -Cleaner $51.32 5A 1M Building Service Employees Janitor $21.29 5S 2F Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F Building Service Employees Window Cleaner (Non -Scaffold) $24.94 5S 2F Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F Cabinet Makers (In Shop) Journey Level $22.74 1 Carpenters Acoustical Worker $52.32 5D 4C Carpenters Bridge, Dock And Wharf Carpenters $52.32 5D 4C Carpenters Carpenter $52.32 5D 4C Carpenters Carpenters on Stationary Tools $52.45 5D 4C Carpenters Creosoted Material $52.42 5D 4C Carpenters Floor Finisher $52.32 5D 4C Carpenters Floor Layer $52.32 5D 4C Carpenters Scaffold Erector $52.32 5D 4C Cement Masons Journey Level $52.38 7A 1M Divers Et Tenders Diver $105.37 5D 4C 8A Divers Et Tenders Diver On Standby $59.50 5D 4C Divers Et Tenders Diver Tender $54.82 5D 4C Divers Et Tenders Surface Rcv Et Rov Operator $54.82 5D 4C Divers Et Tenders Surface Rcv Et Rov Operator Tender $51.07 5A 4C Dredge Workers Assistant Engineer $54.75 5D 3F Dredge Workers Assistant Mate (Deckhand) $54.33 51) 3F Dredge Workers Boatmen $54.75 5D 3F Dredge Workers Engineer Welder $55.79 5D 3F Dredge Workers Leverman, Hydraulic $56.92 1 5D 3F Dredge Workers Mates $54.75 5D 3F Dredge Workers 10iler $54.33 5D 3F Drywall Applicator liourney Level $52,327 5D 1H Effective Date: 3/4/15 1 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Drywall Tapers Journey Level $52.37 5P 1 E Electrical Fixture Maintenance Workers Journey Level $26.59 5L 1 E Electricians - Inside Cable Splicer $66.76 7C 4E Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E Electricians - Inside Certified Welder $64.54 7C 4E Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E Electricians - Inside Construction Stock Person $37.19 7C 4E Electricians - Inside Journey Level $62.30 7C 4E Electricians - Inside Journey Level (tunnel) $66.76 7C 4E Electricians - Motor Shop Craftsman $15.37 1 Electricians - Motor Shop Journey Level $14.69 1 Electricians - Powerline Construction Cable Splicer $69.95 5A 41) Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D Electricians - Powerline Construction Groundperson $43.62 5A 4D Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D Electricians - Powerline Construction Line Equipment Operator $53.81 5A 4D Electricians - Powerline Construction Pole Sprayer $63.97 5A 41) Electricians - Powerline Construction Powderperson $47.55 5A 41) Electronic Technicians Journey Level $31.00 1 Elevator Constructors Mechanic $82.67 71) 4A Elevator Constructors Mechanic In Charge $89.40 71) 4A Fabricated Precast Concrete Products All Classifications - In -Factory Work Only $15.90 5B 1 R Fence Erectors Fence Erector $15.18 1 Flaggers Journey Level $36.17 7A 31 Glaziers Journey Level $54.91 7L 1y Heat Et Frost Insulators And Asbestos Workers Journeyman $61.18 5J 1S Heating Equipment Mechanics Journey Level $70.37 7F 1 E Hod Carriers Et Mason Tenders Journey Level $44.00 7A 31 Industrial Power Vacuum Cleaner Journey Level $9.47 1 Inland Boatmen Boat Operator $54.57 5B 1K Inland Boatmen Cook $50.95 5B 1K Inland Boatmen Deckhand $51.19 5B 1K Inland Boatmen Deckhand Engineer $52.18 5B 1K Inland Boatmen Launch Operator $53.40 13 1K Inland Boatmen Mate $53.40 5B 1K Effective Date: 3/4/15 2 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Inspection/Cleaning/Sealing Of Sewer It Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Grout Truck Operator $11.48 1 Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Head Operator $24.91 1 Inspection/Cleaning/Sealing Of Sewer tr Water Systems By Remote Control Technician $19.33 1 Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Tv Truck Operator $20.45 1 Insulation Applicators Journey Level $52.32 5D 4C Ironworkers Journeyman $61.62 7N 10 Laborers Air, Gas Or Electric Vibrating Screed $42.67 7A 31 Laborers Airtrac Drill Operator $44.00 7A 31 Laborers Ballast Regular Machine $42.67 7A 31 Laborers Batch Weighman $36.17 7A 31 Laborers Brick Pavers $42.67 7A 31 Laborers Brush Cutter $42.67 7A 31 Laborers Brush Hog Feeder $42.67 7A 31 Laborers Burner $42.67 7A 31 Laborers Caisson Worker $44.00 7A 31 Laborers Carpenter Tender $42.67 7A 31 Laborers Caulker $42.67 7A 31 Laborers Cement Dumper -paving $43.46 7A 31 Laborers Cement Finisher Tender $42.67 7A 31 Laborers Change House Or Dry Shack $42.67 7A 31 Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 Laborers Chipping Gun(30 Lbs. And Over) $43.46 7A 31 Laborers Choker Setter $42.67 7A 31 Laborers Chuck Tender 7A 31 Laborers Clary Power Spreader 7A 31 Laborers Ctean-up Laborer E$42.67 7A 31 Laborers Concrete Dumper/chute Operator 7A 31 Laborers Concrete Form Stripper $42.67 7A 31 Laborers Concrete Placement Crew $43.46 7A 31 Laborers Concrete Saw Operator/core Driller $43.46 7A 31 Laborers Crusher Feeder $36.17 7A 31 Laborers Curing Laborer $42.67 7A 31 Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $42.67 7A 31 Laborers Ditch Digger $42.67 1 7A 31 Laborers Diver $44.00 7A 31 Laborers Drill Operator (hydraulic,diamond) $43.46 7A 31 Laborers Dry Stack Walls $42.67 7A 31 Effective Date: 3/4/15 3 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Laborers Dump Person $42.67 7A 31 Laborers Epoxy Technician $42.67 7A 31 Laborers Erosion Control Worker $42.67 7A 31 Laborers Faller Et Bucker Chain Saw $43.46 7A 31 Laborers Fine Graders $42.67 7A 31 Laborers Firewatch $36.17 7A 31 Laborers Form Setter $42.67 7A 31 Laborers Gabian Basket Builders $42.67 7A 31 Laborers General Laborer $42.67 7A 31 Laborers Grade Checker Et Transit Person $44.00 7A 31 Laborers Grinders $42.67 7A 31 Laborers Grout Machine Tender $42.67 7A 31 Laborers Groutmen (pressure)including Post Tension Beams $43.46 7A 31 Laborers Guardrail Erector $42.67 7A 31 Laborers Hazardous Waste Worker (level A) $44.00 7A 31 Laborers Hazardous Waste Worker (level B) $43.46 7A 31 Laborers Hazardous Waste Worker (level C) $42.67 7A 31 Laborers High Scaler $44.00 7A 31 Laborers Jackhammer $43.46 7A 31 Laborers Laserbeam Operator $43.46 7A 31 Laborers Maintenance Person $42.67 7A 31 Laborers Manhole Builder-mudman $43.46 7A 31 Laborers Material Yard Person $42.67 7A 31 Laborers Motorman -dinky Locomotive $43.46 7A 31 Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $43.46 7A 31 Laborers Pavement Breaker $43.46 7A 31 Laborers Pilot Car $36.17 7A 31 Laborers Pipe Layer Lead $44.00 7A 31 Laborers Pipe Layer/tailor $43.46 7A 31 Laborers Pipe Pot Tender $43.46 7A 31 Laborers Pipe Reliner $43.46 7A 31 Laborers Pipe Wrapper $43.46 7A 31 Laborers Pot Tender $42.67 7A 31 Laborers Powderman $44.00 7A 31 Laborers Powderman's Helper $42.67 7A 31 Laborers Power Jacks $43.46 7A 31 Laborers Railroad Spike Puller - Power $43.46 7A 31 Laborers Raker - Asphalt $44.00 7A 31 Laborers Re-timberman $44.00 7A 31 Laborers Remote Equipment Operator $43.46 7A 31 Laborers Rigger/signal Person $43.46 7A 31 Laborers Rip Rap Person $42.67 7A 31 Laborers Rivet Buster $43.46 7A 31 Effective Date: 3/4/15 4 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Laborers Rodder $43.46 7A 31 Laborers Scaffold Erector $42.67 7A 31 Laborers Scale Person $42.67 7A 31 Laborers Sloper (over 20") $43.46 7A 31 Laborers Sloper Sprayer $42.67 7A 31 Laborers Spreader (concrete) $43.46 7A 31 Laborers Stake Hopper $42.67 7A 31 Laborers Stock Piler $42.67 7A 31 Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $43.46 7A 31 Laborers Tamper (multiple Et Self-propelled) $43.46 7A 31 Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $43.46 7A 31 Laborers Toolroom Person (at Jobsite) $42.67 7A 31 Laborers Topper $42.67 7A 31 Laborers Track Laborer $42.67 7A 31 Laborers Track Liner (power) $43.46 7A 31 Laborers Traffic Control Laborer $38.68 7A 31 8R Laborers Traffic Control Supervisor $38.68 7A 31 8R Laborers Truck Spotter $42.67 7A 31 Laborers Tugger Operator $43.46 7A 31 Laborers Tunnel Work -Compressed Air Worker 0-30 psi $64.99 7A 31 Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $70.02 7A 31 8 Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $73.70 7A 31 Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $79.40 7A 31 Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $81.52 7A 31 8Q Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $86.62 7A 31 Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $88.52 7A 31 Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $90.52 7A 31 Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $92.52 7A 31 Laborers Tunnel Work-Guage and Lock Tender $44.10 7A 31 88 Laborers Tunnel Work -Miner $44.10 7A 31 8�( Laborers Vibrator $43.46 7A 31 Laborers Vinyl Seamer $42.67 7A 31 Laborers Watchman $32.87 7A 31 Laborers Welder $43.46 7A 31 Laborers Well Point Laborer $43.46 7A 31 Laborers Window Washer/cleaner $32.87 7A 31 Laborers - Underground Sewer Et Water General Laborer Et Topman $42.67 7A 31 Effective Date: 3/4/15 5 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Laborers - Underground Sewer Et Water Pipe Layer $43.46 7A 31 Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 Landscape Construction Landscaping or Planting Laborers $17.87 1 Lathers Journey Level $52.32 5D 1H Marble Setters Journey Level $51.32 5A 1M Metal Fabrication (In Shop) Fitter $15.86 1 Metal Fabrication (In Shop) Laborer $9.78 1 Metal Fabrication (In Shop) Machine Operator $13.04 1 Metal Fabrication (In Shop) Painter $11.10 1 Metal Fabrication (In Shop) Welder $15.48 1 Millwright Journey Level $53.42 5D 4C Modular Buildings Cabinet Assembly $11.56 1 Modular Buildings Electrician $11.56 1 Modular Buildings Equipment Maintenance $11.56 1 Modular Buildings Plumber $11.56 1 Modular Buildings Production Worker $9.47 1 Modular Buildings Tool Maintenance $11.56 1 Modular Buildings Utility Person $11.56 1 Modular Buildings Welder $11.56 1 Painters Journey Level $37.80 6Z 2B Pile Driver Journey Level $52.57 5D 4C Plasterers Journey Level $50.42 111 Playground Et Park Equipment Installers Journey Level $9.47 1 Plumbers Et Pipefitters Journey Level $74.69 6Z JG Power Equipment Operators Asphalt Plant Operators $55.24 1 7A 3C 8P Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P Power Equipment Operators Batch Plant Operator, Concrete $54.75 7A 3C 8P Power Equipment Operators Bobcat $51.97 7A 3C 8P Power Equipment Operators Brokk - Remote Demolition Equipment $51.97 7A 3C 8P Power Equipment Operators Brooms $51.97 7A 3C 8P Power Equipment Operators Bump Cutter $54.75 7A 3C 8P Power Equipment Operators Cableways $55.24 7A 3C 8P Power Equipment Operators Chipper $54.75 7A 3C 8P Power Equipment Operators Compressor $51.97 7A 3C 8P Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.24 7A 3C 8P Power Equipment Operators Concrete Finish Machine -laser Screed $51.97 7A 3C 8P Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $54.33 7A 3C 8P Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $54.75 7A 3C 8P Power Equipment Operators Conveyors 1 $54.33 7A 3C 8P Effective Date: 3/4/15 6 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P Attachments Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $55.79 7A 3C 8P Or 150' Of Boom (Including Jib With Attachments) Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P Of Boom (including Jib With Attachments) Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) Power Equipment Operators Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P Power Equipment Operators Cranes: Friction 100 Tons Through $56.36 7A 3C 8P 199 Tons Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P Boom (including Jib With Attachments) Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P Attachments A-frame Over 10 Tons Power Equipment Operators Crusher $54.75 7A 3C 8P Power Equipment Operators Deck Engineer/deck Winches (power) $54.75 7A 3C 8P Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P Power Equipment Operators Dozers D-9 Ft Under $54.33 7A 3C 8P Power Equipment Operators Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P Crane Mount Power Equipment Operators Drilling Machine $54.75 7A 3C 8P Power Equipment Operators Elevator And Man-lift: Permanent And $51.97 7A 3C 8P Shaft Type Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P Gamaco Et Similar Equipment Power Equipment Operators Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P Attachments Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P Attachments Power Equipment Operators Grade Engineer: Using Blue Prints, $54.75 7A 3C 8P Cut Sheets, Etc Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P Power Equipment Operators Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P Road Equipment 45 Yards. Et Over Power Equipment Operators Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P road Equipment Under 45 Yards Power Equipment Operators Horizontal/directional Drill Locator $54.33 7A 3C 8P Power Equipment Operators Horizontal/ directional Drill Operator $54.75 7A 3C 8P Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P Under Power Equipment Operators Loader, Overhead 8 Yards. Et Over $55.79 7A 3C 8P Power Equipment Operators Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P Including 8 Yards Effective Date: 3/4/15 7 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P Power Equipment Operators Locomotives, All $54.75 7A 3C 8P Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $55.79 7A 3C 8P Power Equipment Operators Motor Patrol Grader - Non -finishing $54.33 7A 3C 8P Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 8P Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $55.24 7A 3C 8P Power Equipment Operators Oil Distributors, Blower Distribution 8 Mulch Seeding Operator $51.97 7A 3C 8P Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers, strato $54.33 7A 3C 8P Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $54.75 7A 3C 8P Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $55.79 7A 3C 8P Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $55.24 7A 3C 8P Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P Power Equipment Operators Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P Power Equipment Operators Power Plant $51.97 7A 3C 8P Power Equipment Operators Pumps - Water $51.971 7A 3C 8P Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $51.97 7A 3C 8P Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $55.24 7A 3C 8P Power Equipment Operators Rigger And Betlman $51.97 7A 3C 8P Power Equipment Operators Rollagon $55.24 7A 3C 8P Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $54.33 7A 3C 8P Power Equipment Operators Roto -mill, Roto -grinder $54.75 7A 3C 8P Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P Power Equipment Operators Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P Power Equipment Operators Scrapers - Concrete & Carry All $54.331 7A 3C 8P Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $55.24 7A 3C 8P Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $54.33 7A 3C 8P Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $55.24 7A 3C 8P Effective Date: 3/4/15 8 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $54.75 7A 3C 8P Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $55.79 7A 3C 8P Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $56.36 7A 3C 8P Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P Power Equipment Operators Spreader, Topsider Et Screedman $55.24 7A 3C 8P Power Equipment Operators Subgrader Trimmer $54.751 7A 3C 8P Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $56.36 7A 3C 8P Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $55.79 7A 3C 8P Power Equipment Operators Transporters, All Track Or Truck Type $55.24 7A 3C 8P Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $54.75 7A 3C 8P Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $54.33 7A 3C 8P Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C 8P Power Equipment Operators Welder $55.24 7A 3C 8P Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Asphalt Plant Operators $55.24 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Assistant Engineer $51.97 7A 3C 8P Power Equipment Operators- Underground Sewer a Water Barrier Machine (zipper) $54.75 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Batch Plant Operator, Concrete $54.75 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Bobcat $51.97 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Brokk - Remote Demolition Equipment $51.97 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Brooms $51.97 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Bump Cutter $54.75 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Cableways $55.24 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Chipper $54.75 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Compressor $51.97 7A 3C 8P Power Equipment Operators- Underground Sewer Et Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.24 7A 3C 813 Power Equipment Operators- Underground Sewer Et Water Concrete Finish Machine -laser Screed $51.97 7A 3C 8P Effective Date: 3/4/15 9 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Concrete Pump - Mounted Or Trailer $54.33 7A 3C 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. Power Equipment Operators- Concrete Pump: Truck Mount With $54.75 7A 3C 8P Underground Sewer Et Water Boom Attachment Up To 42m Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With $54.75 7A 3C 8P Underground Sewer Et Water Attachments Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or $55.79 7A 3C 8P Underground Sewer Et Water 150' Of Boom (Including Jib With Attachments) Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' $56.36 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under $55.24 7A 3C 8P Underground Sewer Et Water 150' Of Boom (including Jib With Attachments) Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Cranes: Friction 100 Tons Through 199 $56.36 7A 3C 8P Underground Sewer Et Water Tons Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom $56.92 7A 3C 8P Underground Sewer Et Water (including Jib With Attachments) Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Deck Engineer/deck Winches (power) $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Dozers D-9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane $54.33 7A 3C 8P Underground Sewer Et Water Mount Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Elevator And Man-lift: Permanent And $51.97 7A 3C 8P Underground Sewer Et Water Shaft Type Power Equipment Operators- Finishing Machine, Bidwell And Gamaco $54.75 7A 3C 8P Underground Sewer Et Water Et Similar Equipment Power Equipment Operators- Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P Underground Sewer Et Water Attachments Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P Underground Sewer Et Water Attachments Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut $54.75 7A 3C 8P Underground Sewer Et Water Sheets, Etc Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer Et Water Effective Date: 3/4/15 10 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Hard Tail End Dump Articulating Off- $55.24 7A 3C 8P Underground Sewer Et Water Road Equipment 45 Yards. 8 Over Power Equipment Operators- Hard Tail End Dump Articulating Off- $54.75 7A 3C 8P Underground Sewer Et Water road Equipment Under 45 Yards Power Equipment Operators- Horizontal/directional Drill Locator $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Horizontal/directional Drill Operator $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $51.97 7A 3C 8P Underground Sewer Et Water Under Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $55.79 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $55.24 7A 3C 8P Underground Sewer Et Water Including 8 Yards Power Equipment Operators- Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $55.79 7A 3C 8P Underground Sewer Et Water Hour Over Mechanic) Power Equipment Operators- Motor Patrol Grader - Non-finishing $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $55.24 7A 3C 8P Underground Sewer Et Water Boring, Road Header And/or Shield Power Equipment Operators- Oil Distributors, Blower Distribution Et $51.97 7A 3C 8P Underground Sewer Et Water Mulch Seeding Operator Power Equipment Operators- Outside Hoists (elevators And Manlifts), $54.33 7A 3C 8P Underground Sewer Et Water Air Tuggers,strato Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons $54.75 7A 3C 8P Underground Sewer Et Water Through 44 Tons Power Equipment Operators- Overhead, Bridge Type: 100 Tons And $55.79 7A 3C 8P Underground Sewer Et Water Over Power Equipment Operators- Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P Underground Sewer Et Water Through 99 Tons Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Pile Driver (other Than Crane Mount) $54.75 7A 3C 8P Underground Sewer Et Water Effective Date: 3/4/15 11 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $51.97 7A 3C 8P Underground Sewer Et Water In Height Based To Boom Power Equipment Operators- Remote Control Operator On Rubber $55.24 7A 3C 8P Underground Sewer Et Water Tired Earth Moving Equipment Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Roto -mill, Roto -grinder $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Scrapers - Concrete Et Carry All $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And $55.24 7A 3C 8P Underground Sewer Et Water Over Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $54.33 7A 3C 8P Underground Sewer Et Water Under 15 Metric Tons. Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $55.24 7A 3C 8P Underground Sewer Et Water Metric Tons To 50 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: $54.75 7A 3C 8P Underground Sewer Et Water 15 To 30 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 $55.79 7A 3C 8P Underground Sewer Et Water Metric Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 $56.36 7A 3C 8P Underground Sewer Et Water Metric Tons Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Spreader, Topsider Et Screedman $55.24 7A 3C 8P Underground Sewer Et Water Effective Date: 3/4/15 12 of 15 Prevailing Wage Rates LI Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators ower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators ower Crane Over 175'in Height, Base $56.36 7A 3C 8P Underground Sewer Et Water To Boom Power Equipment Operators ower Crane Up To 175' In Height Base $55.79 7A 3C 8P Underground Sewer Et Water To Boom Power Equipment Operators- Transporters, All Track Or Truck Type $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment OperatorsTrenching Machines $54.33 7A 3C 8P Underground Sewer Et Water Power Equipment Operators ruck Crane Oiler/driver - 100 Tons And $54.75 7A 3C 8P Underground Sewer Et Water Over Power Equipment Operators- Truck Crane Oiler/driver Under 100 $54.33 7A 3C 8P Underground Sewer Et Water Tons Power Equipment Operators ruck Mount Portable Conveyor $54.75 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Wheel Tractors, Farmalt Type $51.97 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer Et Water Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics Residential Brick Mason Journey Level $51.32 5A 1M Residential Carpenters Journey Level $28.20 1 Residential Cement Masons Journey Level $22.64 1 Residential Drywall Journey Level $40.14 5D 4C Applicators Residential Drywall Tapers Journey Level $52.371 5P 1E Residential Electricians Journey Level $30.44 1 Residential Glaziers Journey Level $37.30 7L 1 H Residential Insulation Journey Level $26.28 1 Applicators Residential Laborers Journey Level $23.03 1 Residential Marble Setters Journey Level $24.09 1 Residential Painters Journey Level $24.46 1 Residential Plumbers Et Journey Level $34.69 1 Pipefitters Effective Date: 3/4/15 13 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Residential Refrigeration Et Air Conditioning Mechanics Journey Level $73.51 6Z 1G Residential Sheet Metal Workers Journey Level (Field or Shop) $42.58 7F 1 R Residential Soft Floor Layers Journey Level $42.41 5A 3D Residential Sprinkler Fitters (Fire Protection) Journey Level $42.48 5C 211 Residential Stone Masons Journey Level $51.32 5A 1M Residential Terrazzo Workers Journey Level $46.961 5A 1M Residential Terrazzo/Tile Finishers Journey Level $21.46 1 Residential Tile Setters Journey Level $25.17 1 Roofers Journey Level $45.71 5A 3H Roofers Using Irritable Bituminous Materials $48.71 5A 3H Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1 E Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H Shipbuilding Et Ship Repair Carpenter $39.24 7T 2B Shipbuilding Et Ship Repair Electrician $40.16 7T 4B Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5.1 1S Shipbuilding Et Ship Repair Laborer $40.19 7T 4B Shipbuilding Et Ship Repair Machinist $40.18 7T 4B Shipbuilding Et Ship Repair Operator $40.11 7T 4B Shipbuilding Et Ship Repair Painter $40.16 7T 4B Shipbuilding Et Ship Repair Pipefitter $40.11 7T 4B Shipbuilding Et Ship Repair Rigger $40.19 7T 4B Shipbuilding Et Ship Repair Sheet Metal $40.14 7T 4B Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B Shipbuilding Et Ship Repair Trucker $40.03 7T 4B Shipbuilding Et Ship Repair Warehouse $40.08 7T 413 Shipbuilding Et Ship Repair elder/Burner $40.19 7T 4B Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 Sign Makers Et Installers (Non- Electrical) Sign Installer $27.28 1 Sign Makers Et Installers (Non- Electrical) Sign Maker $33.25 1 Soft Floor Layers Journey Level $42.41 5A 3D Solar Controls For Windows Journey Level $12.44 1 Sprinkler Fitters (Fire Protection) Journey Level $69.74 5C 1X Stage Rigging Mechanics (Non Structural) Journey Level $13.23 1 Stone Masons Journey Level $51.32 5A 1M Street And Parking Lot Sweeper Workers Journey Level $19.09 1 Surveyors Assistant Construction Site Surveyor $54.33 7A 3C 8P Surveyors lChainman $53.81 7A I 3C 8P Effective Date: 3/4/15 14 of 15 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Surveyors Construction Site Surveyor $55.24 7A 3C 8P Telecommunication Journey Level $22.76 1 Technicians Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside Telephone Line Construction - Telephone Equipment Operator (Heavy) $36.96 5A 2B Outside Telephone Line Construction - Telephone Equipment Operator (Light) $34.34 5A 2B Outside Telephone Line ConstructionTelephone Lineperson $34.34 5A 2B Outside Telephone Line ConstructionTelevision Groundperson $19.45 5A 2B Outside Telephone Line ConstructionTelevision Lineperson/Installer $25.89 5A 2B Outside Telephone Line Construction - Television System Technician $30.97 5A 2B Outside Telephone Line ConstructionTelevision Technician $27.77 5A 2B Outside Telephone Line ConstructionTree Trimmer $34.34 5A 2B Outside Terrazzo Workers Journey Level $46.96 5A 1M Tile Setters Journey Level $21.65 1 Tile, Marble Et Terrazzo Finisher $37.79 5A 1B Finishers Traffic Control Stripers Journey Level $43.11 7A 1 K Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint $49.85 5D 3A 8L Council 28) Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint $49.01 5D 3A 8L Council 28) Truck Drivers Dump Truck Et Trailer $49.85 5D 3A 8L ruck Drivers Dump Truck (W. WA -Joint Council 28) $49.01 5D 3A 8L Truck Drivers Other Trucks (W. WA -Joint Council 28) $49.85 5D 3A 8L Truck Drivers Transit Mixer $43.23 1 Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Effective Date: 3/4/15 15 of 15 Prevailing Wage Rates Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 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. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 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. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 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. V. 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. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. 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 the straight time rate of pay in addition to holiday pay. Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. 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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 0 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1'/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). 5. 6. Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 K. Holidays: New Year's Day, Presidents' Day, .Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. 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, And A Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 6. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The Day After Or Before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes A. 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'-$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet E3 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$ 1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. King County SECTION 00300 FORM OF BID Name of Firm Submitting Bid Deliver to: King County Procurement and Contract Services Section M.S. CNK -ES -0340 401 Fifth Avenue, 3rd Floor, Seattle, Washington 98104. The undersigned, as bidder, declares that we have examined the Contract Documents and that we will contract with King County on the Agreement form provided and at the prices and on the terms and conditions in the Contract Documents for: CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, CONTRACT C00735C12. We agree that the Form of Bid constitutes our bid. To be responsive, a bid guaranty bond issued by a surety licensed to conduct business in the state of Washington, or a cashier's check, certified check or money order payable to King County in the amount of 5% of the Total Bid Price must accompany our bid. We agree that our bid constitutes an offer to King County which shall be binding for 60 days from the date of bid opening. If our bid is accepted, we agree to sign and return all required Contract Documents within 10 days of receipt of the Notice of Selection. We further agree if awarded a contract to plan and prosecute the work with such diligence that the work and portions thereof shall be completed and ready for use within the period set forth in these Contract Documents. By submitting a bid we certify that we are currently registered as a Contractor in accordance with RCW 18.27 by the state of Washington and will remain so registered throughout the performance of the Contract. We further certify that we are skilled in the general class and type of work called for in the Contract Documents. ACKNOWLEDGEMENT OF ADDENDA We acknowledge addenda numbers through have been delivered to us and have been taken into account as a part of our Bid. NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY & AFFIRMATIVE ACTION We affirm that we have read and understand the Contract Document setting forth the County's non-discrimination policy in contracting and those sections related to providing equal employment opportunities to all persons, including minorities, women and persons with disabilities and corresponding forms. WAIVER OF INDUSTRIAL INSURANCE IMMUNITY In accordance with the provisions of the Contract Documents and RCW 4.24 industrial insurance immunity and acknowledge this waiver was the negotiation. TAXES Taxes shall be in accordance with §00100. .115, we waive any subject of mutual C00735C12 page 1 of 4 §00300 2012 Rev 1 10/22/2012 Form of Bid King County Name of Firm Submitting Bid BID PRICE The bid price shall include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including, but not limited to, furnishing all materials, equipment, tools, plant and other facilities and all management, superintendents, labor and services, and field design, except as may be provided otherwise in the Contract Documents. A Lump Sum Amount shall be offered for the bid item; failure to do so shall render the Bid non- responsive. The price shall be in legible figures written in ink or typed. The lump sum bid item shall be stated in United States of America dollars and cents omitting digits more than two places to the right of the decimal point (e.g. $720.74). BIDDING SCHEDULE The bidder is to provide the price to perform all work as specified or shown herein, including but not limited to, furnishing all materials, equipment, tools, plant and other facilities and all management, superintendents, labor and services, and field design, as well as any other ancillary costs associated with completing the work specified in these Contract Documents. Having carefully examined the Contract Documents, as well as the site of the work, and the availability of materials and labor, we propose to perform the work identified in the Contract Documents under the terms and conditions contained herein for the lump sum Total Bid Price of: Item Description Lump Sum Amount Total Bid Price To perform all work identified in the Contract Documents. $ BID EVALUATION AND CONTRACT AWARD In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid Price offered by a responsive, responsible bidder. A contract will be awarded, if at all, based on the lowest Total Bid Price proposed by a responsive, responsible bidder. King County reserves the right to reject any bid, any portion of any bid and/or to reject all bids. King County further reserves the right, but without obligation, to waive informalities and irregularities. C00735C12 page 2 of 4 §00300 2012 Rev 1 10/22/2012 Form of Bid E La King County Name of Firm Submitting Bid LETTER OF INTENT Small Contractors and Suppliers (SCS) (This page shall be submitted for each Certified SCS Firm) Fully complete and siqn this Letter of Intent as provided below. IMPORTANT INSTRUCTION: Tables 1 and 2 below must be completed in full. If a table is not applicable - for example, the SCS Firm is not functioning as a Supplier — then insert "N/A" for Not Applicable. Any spaces left blank will be interpreted to mean N/A. The LOI also must be signed by the SCS Firm Owner or Authorized Representative (as defined below). Failure to comply with these instructions will result in rejection of the LOI. If after such rejection the Bidder has nott satisfied the SCS Utilization Requirement, the Bid will be considered non-responsive and will be rejected. Refer to Section 00120; 1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS, B. Responsiveness A. TABLE 1 — SCS PRIME BIDDER AND SCS SUBCONTRACTOR OR MANUFACTURER. 1. SCS Prime Bidder. 100% of the Total Bid Dollar Amount for the distinct, clearly defined portion of the work that the SCS Prime Bidder performs with its own forces will be counted towards the SCS Utilization Requirement for this Contract. 2. SCS Subcontractor or Manufacturer. 100% of the Total Bid Dollar Amount for subcontractor or manufacturer work will be counted towards the SCS Utilization Requirement for this Contract. Table 1 Total Bid Dollar Amount for SCS Work: __7$ Description of Work (In words, or cite divisions or sections): B. TABLE 2 — SCS SUPPLIER. 1. SCS Supplier. 60% of the Total Bid Dollar Amount for materials will be counted toward the SCS Utilization Requirement for this Contract. Table 2 Total Bid Dollar Amount for SCS Supplied Materials or $ Supplies: Description of Materials or Supplies (In words, or cite divisions or sections): As the SCS Owner or *authorized representative of the Certified Small Contractor or Supplier (SCS) firm, I declare that I have reviewed the material and facts set forth in this Letter of Intent and the facts and representations are true and complete. I have been contacted by the bidder with regard to this Contract. It is understood that if the bidder is awarded the Contract by King County, the SCS firm identified in this Letter of Intent will enter into an agreement with the bidder to participate in the Contract consistent with this Letter of Intent. Certified SCS Firm Name: SCS #: Signature of Certified SCS Firm Owner Print Name or *Authorized Representative Date * Authorized Representative means an officer or employee of the Certified SCS Firm, who has been authorized in writing and in advance of the Bid Submittal Due Date to execute a Letter of Intent on behalf of the SCS Firm. C00735C12 page 3 of 4 §00300 2012 Rev 1 10/22/2012 Form of Bid LIQ King County SIGNED this Name of Firm: Address (No P.O. Boxes): City: Telephone: Email Address: Name of Firm Submitting Bid FORM OF BID SIGNATURE day of Fax No.: Federal Tax Identification Number: State of Incorporation: UBI Number: WA State Contractor's License Number: WA State Department of Revenue State Excise Tax Number: WA State Employment Security Department Number: WA State Workers Compensation Account Number: By: Title: State / Zip: ,20 CONTRACTOR'S CONTACT INFORMATION As an administrative convenience, please provide the name of Contractor's authorized representative who will serve as a contact person for this project during the bid evaluation process. Contact Name: Title: Telephone: Fax No: Email Address: C00735C12 2012 Rev 1 10/22/2012 END OF SECTION page 4 of 4 §00300 Form of Bid SECTION 00310 BID GUARANTY BOND KNOW ALL BY THESE PRESENTS: That we, as Principal, and as Surety, are jointly and severally held and firmly bound unto King County, hereinafter called the Obligee, each in the penal sum of five percent (5%) of the Principal's Total Bid Price for the work, this sum not to exceed DOLLARS ($ ) (hereinafter referred to as "penal sum") of lawful money of the United States, for the payment whereof unto the Obligee. WHEREAS, the Principal is herewith submitting its offer for the fulfillment of CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, Contract C00735C12 NOW, THEREFORE, the condition of this obligation is such that if the Principal is awarded the Contract, and if the Principal, within the time specified, fulfills all of the requirements of the Contract Documents which are conditions precedent to the execution of the Agreement, enters into, executes and delivers to the Obligee an agreement on the form provided herein complete with evidences of insurance, and if the Principal, within the time specified, gives to the Obligee the Performance and Payment Bond on the forms provided herein, then this obligation shall be void; otherwise, the Principal and Surety shall pay unto the Obligee the penal sum; provided however, in no event shall the Surety's liability exceed the penal sum. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal, and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety and the Obligee and their respective heirs, executors, administrators, successors and assigns. SIGNED this day of Principal: By: Title: Address: City/Zip: Telephone: Surety: By: Title: Address: City/Zip: Telephone: ,20 Note: A dated power of attorney must be provided which appoints the Surety's true and lawful attorney-in-fact to make, execute, seal and deliver this bid guaranty bond. END OF SECTION C0073SC12 page 1 of 1 §00310 2003 Rev 1 (03/03/03) Bid Guaranty Bond SECTION 00410 FORMS DUE PRIOR TO CONTRACT EXECUTION BY KING COUNTY Bidders are not required to submit the forms listed in this section with submittal of bids. All forms listed must be submitted in accordance with the instructions below. Current versions of all forms are available for review and download at www.kingcounty.gov/procurement/forms.aspx. All forms must be submitted within ten (10) calendar days after receipt of the Notice of Selection. Contracts will not be executed without receipt of the following documents from the selected bidder. 1. W-9 Request for Taxpayer Identification Number 2. Subcontractors and Suppliers List 3. Retained Percentage Option 4. Apprenticeship Utilization Plan (if required) END OF SECTION C00735C12 page 1 of 1 §00410 2011 Rev 1 (09/21/2011) Forms Due Prior to Contract Execution SECTION 00420 PERFORMANCE AND PAYMENT BOND Contractor Bond Number KNOW ALL BY THESE PRESENTS: That we, as Principal, and, as 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, pursuant to Chapter 39.08 RCW, in the full sum of Dollars ($ ) (Contract Price), and including any and all adjustments to the Contract Price, for the faithful performance of the Agreement referenced below, and 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. WHEREAS, THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT the Principal entered into a certain Agreement with KING COUNTY, for CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, Contract C00735C12 incorporated herein by this reference and including all Contract Documents. This bond shall cover all approved change orders, amendments and modifications as if they were in the original Agreement. Similarly, this bond shall cover payment to the state with respect to claims for taxes, increases and penalties imposed under Titles 50, 51, and 82 Revised Code of Washington (RCW). NOW, THEREFORE, if the Principal shall faithfully perform all terms and conditions of such Agreement 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, and shall pay the State all taxes, increases and penalties under Titles 50, 51, and 82 RCW, which may be due, then this obligation is void, otherwise to remain in full force and effect until all claims filed in compliance with chapter 39.08, and all State claims under Titles 50, 51, and 82 RCW are resolved. 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. IT IS FURTHER DECLARED AND AGREED that whenever the Principal shall be, and declared by Owner to be in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety, at the request of the Owner, shall promptly remedy the default in a manner acceptable to the Owner. SIGNED this day of 20 Principal: Surety: By: Title: Address: City/Zip: Telephone: By: Title: Address: City/Zip: Telephone: Note: A power of attorney must be provided which appoints the Surety's true and lawful attorney-in-fact to make, execute, seal and deliver this Performance and Payment Bond. END OF SECTION C00735C12 page 1 of 1 §00420 2015 Rev 0 (3/2/2015) Performance and Payment Bond SECTION 00430 INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE. A. Prior to Contract execution, the Contractor shall provide to the County Certificates of Insurance and Endorsements acceptable to the County meeting the requirements of the Contract (specific insurance coverage limits are set forth below). Coverage shall be maintained without interruption from the commencement of the Contractor's Work until Final Acceptance, or for such longer time as required by the Contract. Each policy obtained by Contractor shall be endorsed to provide County with 45 days notice of material changes to or cancellation of such policy. B. If the scope of Work is significantly expanded, or if the aggregate limits on any of the Contractor's policies are eroded, the County may require Contractor to obtain additional coverage or reinstate eroded coverage. If the need for additional coverage is due to the fault of the Contractor or any of its Subcontractors, the Contractor shall be responsible for the cost of such additional coverage or any of its Subcontractors coverage. The Contractor shall provide proof of additional insurance required because of changed Work (Change Orders). C. If the Contractor is required to correct damaged, defective or incomplete Work after Final Acceptance, it shall obtain at its own expense such insurance coverage as is required by the Contract, for the construction period. Such coverage shall be maintained throughout the period in which corrective work is performed. D. If the scope of Work involves the use of cranes, overload boom exclusions shall be removed. E. Review of Contractor's insurance by County shall not relieve or decrease the duty of the Contractor to comply with the requirements of the Contract Documents. F. Nothing contained within these provisions shall affect and/or alter the application of any other provision within this agreement. 1.02 WAIVER OF SUBROGATION The Contractor waives all rights against the County, County's consultants, or any separate contractors, and their agents and employees, for damages caused by fire or other perils to the extent such damage cost is actually paid by property insurance applicable to the Work. The Contractor shall require similar waivers from all Subcontractors. This provision shall be valid and enforceable only to the extent permissible by the applicable property insurance policies. 1.03 EVIDENCE OF INSURANCE. The Contractor shall furnish the County with Certificates of Insurance and endorsements required by this Contract. All evidences of insurance must be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date of the policy. The Contractor shall, upon demand of King County, make available to King County, in King County, certified copies of all such policies of insurance required in this Contract. Failure to provide such policies of insurance within a time acceptable to King County shall entitle King County to suspend or terminate the Contractor's work hereunder. Suspension or termination of this Contract shall not relieve the Contractor from its insurance obligation hereunder. C00735C12 page 1 of 4 §00430 2011 Rev 1 (03122111) Insurance Requirements All subcontractors shall be required to include the County and Contractor as additional insureds on all Liability policies except Workers' Compensation and Professional Liability Errors and Omissions. 1.04 MINIMUM SCOPE AND LIMITS OF INSURANCE. The Contractor shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, King County shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. Each insurance policy shall be written on an "occurrence" form; excepting that insurance for professional liability, errors and omissions when required, may be acceptable on a "claims made" form. If coverage is approved and purchased on a "claims made" basis, the Contractor warrants continuation of coverage, either through policy renewals or the purchase of an extended discovery period, if such extended coverage is available, for not less than three years from the date of completion of the work which is the subject of this Contract Insurance coverage shall be at least as broad as stated below and with limits no less than: A. General Liability. Coverage shall be at least as broad as Insurance Services Office form number CG 00 01 covering COMMERCIAL GENERAL LIABILITY. $1,000,000 combined single limit per occurrence, and for those policies with aggregate limits, a $2,000,000 aggregate limit. B. Automobile Liability. Coverage shall be at least as broad as Insurance Services Office form number CA 00 01 covering BUSINESS AUTO COVERAGE, symbol 1 "any auto"; or the combination of symbols 2, 8, and 9. $1,000,000 combined single limit per accident. C. Workers' Compensation. Statutory requirements of the State of residency. Coverage shall be at least as broad as Workers' Compensation coverage, as required by the Industrial Insurance Act of the State of Washington, as well as any similar coverage required for this work by applicable Federal or "other States" State Law. D. Employer's Liability or "Stop Gap". Coverage shall be at least as broad as 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. E. Builder's Risk/Installation Floater. The Contractor shall procure and maintain during the life of the Contract, or until acceptance of the project by King County, which ever is longer, "All Risk" Builders Risk or Installation Floater Insurance at least as broad as ISO form number CP0020 (Builders Risk Coverage Form) with ISO form number CP0030 (Causes of Loss — Special Form) including coverage for collapse, theft, and property in transit. The coverage shall insure for direct physical loss to property of the entire construction project, for 100% of the replacement value thereof. The policy shall be endorsed to cover the interests, as they may appear, of King County, Contractor and subcontractors of all tiers with King County and sub -contractors listed as a Named Insured. In the event of a loss to any or all of the work and/or materials therein and/or to be provided at any time prior to the final close-out of the Contract and acceptance of the project by King County, the Contractor shall promptly reconstruct, repair, replace or restore all work and/or materials so destroyed. Nothing herein provided for shall in any way excuse the Contractor or its surety from the obligation of furnishing all the required materials and completing the work in full compliance with the terms of the Contract. C00735C12 page 2 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements F. Professional Liability Errors and Omissions. $1,000,000 per claim/aggregate. The Contractor shall submit proof of Insurance as part of the required submittals or provide evidence of compliance from its subcontractor that these insurance requirements have been met 30 days prior to beginning of the work designated to be performed by a Professional. 1.05 DEDUCTIBLES/SELF-INSURED RETENTIONS. Any deductibles or self-insured retention's 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. 1.06 OTHER INSURANCE PROVISIONS. A. The insurance policies required in this Contract are to contain and be endorsed to contain the following provisions: With respect to all Liability Policies except Professional Liability and Workers Compensation: (a) The County, its officers, officials, employees, and agents are to be covered as additional insureds as respects liability arising out of activities performed by or on behalf of the Contractor in connection with this Contract. Additional Insured status shall include Products -Completed Operations -CG 20 10 11/85 or its equivalent. (b) The Contractor's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, agents, and representatives. Any insurance and/or self-insurance maintained by the County, its officers, officials, employees, agents and representatives shall not contribute with the Contractor's insurance or benefit the Contractor in any way. (c) 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. 1.07 ACCEPTABILITY OF INSURERS. A. Unless otherwise approved by the County: 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. 2. Professional Liability, Errors and Omissions insurance may be placed with insurers with a Best's rating of B+; VII. B. If at any time the foregoing required policies shall fail to meet the above minimum requirements, 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. 1.08 SUBCONTRACTORS. The Contractor shall include all subcontractors as insured under its policies, or shall furnish separate certificates of insurance and policy endorsements from each subcontractor. Insurance coverages provided by subcontractors, as evidence of compliance with the insurance requirements of this Contract shall be subject to all of the requirements stated herein. C0073SC12 page 3 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements 1.09 JOB 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 subcontractor's compliance with these provisions. END OF SECTION C00735C12 page 4 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements SECTION 00440 QUALIFICATION INFORMATION — PROJECT SPECIFIC CONTRACTS 1.0 RESPONSIBILITY EVALUATION A. In accordance with RCW 39.04.350, the low responsive Bidder shall demonstrate to the satisfaction of King County that the Bidder and project team members are responsible and qualified, at the time of bid submittal, to perform the Work under this Project. B. To demonstrate their experience and qualifications, the Bidder shall provide all information identified below using the attached Responsibility Detail Form (Attachment 1). 1.1 SUBMITTAL INFORMATION A. Upon request by the County, the low responsive Bidder and the second low responsive Bidder shall be required to complete and submit the Responsibility Detail Form (Attachment 1) and the corresponding Responsibility Attestation Form (Attachment 2) for this Project and provide any additional required information within one (1) business day. The completed and certified Forms and any additional required information shall be submitted electronically via email to the Contract Specialist identified in Section 00020, Invitation to Bid. B. If required, King County will contact references as identified in the Responsibility Detail Form to help assess the qualifications of the Bidder and project team members. The County reserves the right to contact other references, including King County personnel not listed on the Responsibility Detail Form, to further evaluate the Bidder qualifications for this Project. Poor reference(s) may be justification to determine a Bidder is not responsible. C. If the County determines that the Bidder, and project team members do not have the necessary experience, capabilities, past project performance and/or contract history to perform the project, the County may reject the Bidder as being not responsible. D. The County may at its sole discretion grant the Bidder additional time to complete the Responsibility Detail Form and/or Responsibility Attestation Form if circumstances justify such extension. E. The Bidder shall not submit any additional information not required by the County. Any information submitted by the Bidder, beyond what is requested by the County, will be deleted. F. Attestation Requirement: By completing the attached Responsibility Attestation Form (Attachment 2), the Bidder shall certify that the information contained within the Responsibility Detail Form (Attachment 1), and any additional information requested by the County, is true and complete. The Bidder's failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder's bid, revocation of award, or contract termination, and/or may impact the Bidder's ability to bid on future projects with King County. 1.2 MANDATORY RESPONSIBILITY REQUIREMENTS. A. The County will verify that the Bidder meets the mandatory responsibility requirements as described in RCW 39.04.350(1) for this Project, identified within the Responsibility Detail Form. The Bidder shall be rejected as not responsible if it fails to meet any of these requirements. C00735C12 page 1 of 4 §00440 2012 Rev 2 (09/24/2012) Qualifications Information 1.3 CONTRACT AND REGULATORY HISTORY. A. The County will evaluate whether the Bidder's contract and regulatory history demonstrates an acceptable record of past project performance and consistent responsibility. The Bidder may be rejected as not responsible if any of the following events has occurred. The Bidder shall be required to identify if within the past 5 years the Bidder has: 1. Had a contract terminated for cause or default; 2. Been found by the Department of Labor and Industries to have violated a state wage payment law, including willful violation of a wage payment requirement as defined in RCW 49.48.082, or had a civil judgment entered against it for violation of a state wage payment law; 3. Been found to have violated a state or federal prevailing wage law while working on a public works project, or had a civil judgment entered against it for violating a state or federal prevailing wage law; 4. Failed to comply with commitments to and contractual requirements for Disadvantaged Business Enterprise ("DBE") Utilization Requirements or Women/Minority Owned Business Enterprise ("WMBE") Utilization Requirements on any public works project; 5. Failed to meet mandatory King County Small Contractors and Suppliers ("SCS") Utilization Requirements on any public works project; 6. Been found to have violated ethical standards set forth in King County contracts (KCC 3.04); 7. Been in bankruptcy, reorganization and/or receivership; 8. Been disqualified by any federal, state or local agency from being awarded and/or participating in a public works project; 9. Required a surety to take over all, or a portion of a project to cure or respond to an asserted default or material breach on part of the Bidder; 10. Failed to meet apprenticeship utilization requirements on any public works project. 1.4 CRIMINAL HISTORY. A. The County will evaluate whether the Bidder's, or any of its corporate officers criminal history demonstrates a lack of business integrity or business honesty. The Bidder may be rejected as not responsible if any of the following events has occurred. The Bidder shall be required to identify if within the past five (5) years the Bidder, or any of its corporate officers has been: 1. Convicted of a criminal offense related to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of the contract or subcontract; 2. Convicted under federal or state law of a crime relating to wage payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of records, receiving stolen property, making false claims while working on a project; 3. Convicted of a crime involving willful violation a federal or state environmental law or regulation while working on a project. C0073SC12 page 2 of 4 §00440 2012 Rev 2 (09/24/2012) Qualifications Information 1.5 ACCIDENT/INJURY EXPERIENCE. A. The County will evaluate the Bidder's accident/injury Experience Modification Factor ("EMF") from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, for the past five (5) years to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects. B. Bidders that have an EMF over 1.0 shall be required to explain the cause(s) of the designation and what remedial steps were taken to correct the EMF. The Bidder may be rejected as not responsible if the EMF is greater than 1.0 and sufficient remedial steps have not been implemented. 1.6 SUPPLEMENTAL BIDDER RESPONSIBILITY REQUIREMENTS FOR PROJECT. A. In accordance with RCW 39.04.350(2), the County has adopted relevant supplemental criteria for determining whether the low responsive bidder has the necessary experience and qualifications to perform the Work on this Project. The Bidder may be rejected as not responsible if it fails to meet any of the following supplemental responsibility requirements outlined below and as more fully described within the Responsibility Detail Form (Attachment 1): 1. Experience of the Bidder (Prime Contractor), a. Heating, Ventilating and Air Conditioning; 2. Experience of Subcontractors or Prime Contractor Performing Specific Work. a. Roofing Contractor's Viridian Systems Credentials — (1) Installation of the roofing system shall be performed by a single Roofing Contractor with at least five (5) years of experience and has complete familiarity with Viridian Systems, (2) Provide the Roofing System Manufacturer's (Viridian Systems) written recommended method of installation, (3) Provide an official letter from Viridian Systems stating that the contractor performing the roofing work is certified to install the roofing system specified and has installed at least three similar roofing systems of the manufacturer; b. Systems Balancing; 3. Project Team Members' Experience: a. Project Manager, b. On -Site Supervisor. 4. The Bidder shall demonstrate on the Responsibility Detail Form how, with its own forces, it shall perform work equivalent to at least 25% of the Contract Price, excluding taxes, insurance and bonding. The Bidder shall demonstrate this by identifying the work using the specification divisions (Divisions 0 through 49) or sections within a division it intends to perform with its own forces and the estimated dollar amount and percentage of its overall bid amount this itemized work constitutes. C00735C12 page 3 of 4 §00440 2012 Rev 2 (09/24/2012) Qualifications Information B. Organizational Chart. The Bidder shall submit an organizational chart with the Responsibility Detail Form identifying the project team members and any other position the Bidder deems essential to demonstrate the organizational structure. C. Schedule. The Bidder shall submit with the Responsibility Detail Form, a preliminary schedule which demonstrates the Bidder's management and understanding of the Work. The preliminary schedule shall be in sufficient detail to demonstrate how the Bidder plans to comply with the Contract Milestones and the Substantial Completion Date. Include at least the following: 1. Submittals a. Date of submittal of Schedule of Values 2. Completion of Milestones a. Equipment procurement b. Equipment delivery on-site c. Mobilization to site d. Completion of Cripple Booth fan system e. Completion of main paint booth fan system f. Completion of commissioning of entire system 3. Substantial Completion 4. Punch list 5. Final Acceptance. 1.7 ADDITIONAL INFORMATION A. If the County finds that the Bidder's Responsibility Detail Form or Attestation Form are incomplete, the Bidder may be required to provide additional explanation or information as required by the County. B. If the County determines that the Bidder, and/or project team members are not qualified, the County may reject the Bidder, meet with the Bidder, request additional information and allow Bidder opportunity to correct the deficiency by (1) providing additional information and/or (2) proposing other project personnel, and/or take other appropriate measures to complete the evaluation. C. Timeliness of Contract Execution is critical to the success of this Project; therefore, the County may give the Bidder limited or no opportunity and time to remedy the deficiencies in the submitted Responsibility Detail Form. The County reserves the right, in its sole discretion, to proceed to the next low responsive bidder when a Bidder is deemed not responsible to perform this Project. END OF SECTION C00735C12 page 4 of 4 §00440 2012 Rev 2 (09/24/2012) Qualifications Information SECTION 00440 RESPONSIBILITY DETAIL FORM Attachment 1 The low responsive Bidder and the second low Bidder shall be required to complete this Responsibility Detail Form as specified in Section 00440. This completed Responsibility Detail Form and corresponding Responsibility Attestation Form (Attachment 2) shall both be submitted electronically (pdf) via email to the Contract Specialist identified in Section 00020, Invitation to Bid. Bidder's Company Name: For the below Mandatory Bidder Responsibility Criteria, please check the appropriate box. 1.0 MANDATORY BIDDER RESPONSIBILITY CRITERIA A. The Bidder shall meet the following mandatory responsibility criteria as described in RCW 39.04.350(1). The Bidder shall be rejected as not responsible if any answer to questions 1 through 5 is "No" or any answer to questions 6 through 7 is "Yes." 1. Does the Bidder have a Certificate of Registration in compliance with Chapter 18.27 RCW? ❑ Yes ❑ No 2. Does the Bidder have a current Washington State Unified Business Identifier number? ❑ Yes ❑ No 3. Does the Bidder have Industrial Insurance Coverage for the Bidder's employees working in Washington State as required in Title 51 RCW? ❑ Yes ❑ No 4. Does the Bidder have an Employment Security Department number as required in Title 50 RCW? ❑ Yes ❑ No 5. Does the Bidder have a Washington State Excise Tax Registration number as required in Title 82 RCW? ❑ Yes ❑ No 6. Has the Bidder been disqualified from bidding on any public works project under RCW 39.06.010 or 39.12.065(3)? ❑ Yes ❑ No 7. Has the Bidder violated RCW 39.04.370 more than one time as determined by the Washington State Department of Labor and Industries? ❑ Yes ❑ No If any answer to questions 1 through 5 is "No" or any answer to questions 6 through 7 is "Yes" - STOP HERE and notify the Contract Specialist. The Bidder is not responsible for this Project. Otherwise proceed to 1.1. C00735C12 page 1 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 For remaining criteria below, check or fill -out the appropriate box. Based upon the answer provided by the Bidder, the County may request additional information or seek further explanation. 1.1 CONTRACT AND REGULATORY HISTORY A. The County will evaluate whether the Bidder's contract and regulatory history demonstrates an acceptable record of past project performance and consistent responsibility. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 9 below is "Yes." 1. Has the Bidder had a contract terminated for cause or default, in the last 5 years? ❑Yes ❑No If Yes, explain below. 2. Has the Bidder been found by the Department of Labor and Industries to have violated a state wage payment law, including willful violation of a wage payment requirement as defined in RCW 49.48.082, or had a civil judgment entered against it for violation of a state wage payment law, in the last 5 years? ❑Yes ❑No If Yes, explain below. 3. Has the Bidder been found to have violated a state or federal prevailing wage law while working on a public works project, or had a civil judgment entered against it for violating a state or federal prevailing wage law, in the last 5 years? ❑Yes ❑No If Yes, explain below. 4. Has the Bidder failed to comply with commitments to, and contractual requirements for, Disadvantaged Business Enterprise ("DBE") Utilization Requirements or Women/Minority Owned Business Enterprise ("WMBE") Utilization Requirements on any public works project, in the last 5 years? ❑Yes ❑No If Yes, explain below 5. Has the Bidder failed to meet mandatory King County Small Contractors and Suppliers ("SCS") Utilization Requirements on any public works project, in the last 5 years? ❑Yes ❑No If Yes, explain below. 6. Has the Bidder been found to have violated ethical standards set forth in King County contracts (KCC 3.04), in the last 5 years? ❑Yes C00735C12 2012 (09/24/1012) ❑No If Yes, explain below. page 2 of 10 §00440 Responsibility Detail Form — Attachment 1 E r 7. Has the Bidder been in bankruptcy, reorganization and/or receivership on any public works project, in the last 5 years? ❑Yes [:]No If Yes, explain below. 8. Has the Bidder been disqualified by any federal, state or local agency from being awarded and/or participating on any public works project, in the last 5 years? ❑Yes ❑No If Yes, explain below. 9. Has the Bidder required a Surety to take over all, or a portion of, a project to cure or respond to an asserted default or material breach of contract on the part of the Bidder on any public works project, in the last 5 years? ❑Yes ❑No If Yes, explain below. 1.2 CRIMINAL HISTORY A. The County will evaluate whether the Bidder's, or any of its corporate officers, criminal history demonstrates a lack of business integrity or business honesty. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 3 below is "Yes." 1. Has the Bidder, or any of its corporate officers, been convicted of a criminal offense related to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of the contract or subcontract, in the last 5 years? ❑Yes ❑No If Yes, explain below. 2. Has the Bidder, or any of its corporate officers, been convicted under federal or state law of a crime relating to wage payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of records, receiving stolen property, making false claims while working on a project, in the last 5 years? ❑Yes ❑No If Yes, explain below. 3. Has the Bidder, or any of its corporate officers, been convicted of a crime involving willful violation a federal or state environmental law or regulation while working on a project, in the last 5 years? ❑Yes ❑No If Yes, explain below. 1.3 ACCIDENT/INJURY EXPERIENCE A. The County will evaluate the Bidder's accident/injury Experience Modification Factor ("EMF") from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects. C00735C12 page 3 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 0 1.4 B. List the Bidder's accident/injury EMF for the last five (5) years. An experience factor is calculated annually by the Washington State Department of Labor and Industries. Year Effective Year Experience Factor 1 $ 2 3 $ 4 $ 5 $ If the Bidder has received an EMF of greater than 1.0 for any year, explain the cause(s) of the designation and what remedial steps were taken to correct the EMF. The Bidder may be rejected as not responsible if the Bidder's EMF is greater than 1.0 and sufficient remedial steps have not been implemented. WORK PERFORMED BY BIDDER A. The Bidder shall demonstrate how, with its own forces, it shall perform Contract Work equivalent to at least 25% of the Total Bid Price, excluding taxes, insurance and bonding. The Bidder may demonstrate this by identifying the work using the specification divisions (Divisions 0 through 49) or sections within a division it intends to perform with its own forces and the dollar amount and percentage to its Total Bid Price this itemized work constitutes. The Bidder may be rejected as not responsible if the appropriate percentage of self -performance is not demonstrated. Division # / Section # Dollar amount for Contract Work performed with own forces Percent of Total Bid Price $ $ $ $ $ C0073SC12 page 4 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 1.5 ORGANIZATIONAL CHART A. Did the Bidder include an Organizational Chart with its submittal? ❑Yes ❑No If No, explain below. 1.6 SCHEDULE A. Did the Bidder include a Preliminary Schedule with its submittal? ❑Yes ❑No If No, explain below. 1.7 ROOFING CONTRACTOR'S CERTIFICATIONS A. Did the Bidder include the Roofing contractor's certifications with its submittal? ❑Yes ❑No If No, explain below. 1.8 PROJECT EXAMPLE SHEETS A. As part of completing this Responsibility Detail Form, the Bidder shall be required to complete the following Project Example Sheets. The Bidder shall provide one project example sheet for each project submitted. B. If necessary, the Bidder shall print the appropriate number of additional Project Example Sheets in order to satisfy the project information requirements. C. The Bidder's failure to provide the required project information may result in a determination of the Bidder being declared non -responsible by the County. D. The Bidder shall submit its completed Project Example Sheets with its Responsibility Detail Form and Responsibility Attestation Form. C00735C12 page 5 of 10 §00440 2012 (0912411012) Responsibility Detail Form — Attachment 1 La. Kling Courrty Responsibility Detail Form Project Example Sheet for Bidder The Bidder is required to complete a separate Project Example Sheet for each project identified. Bidder's Company Name: Statement of Criteria: The Bidder shall demonstrate past experience and competence in performing no less than three (3) substantially completed Heating, Ventilating, and Air Conditioning (HVAC) construction projects within the last ten (10) years, where: • if the Bidder acted as the prime contractor, the total contract price of each project was at least $400,000. • if the bidder was a subcontractor, the HVAC portion of each project must have been at least $400,000. Such project experience shall also meet the following requirement: 1. Managed multiple subcontractors. For each identified project, the Bidder is required to meet all of the criteria set forth above. Bidder Project Information Project Name: Project Summary: Scope of work performed: Owner's Name: Owner's Telephone Number: Owner's Project Manager's Name (or person who can verify experience) Owner's Project Manager Telephone Number: Owner's Project Manager's Email: Substantial Completion Date: Contract Price: Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is "No," the Yes No County may request additional information regarding the Bidder's response or reject the Bidder as being not responsible. Was this a Heating, Ventilating, and Air Conditioning (HVAC) construction project? ❑ ❑ Did the Bidder perform the HVAC work on this project? ❑ ❑ Was this Bidder responsible for managing multiple subcontractors on this project? ❑ ❑ C00735C12 page 6 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 La. King County Responsibility Detail Form Project Example Sheet for Roofer The Bidder is required to complete a separate Project Example Sheet for each project identified. Roofing's Company Name: Statement of Criteria: The Bidder shall demonstrate past experience and competence in performing no less than three (3) substantially completed roofing construction (and/or repair, and/or warranty preservation) projects within the last ten (10) years, where the roofing portion of each project was at least $5,000. Such project experience shall also meet the following requirement: • Viridian Systems was the Roofing System Manufacturer. For each identified project, the Bidder is required to meet all of the criteria set forth above. Roofer Project Information Project Name: Project Summary: Scope of work performed: Owner's Name: Owner's Telephone Number: Owner's Project Manager's Name (or person who can verify experience) Owner's Project Manager Telephone Number: Owner's Project Manager's Email: Substantial Completion Date: Contract Price: Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is "No," the Yes No County may request additional information regarding the Bidder's response or reject the Bidder as being not responsible. Was Viridian Systems the Roofing System Manufacturer on this roofing construction project? ❑ ❑ C0073SC12 page 7 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 LIM Responsibility Detail Form KingCourrty Project Example Sheet for Systems Balancing Contractor The Bidder is required to complete a separate Project Example Sheet for each project identified. Systems Balancing Contractor's Name: Statement of Criteria: The company performing the Systems Balancing shall demonstrate past experience and competence in performing no less than three (3) substantially completed industrial ventilation balancing projects within the last ten (10) years. Systems Balancing Contractor Project Information Project Name: Project Summary: Scope of work performed: Owner's Name: Owner's Telephone Number: Owner's Project Manager's Name (or person who can verify experience) Owner's Project Manager Telephone Number: Owner's Project Manager's Email: Substantial Completion Date: Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is "No," the Yes No County may request additional information regarding the Bidder's response or reject the Bidder as being not responsible. Was this an industrial ventilation balancing project? ❑ ❑ C00735C12 page 8 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 ka King County Responsibility Detail Form Project Example Sheet for Project Manager The Bidder is required to complete a separate Project Example Sheet for each project identified. Bidder's Company Name: Project Manager Name: Statement of Criteria: Project Manager. The Bidder shall demonstrate that the proposed Project Manager has experience in managing the overall activities on no less than three (3) substantially completed Heating, Ventilating, and Air Conditioning (HVAC) construction projects within the last ten (10) years, where: • if the Project Manager performed these duties for the prime contractor, the total contract price of each project was at least $400,000. • if the Project Manager performed these duties for a HVAC subcontractor, the HVAC portion of each project must have been at least $400,000. Such project experience shall also meet the following requirements: 1. Project Manager was responsible for procurement of subcontractors, materials and equipment, 2. Project Manager was responsible for managing the schedule of the work performed, 3. Project Manager was responsible for negotiating change orders with the owner. For each identified project, the Bidder is required to meet all of the criteria set forth above. Project Manager Project Information Project Name: Project Summary: Yes Scope of work performed: County may request additional information regarding the Bidder's response or reject the Bidder as Owner's Company Name: Owner's Telephone Number: Owner's Project Manager's Name (or person who can verify experience) Owner's Project Manager Telephone Number: Owner's Project Manager's Email: Substantial Completion Date of project: ❑ Contract Price: Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is "No," the Yes No County may request additional information regarding the Bidder's response or reject the Bidder as being not responsible. Was the Project Manager responsible for procurement of subcontractors, materials and equipment on ❑ ❑ this project? Was the Project Manager responsible for managing the schedule of the work performed on this ❑ ❑ project? Was the Project Manager responsible for negotiating change orders on this project? ❑ ❑ C00735C12 page 9 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 W King County Responsibility Detail Form Project Example Sheet for On -Site Superintendent The Bidder is required to complete a separate Project Example Sheet for each project identified. Bidder's Company Name: On -Site Superintendent's Name: Statement of Criteria: On -Site Superintendent. The Bidder shall demonstrate that the On-site Superintendent has experience in managing the day-to-day on-site activities on no less than three (3) substantially completed Heating, Ventilating, and Air Conditioning (HVAC) construction projects within the last ten (10) years each with a contract price of at least $500,000. Such project experience shall meet the following requirements: 1. Coordinated the on-site work of multiple subcontractors, 2. Coordinated the schedule of multiple subcontractors. For each identified project, the Bidder is required to meet all of the criteria set forth above. On -Site Superintendent Project Information Project Name: Project Summary: Yes Scope of work performed: County may request additional information regarding the Bidder's response or reject the Bidder as Owner's Company Name: Owner's Telephone Number: Owner's Project Manager's Name (or person who can verify experience) Owner's Project Manager Telephone Number: Owner's Project Manager's Email: Substantial Completion Date of project: ❑ Contract Price for project: Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is "No," the Yes No County may request additional information regarding the Bidder's response or reject the Bidder as being not responsible. Did the Superintendent manage the on-site day-to-day activities on this project? ❑ ❑ Did the Superintendent coordinate the on-site work of multiple subcontractors on this project? ❑ ❑ Did the Superintendent coordinate the schedule of multiple subcontractors on this project? ❑ ❑ C00735C12 page 10 of 10 §00440 2012 (09/24/1012) Responsibility Detail Form — Attachment 1 LIM King county SECTION 00440 RESPONSIBILITY ATTESTATION FORM Attachment 2 The low responsive Bidder and the second low Bidder shall be required to complete and sign this Attestation Form as specified in Section 00440. This completed and certified Attestation Form shall be submitted electronically (pdf) via email, with the completed Responsibility Detail Form (Attachment 1), to the Contract Specialist identified in Section 00020, Invitation to Bid. Attestation Requirement: By completing this Responsibility Attestation Form, the Bidder is certifying that the information contained within the Responsibility Detail Form (Attachment 1), and any additional information requested by the County, is true and complete. The Bidder's failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder's bid, revocation of award, or contract termination, and/or may impact the Bidder's ability to bid on future projects with King County. Project: CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, C00735C12 The information provided herein is true and complete. Signature of Authorized Representative Print Name and Title: Bidder General Information Bidder's Legal Name: Contact Name and Title: Address: Contact Phone Number: Contact Email: Date C00735C12 1 of 1 §00440 2012 (09/24/2012) Responsibility Attestation Form Attachment 2 SECTION 00500 AGREEMENT _Y THIS AGREEMENT, by and between King County, and hereinafter called the "Contractor," shall be effective upon the execution of this Agreement by the County. In consideration of the mutual covenants, agreements, terms and conditions contained in this Agreement and in the Contract Documents (General Terms and Conditions as supplemented, Specifications, Drawings and Detail Drawings, Bid Form and Addenda and Affidavits, Certifications and Bonds) which are attached hereto and made part of this Agreement for CSC PAINT BOOTH EXHAUST FAN REPLACEMENT, CONTRACT C00735C12 1. The Contractor agrees to complete the work, furnish all tools, materials and equipment necessary on the terms and conditions specified in the Contract Documents. The Contractor further agrees to assume and perform all of the covenants and conditions required of the Contractor pursuant to the Contract Documents, for the total Contract Price of Dollars ($ ). 2. King County agrees to pay the Contractor the applicable Washington State Retail Sales Tax in accordance with the terms and conditions set forth in the Contract Documents. 3. King County agrees to pay the Contractor for fulfillment of the work and performance of the covenants set forth in the Contract Documents in accordance with the Contractor's bid and the Contract Documents. 4. Except as expressly provided in the Contract Documents, no liability shall attach to the County by reason of entering into this Agreement. 5. King County's Project Representative is Sheldon Teel. 6. The Contractor's Representative is @ContractorRepresentativeName 7. The Contractor's contract purchase agreement in the King County Oracle financial system for submitting and processing Applications for Payment is CPA# IN WITNESS WHEREOF, the parties have caused this Agreement to be executed. By: KING COUNTY CONTRACTOR M Kevin Desmond, General Manager King County Metro Transit For Dow Constantine, King County Title: Executive Date Date: END OF SECTION C00735C12 page 1 of 1 §00500 2012 Rev 1 (01/16/2012) Agreement SECTION 00600 ADDENDA Enclosed in this Section are any addenda issued to the Bidding Documents. END OF SECTION C00735C12 page 1 of 1 §00600 2003 Rev 1 (03/03/03) Addenda GENERAL TERMS AND CONDITIONS SECTION 00700 GENERAL TERMS AND CONDITIONS TABLE OF CONTENTS Article 1: GENERAL PROVISIONS.............................................................................................................1 1.0 Definitions.......................................................................................................................................1 1.1 Intent and Interpretation of the Documents....................................................................................5 1.2 Order of Precedence......................................................................................................................6 1.3 Clarification of Drawings and Detail Drawings................................................................................6 Article2: COUNTY....................................................................................................................................... 6 2.0 Authority......................................................................................................................................... 6 2.1 Information Supplied by County.....................................................................................................8 2.2 Work by County or Separate Contractors......................................................................................8 Article3: CONTRACTOR............................................................................................................................ 8 3.0 Contractor Representations........................................................................................................... 8 3.1 General Duties................................................................................................................................9 3.2 Duty to Inspect Contract Documents.............................................................................................. 9 3.3 Communications...........................................................................................................................10 3.4 Contractor's Supervision and Employees.....................................................................................10 3.5 Contractor's Duty When County Performs Work On-Site............................................................11 3.6 Materials and Equipment Furnished by County............................................................................11 3.7 Subcontractors and Suppliers......................................................................................................12 3.8 Schedule of Working Hours.........................................................................................................13 3.9 Record Documents.......................................................................................................................13 3.10 Cost Records................................................................................................................................14 3.11 Maintenance and Inspections of Documents...............................................................................14 3.12 Maintenance and Site Cleanup.................................................................................................... 16 3.13 Protection of Existing Structures, Equipment, Vegetation, Utilities, and Improvements ..............17 3.14 Permits, Laws and Regulations....................................................................................................17 3.15 Patents and Royalties...................................................................................................................18 3.16 Contractor's Certification..............................................................................................................18 3.17 Deviation from Contract..................................`..............................................................................19 3.18 Operations, Material Handling, and Storage Areas......................................................................19 3.19 Contractor's Overall Responsibility For Protection of Work, Property, and Persons ...................20 3.20 Protection of Persons................................................................................................................... 21 3.21 Safety Program.............................................................................................................................21 3.22 Storage of Contractor's Property..................................................................................................22 3.23 Archaeological and Historical Preservation.................................................................................. 22 3.24 Water Pollution Control Requirements.........................................................................................22 3.25 Rights of Way...............................................................................................................................22 3.26 Environmental Mitigation Plan...................................................................................................... 23 Article 4: ADMINISTRATION OF THE CONTRACT................................................................................. 24 4.0 Time of Essence........................................................................................................................... 24 4.1 Work Progress............................................................................................................................. 24 4.2 Schedule of Values....................................................................................................................... 24 4.3 Project Schedule.......................................................................................................................... 25 4.4 Submittals.....................................................................................................................................26 4.5 Requests for Information..............................................................................................................27 4.6 Tests, Inspections, and Access to the Work................................................................................28 4.7 Correction of Work or Damaged Property.................................................................................... 30 4.8 Substitution of Products & Processes.......................................................................................... 31 Article 5: CHANGES TO THE CONTRACT............................................................................................... 31 5.0 General.........................................................................................................................................31 5.1 Contractor's Request for a Change Order.................................................................................... 32 5.2 Differing Site Conditions...............................................................................................................34 C00735C12 page i of ii §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 5.3 Acceleration..................................................................................................................................35 5.4 Suspension of Work.....................................................................................................................35 5.5 Force Majeure.............................................................................................................................. 37 5.6 Change Orders.............................................................................................................................38 5.7 County Request for a Change Proposal....................................................................................... 39 Article 6: TIME AND PRICE ADJUSTMENTS...........................................................................................40 6.0 Change in the Contract Time.......................................................................................................40 6.1 Change in the Contract Price....................................................................................................... 40 6.2 Method to Calculate Adjustments to Contract Price.....................................................................42 Article 7: PAYMENT AND COMPLETION.................................................................................................47 7.0 Applications for Payment..............................................................................................................47 7.1 Payments......................................................................................................................................47 7.2 Payment Withheld........................................................................................................................48 7.3 Title...............................................................................................................................................48 7.4 Substantial Completion Procedure...............................................................................................49 7.5 Final Inspection and Final Punch List...........................................................................................49 7.6 Requirements for Final Application For Payment.........................................................................50 7.7 Completion/Final Acceptance.......................................................................................................50 7.8 Retainage.....................................................................................................................................51 7.9 Warranty and Guaranty................................................................................................................ 51 7.10 Prior Occupation........................................................................................................................... 52 Article 8: TERMINATION........................................................................................................................... 52 8.0 County's Right to Terminate Contract.......................................................................................... 52 8.1 The County's Right to Stop the Work for Cause.......................................................................... 54 Article 9: CLAIMS AND LITIGATION........................................................................................................ 54 9.0 Contractor Claims......................................................................................................................... 54 9.1 Contractor's Burden of Proof on Claim......................................................................................... 57 9.2 Litigation....................................................................................................................................... 57 Article 10: MISCELLANEOUS...................................................................................................................58 10.0 Contractor's Performance and Payment Bond.............................................................................58 10.1 Indemnification/Hold Harmless.....................................................................................................58 10.2 Compensation, Wages, Benefits and Taxes................................................................................59 10.3 Successors and Assigns.............................................................................................................. 59 10.4 Third Party Agreements............................................................................................................... 59 10.5 Nonwaiver of Breach.................................................................................................................... 59 10.6 Notice to the County of Labor Disputes........................................................................................ 59 10.7 Liquidated Damages Against Contractor......................................................................................60 10.8 Headings...................................................................................................................................... 60 10.9 Choice of Law............................................................................................................................... 60 10.10 Severability...................................................................................................................................60 C00735C12 page ii of ii §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions ARTICLE 1: GENERAL PROVISIONS 1.0 DEFINITIONS A. "Addendum" or "Addenda" means alteration or clarification of the plans or specifications provided to bidders by the County prior to bid time, which becomes part of the Contract Documents when the Contract is executed. B. "Claim" means a written demand by the Contractor seeking (1) a change to Contract Price; (2) a change of Contract Time; (3) a payment of money or damages; and/or, (4) any other relief arising out of or relating to this Contract. C. "Change Order" means a written instrument designated to be a Change Order which alters the Contract, and identifies the following: (1) a change in the Work; (2) a change in Contract Price; and/or (3) a change in Contract Time. D. "Change Proposal" means a document prepared by the Contractor at the request of the County, which proposes changes to the Work and/or changes to the Contract Price and/or Contract Time. County initiates all requests for Change Proposals. E. The "Contract" or "Contract Documents" constitute the entire integrated agreement between King County and the Contractor for the performance of the Work. The Contract Documents are the following: 1. The signed Agreement between King County and Contractor (the "Agreement Form"); 2. Division 0, and all documents required therein, including the Contractor's completed Responsibility Detail Form and Responsibility Attestation Form; 3. Technical Specifications (Divisions 1 through 49); 4. Drawings; 5. Addenda; and 6. Any Change Orders. F. "Contract Execution" occurs when the County Executive or its designee signs the Contract, which shall only occur after the Contractor signs the Contract. G. "Contract Price" means the total amount payable by the County to the Contractor for performance of the Work in accordance with the Contract. H. "Contractor's Representative" is the individual who has authority to obligate the Contractor and is identified in the Agreement (§ 00500). I. "Contract Time" means the number of days or the specific date set forth in the Contract to achieve Substantial Completion of the Work. J. "Contract Work" or "Work" refers to the labor, materials, equipment, supplies, services, other items, and requirements of the Contract necessary for the execution, completion and performance of all work within the Contract by the Contractor to the satisfaction of King County. K. "Contractor" means the individual, association, partnership, firm, company, corporation, or combination thereof, including joint ventures, contracting with King County to do the Contract Work. C00735C12 page 1 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions L. "Critical Path" is the longest, continuous sequence of interrelated activities that begins at the start of the Project (Notice to Proceed) and extends to Substantial Completion of the Project. These activities are critical because delay to an activity on this path will extend Contract Time. M. "Day" means calendar day, unless otherwise specified. N. "Differing Site Conditions" are defined as: (1) Subsurface or latent physical conditions at the site which differ materially from those indicated in the Contract Documents (Type 1), or (2) Unknown physical conditions at the Site, of an unusual nature, which differ materially from those ordinarily encountered and generally recognized as inherent in the construction activities of the character provided for in the Contract (Type 11). O. "Field Directive" is a document, titled Field Directive, prepared by the County directing the Contractor to proceed promptly with specific work and shall not, in and of itself, constitute a Change Order or entitlement to an adjustment in Contract Time and/or Contract Price. P. "Final Acceptance" and/or "Completion" is written acceptance of the Project by the County. Q. "Force Majeure" means an event that is unforeseeable at the time of Contract Execution and that is beyond the reasonable control of the Contractor and County and is limited to: 1. Natural Disaster declared by Governor of Washington or President of the United States, including but not limited to earthquakes; 2. Acts or omissions of any government entity acting within its governmental capacity; 3. Fire and/or flood for which the Contractor or its Subcontractors is not responsible; 4. Quarantine or epidemic; 5. Strike or defensive lockout; and, 6. Unusually Severe Weather Conditions. R. "Hand and Other Small Tools" means any tool, piece of communication equipment, or piece of equipment with a wholesale value of less than $500. S. "Hazardous Material" means any pollutant, contaminant, toxic or hazardous waste, dangerous substance, potentially dangerous substance, noxious substance, toxic substance, flammable material, explosive material, radioactive material, urea formaldehyde foam insulation, asbestos, PCBs, or any other substances the removal of which is required, or the manufacture, preparation, production, generation, use, maintenance, treatment, storage, transfer, handling, or shipment of which is restricted, prohibited, regulated, or penalized by any and all federal, state, county, or municipal statutes or laws and regulations promulgated thereunder, now or at any time hereafter in effect, including, but not limited to, the Comprehensive Environmental Response, Compensation, and Liability Act (42 U. S. C. §§ 9601, et seq.), the Hazardous Materials Transportation Act (49 U. S. C. §§ 1801, et seq.), the Resource Conservation and Recovery Act (42 U. S. C. §§ 6901, et seq.), the Federal Water Pollution Control Act (33 U. S. C. §§ 1251, et seq.), the Clean Air Act C00735C12 page 2 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions (42 U. S. C. §§ 7401, et seq.), the Toxic Substances Control Act, as amended (15 U. S. C. §§ 2601, et seq.), the Occupational Safety and Health Act (29 U. S. C. §§ 651, et seq., and the Model Toxics Control Act (RCW 70.105), or similar state or local statute or code), as the laws have been amended and supplemented. T. "King County" or "County" or "Owner" may be used interchangeably and refers to the County of King, a municipal corporation and a home rule charter county of the state of Washington. U. "Notice" means a written document issued by the Project Representative or Contractor's Representative which is submitted to the other party and delivered by: 1. Depositing in the U. S. Mail (or other method of commercial express mail), which notice shall be effective on the date of receipt; 2. Service on the Parties' representative or at the Contractor's home office or field office, which notice shall be effective on the date of service; or, 3. Facsimile to the Parties' representative or Contractor's home office or field office, which notice shall be effective upon receipt. V. "Notice To Proceed" is a written directive issued by the County authorizing the Contractor to perform some or all of the Work. W. "Overhead" shall mean charges that may be incurred or allocated in support of the Contract but are not part of the cost of directly performing the physical Contract construction activity. Overhead includes Site or Field Overhead and Home Office Overhead. 1. Site or Field Office Overhead Site or Field Overhead costs are typically those costs that are related to, but are not limited to supervision, including general foremen and their supervisors, planners, schedulers, engineers, managers, etc. and the direct payroll costs of their project -related service, clerical salaries and their direct payroll costs, the costs of all vehicles, travel, meal and lodging costs associated with those personnel, Site or Field office and utility expense, expenses associated with all regulatory compliance, Hand and Other Small Tools provided by the Contractor for the use of its forces, all expendable supplies, and all other items incidental to or integral in supporting the physical completion of the Work. 2. Home Office Overhead Home office Overhead costs are typically those that include all general office expenses. Such costs include, but are not limited to those associated with officer and office salaries and related payroll taxes and benefits, costs of office occupancy and maintenance, all supporting services (such as utilities, office machines computers, and related items and support) related to the home office function, business taxes and licenses, and all such other costs necessary to operate the business entity. Home office overhead includes unabsorbed home office overhead. 3. In addition to the above, whether treated as Site or Field Overhead or as Home Office Overhead, costs of any and all bonds, insurance(s), and taxes associated with this Contract are to be considered as Overhead. All items as those identified above are to be treated as Overhead for this purpose regardless of how the Contractor chooses to account for them in its books of account. C00735C12 page 3 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 4. Under no circumstances shall the County pay the Contractor for direct or allocated costs or charges for officer bonus and profit sharing, project personnel bonuses, charitable contributions, income taxes, or any costs relating to illegal activity. X. "Parties" refers to the Contractor and King County. Y. "Project" refers to all activity relative to this Contract including activity of the Contractor, its Subcontractors, and the County. Z. "Request for Change Order" means a document, designated as a Request For A Change Order, prepared by the Contractor requesting either (1) a change in Contract Price; (2) a change in Contract Time; (3) a change in Contract Work; (4) a payment of money or damages; and/or, (5) any other relief arising out of or relating to this Contract. AA."Request for Information" is a request from the Contractor to the County seeking an interpretation or a clarification of some requirement of the Contract Documents. BB."Site" or "Project Site" shall be understood to refer to the location at which construction, equipment or services furnished by the Contractor under the Contract will be performed, completed and/or delivered. CC. "Subcontractor" shall mean an individual, firm, partnership, or corporation having a contract, purchase order, or agreement with the Contractor, or with any Subcontractor of any tier for the performance of any part of the Contract. When the County refers to Subcontractor(s) in this document, for purposes of this document and unless otherwise stated herein, the term Subcontractor(s) includes, at every level and/or tier, all subcontractors and subconsultants. DD. "Supplier(s)" The term Supplier(s) shall mean any person or firm who is not performing work or supplying labor on Site and is engaged in the business of supplying a manufactured product or resource to the County, Contractor, or Subcontractors. The term Suppliers includes materialmen, manufacturers, and fabricators. EE."Substantial Completion" means that stage in the progress of the Work where: 1. The County has full and unrestricted use and benefit of the Project for the purpose intended; 2. All the systems and parts of the Contract Work are functional; 3. Utilities are connected and operate normally; 4. Only minor incidental work or correction or repair remains to complete all Contract requirements; and, 5. At the County's option, the Contractor has provided all occupancy permits and easement releases. FF. "Unusually Severe Weather Conditions" shall be defined and calculated as follows: 1. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall exceeds the normal monthly average by 15 to 100 percent. 2. Daily rainfall equal to, or greater than, 0.20 inches during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent. C00735C12 page 4 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 3. Daily rainfall equal to, or greater than, 1.0 inch at any time 4. Daily maximum temperature equal to, or less than, 20 degrees F during a week when the maximum daily temperature never exceeds 35 degrees F. 5. Daily maximum temperature equal to, or less than, 25 degrees F during a week when the maximum daily temperature never exceeds 30 degrees F. 6. Daily maximum temperature equal to, or less than, 15 degrees F at any time. 7. Daily maximum wind velocity equal to or greater than 50 mph at any time. Ice, snow and other weather conditions, not described above, may be considered as unusually severe at the sole discretion of the County upon written request by the Contractor. Such written request shall describe in detail the weather conditions, identify the specific impacts resulting from the weather condition, and be submitted to the County within five (5) days of the onset of the unusually severe weather condition. To preclude the difficulties of actual measurement, the parties hereto agree that weather data at the Site of the Work shall be expressly deemed to be the same as that measured at the Seattle -Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration ("NOAA") of the U. S. Department of Commerce, unless otherwise specified in the Contract Document's technical specifications. Precipitation (such as rain, hail or snow), low temperature, windstorms, ice, and other conditions which could reasonably have been anticipated from the National Weather Service historical records for the general locality of the Work shall not be construed as unusually severe weather. For the purposes of this provision, a "month" shall mean a calendar month and a "week" shall mean a calendar week of Sunday through Saturday. 1.1 INTENT AND INTERPRETATION OF THE DOCUMENTS A. The Contract Documents constitute the entire and integrated agreement between the parties hereto and supersede all prior negotiations, representations, or agreements, either written or oral. B. The Contract Documents shall not be construed to create a contractual relationship between any parties other than the County and the Contractor. No contract between the County and a third party shall be construed to create any duty on the part of the County or such third party to the Contractor. The Contractor is not an intended or incidental beneficiary of any promises made in the County's contract with a third party, if any. C. The Contract Documents are intended to be complementary. What is required by one part of the Contract shall be as binding as if required by all. Should any conflict or inconsistency be found in the Contract Documents, the County shall resolve any such conflict or inconsistency in accordance with provision 1.2, Order of Precedence. D. Where the words "similar," "typical" (or their equivalents) are used in the Contract, they shall mean nearly corresponding or having a likeness. Such words shall not be construed to mean that all parts of the Work referred to are identical or substantially identical, or that such elements of the Work are connected identically or substantially C00735C12 page 5 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions identically to the rest of the Work. The Contractor has the responsibility to determine all details of the Work in relation to their location and connection to other parts of the Work. Words importing the singular number may also be applied to the plural of persons and things; words importing the plural may be applied to the singular; and words importing the male gender may be extended to females also. E. The organization of the specifications into divisions, provisions and articles and the organization of the drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. 1.2 ORDER OF PRECEDENCE A. Any conflict or inconsistency between the terms or conditions of the Contract Document shall be resolved by the following descending order of precedence (with 1 taking precedence over 2, 3, 4, 5, 6 and 7; 2 taking precedence over 3, 4, 5, 6 and 7; and so forth): 1. The signed Agreement (§00500); 2. The Supplemental Terms and Conditions (§00800); 3. The General Terms and Conditions (§00700); 4. The Technical Specifications ("Specifications") as modified by Addenda or Change Orders, Divisions 1-49: provisions in Division 1 shall take precedence over provisions of any other Division; 5. Detail drawings, as modified by Change Orders; 6. Drawings, as modified by Change Orders; 7. All other sections in Division 0 not specifically identified herein by Section including the Contractor's completed Responsibility Detail Form and Responsibility Attestation Form; and 8. Affidavits, Certifications and bonds (§00410; §00420). 1.3 CLARIFICATION OF DRAWINGS AND DETAIL DRAWINGS A. Where on any drawing a portion of the Work is drawn out and the remainder is indicated in outline, the drawn out parts shall apply also to other similar 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 other similar parts of the Work, unless otherwise indicated. B. With regard to drawings the following shall apply: 1. Written dimensions shall be followed; drawings may not be to scale. 2. Figure dimensions on drawings shall govern over scale dimensions; and detail drawings shall govern over general drawings. ARTICLE 2: COUNTY 2.0 AUTHORITY A. Unless the County, in writing, indicates otherwise, the authority to (1) commit to or bind the County to any Change Orders or change in Contract Work, Contract Price C00735C12 page 6 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions and/or Contract Time; or (2) sign the Contract or Change Orders rests solely in the King County Executive or its designee. B. The County shall identify the Project Representative in the Contract prior to Contract Execution. 1. The Project Representative shall provide the Contractor with a written Notice of delegation of authority, which identifies the person who has authority to sign Change Orders and/or bind the County to changes in Contract Work, Contract Price, and Contract Time. 2. In the event the Project Representative is no longer assigned to the Contract, the County shall notify the Contractor in writing of the change providing the name of the new Project Representative and effective date of the change. C. The Project Representative shall have the authority to administer the Contract. Administration of the Contract by the Project Representative includes but is not limited to: 1. Receiving all correspondence and information from the Contractor; 2. Issuing Field Directives; 3. Issuing request for Change Proposals; 4. Responding to Requests For Information; 5. Reviewing the schedule of values, project schedules, submittals, testing and inspection reports, substitution requests, and other documentation submitted by the Contractor; 6. Negotiating Change Proposals and Change Orders; 7. Recommending Change Orders for approval by the King County Executive or its designee; 8. Issuing decisions with respect to Requests for Change Orders and Claims; 9. Processing payment requests submitted by the Contractor, and recommending payment; 10. Monitoring the quality of the work, rejecting noncompliant work, and recommending acceptance of the work; 11. Transmitting executed Change Orders, amendments, and other Contract correspondence to the Contractor, and 12. Performing all other contract administrative functions. D. All correspondence, questions, and/or documentation shall be submitted to the Project Representative. E. The Project Representative may designate Technical Representatives to perform functions under the Contract, such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical or administrative nature. 1. The Project Representative will provide a written Notice of its designation to the Contractor. The designation letter will set forth the authority of the Technical Representatives under the Contract. C00735C12 page 7 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 2. The Project Representative may add to or modify in writing these designations from time to time. 3. The Project Representative cannot grant a Technical Representative greater authority than the authority of the Project Representative. 2.1 INFORMATION SUPPLIED BY COUNTY A. Unless otherwise specifically provided in the Contract, surveys and site information provided by the County are intended to describe the general physical characteristics of the Site. The County does not represent that this information is complete or sufficient for the Contractor's performance of the Work. B. The County shall furnish to the Contractor five copies of the Contract Documents (including half-size copies of the Contract drawings), one full-size set of Contract drawings, and one copy of any permits obtained by the County. The Contractor shall pay the County for any additional copies of Contract Documents. C. All drawings, models, and specifications furnished by the County are solely for use on this Contract and are not to be used by the Contractor on any other work or project. 2.2 WORK BY COUNTY OR SEPARATE CONTRACTORS The County reserves the right to perform work not included in the Contract or to let other contracts in connection with this Project. ARTICLE 3: CONTRACTOR 3.0 CONTRACTOR REPRESENTATIONS The Contractor makes the following representations to the County: A. Before submission of its bid, the Contractor has: 1. Carefully reviewed the Contract Documents, and visited and examined the Site; 2. Become familiar with the general and local conditions in which the Work is to be performed, and satisfied itself as to the nature, location, character, quality and quantity of Contract Work, the labor, materials, equipment, goods, supplies, work, services and other items to be furnished and all other requirements of the Contract Documents, as well as the surface and reasonably ascertainable subsurface conditions and other matters that may be encountered at the Site or affect performance of the Contract Work or the cost or difficulty thereof; 3. Become familiar with and satisfied itself as to the conditions bearing upon transportation, disposal, handling, and storage of materials; and 4. Become familiar with and satisfied itself as to the availability of labor, water, electric power, and roads; and the uncertainties of traffic, weather, river stages, tides, or similar physical conditions at the site. Any failure of the Contractor to take the action described in this provision or elsewhere in the Contract Documents will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the County; C00735C12 page 8 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions B. The Contract Price is reasonable compensation for the Work and the Contract Time is adequate for the performance of the Work as represented by the Contract, site visit, and the general conditions (including but not limited to weather, site, soil) known or reasonably anticipated for the Site; C. The Contractor is financially solvent, able to pay its debts as they mature, and possesses sufficient working capital to complete the Work and perform the Contractor's obligations required by the Contract; D. The Contractor is able to furnish plant, tools, material, supplies, equipment, and labor required to complete the Work and perform the obligations required by the Contract and has sufficient experience and competence to do so; and E. The Contractor shall perform at the Site, and with its own forces, work equivalent to at least twenty-five percent (25%) of the Contract Price. 3.1 GENERAL DUTIES A. The Contractor shall give sufficient supervision to the Work, using its best skill and attention. The Contractor is hereby given notice that the County will be relying on the accuracy, competence and completeness of the Contractor's work. The Contractor shall supervise and be solely responsible for the proper performance of the Work in accordance with the Contract, including the construction means, methods, techniques, sequences, procedures, and for coordination of all portions of the Work. B. Unless specified elsewhere in the Contract, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction machinery, utilities, transportation, and other facilities and services (including federal and state tax, industrial insurance, social security liability and all other applicable taxes) necessary for the proper execution and completion of the Work. C. The Contractor shall also provide sufficient staffing and supervision to process Requests for Information, Change Proposals, Submittals, Change Orders, close out documentation, and to perform all other requirements of the Contract and all Work. D. The Contractor shall lay out its Work from baselines and benchmarks indicated in the Contract and shall be responsible for the accuracy of all field measurements used in the lay out. 3.2 DUTY TO INSPECT CONTRACT DOCUMENTS A. The Contractor shall carefully study and compare all Contract Documents and check the conditions, dimensions, and instructions as stated therein. Contractor will not be required to provide professional services which constitute the practice of architecture and engineering except to the extent provided for in the technical specifications and drawings. B. The Contractor shall immediately notify in writing the County of any: Error, inconsistency, or omission in the Contract Documents that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances; 2. Requirement in the Contract Documents that conflict with any local, state, and federal laws, regulations and/or permits, licenses, and easement conditions that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances. C00735C12 page 9 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions C. The Contractor should not proceed with the work in question until the Contractor receives written direction from the Project Representative. D. If the Contractor proceeds with the work in question without written direction from the Project Representative, the Contractor shall be responsible for any costs or damages associated with: 1. Fines or penalties; 2. Demolition, tear out, removal, cleanup, remediation, or fixing the work in question; and 3. Delay, disruption, and loss of productivity. E. The Contractor's failure to timely discover and immediately report such reasonably ascertainable errors, inconsistencies, or omissions and conflicts in regulatory requirements, permits, license or easements to the County shall preclude the Contractor's recovery of costs and time resulting from the Contractor's failure to timely discover and/or immediately notify the County of such errors, inconsistencies, or omissions. 3.3 COMMUNICATIONS A. The Contractor must designate, in writing, its Contractor's Representative who is responsible for administering the Contract and has the authority to bind and obligate the Contractor in the performance of the Work. The Contractor's Representative shall be identified in the Contract. B. Communication with the Contractor shall be through the Contractor's Representative. C. The Contractor shall notify the County immediately if the Contractor's Representative is changed and identify the name of the new Contractor's Representative and effective date of the change. 3.4 CONTRACTOR'S SUPERVISION AND EMPLOYEES A. Contractor has an obligation to provide qualified and competent people to administer the contract and perform all the Work. B. During performance of the Work the Contractor shall have supervisory personnel on- site and available to administer, manage and coordinate the Work. The County shall not be responsible for the acts or omissions of the supervisory personnel or their assistants. C. The Contractor shall at all times enforce good order among all persons furnishing labor or materials on-site and shall only employ workers skilled in the work assigned. If requested by the Project Representative, Contractor shall provide the Project Representative with copies of licenses, registrations, and certifications. 1. The County shall have the right to require the Contractor to remove personnel from the Site that do not have the appropriate qualifications and experience to meet or uphold the requirements of the Contract. The County shall also have the right to order the Contractor to replace personnel who demonstrate unprofessional behavior. C0073SC12 page 10 of 60 §00700 2012 Rev 2 (10109/2012) General Terms and Conditions 2. Failure by the County to require removal of any Contractor personnel shall not be deemed an admission that any such personnel are satisfactory, nor shall such failure relieve the Contractor from any contractual responsibility. 3.5 CONTRACTOR'S DUTY WHEN COUNTY PERFORMS WORK ON-SITE A. The Contractor shall coordinate its Work with the County and other County contractors and, at the County's request, participate in meetings for the purpose of coordinating the Contractor's construction schedule with those of other contractors at no additional cost to the County. To the extent a direct conflict exists with regard to access to the Site, if the contractors cannot work out a resolution that has no impact on Contract Price, Contract Time, and any milestones in the Contract Documents, the Project Representative shall issue written direction to resolve the conflict. B. The Contractor shall not cut, excavate, alter, impair, or otherwise engage in work activity that inhibits the work of any other contractors without the prior written consent of the County. C. If any part of the Contractor's Work depends, for proper execution or results, upon the prior work of the County or any other contractor, the Contractor shall, before performing the affected Work, inspect and give prompt written Notice of any apparent discrepancies or defects in the prior work that renders it unsuitable for the reception of Contractor's Work. Contractor's failure to so inspect and to give such prompt Notice shall constitute acceptance of the prior work as fit for reception of its Work, except as to defects not then reasonably discovered. 3.6 MATERIALS AND EQUIPMENT FURNISHED BY COUNTY A. Unless otherwise specifically provided in the Contract Documents, if the Contract requires that the Contractor install materials and equipment provided by the County, in the absence of a reasonably apparent defect, such materials and equipment shall be considered compliant with the Contract Documents. 1. If the Contractor discovers defects in the County -furnished material or equipment the Contractor shall immediately notify the County in writing. 2. After such discovery, the Contractor shall not proceed with Work involving such County materials and equipment unless otherwise authorized in writing by the County. 3. Contractor's failure to provide immediate written Notice of any defects in material or equipment shall constitute acceptance of such materials and equipment as fit for incorporation into the Work. 4. Contractor shall be responsible for any damages or delays resulting from Contractor's failure to provide timely written Notice or Contractor's improper incorporation of such defective materials or equipment into the Work. B. Unless otherwise specifically provided in the Contract Documents, materials and equipment furnished by the County, which are not of local origin, are considered to be Free On Board "FOB" to the point of destination which is the railroad, truck or port terminal nearest to the Site. C00735C12 page 11 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 1. The County shall inspect the equipment at the point of destination and notify the Contractor that the County -furnished material and equipment is available for immediate receipt, possession, and inspection at the point of destination. 2. Upon such notice, the Contractor shall, within seven (7) days, inspect such County -furnished material and equipment at point of destination and provide immediate written Notice of rejection of said material and equipment if it is defective or does not meet the requirements of the Contract. a. The Contractor shall identify the causes for its rejection, including but not limited to the specific defect or nonconformance with the Contract. b. Failure to provide such written rejection shall result in a presumption that the Contractor accepts the County -furnished material and equipment, except as to defects not then reasonably discovered. 3. After receipt by the Contractor at the point of destination all risk of loss and damage to such materials and equipment shall be borne by the Contractor. The Contractor shall promptly unload, transport, store and/or protect such material and equipment from damage. 3.7 SUBCONTRACTORS AND SUPPLIERS A. This Contract is between King County and the Contractor. The Contractor's subcontracting shall create no contract between King County and the Subcontractor and Suppliers. Subcontractors and Suppliers are not intended or incidental third party beneficiaries to the Contract. The Subcontractor and Suppliers shall have no rights against King County by reason of its subcontract with the Contractor. 2. The Contractor will be responsible for performing all Work as required by the Contract. The Contract has not been written with the intent of, and King County shall not be a party to, defining the division of work between the Contractor and its Subcontractors and Suppliers. 3. The Contractor shall be responsible for all Work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. B. Selection of Subcontractors and Suppliers 1. Subcontractors and Suppliers shall be properly licensed, registered or certified, as applicable, and capable to perform the assigned work. 2. If requested by the County, the Contractor shall provide documentation that the proposed Subcontractors and Suppliers are experienced and equipped to do the Work. 3. The Contractor shall require each Subcontractor and Supplier to comply with all provisions of this Contract. At the request of Subcontractors or Suppliers, Contractor shall make available for copying all Contract Documents. C. Responsibility for Work of Subcontractors and Suppliers The Contractor shall be responsible for the acts and omissions of Subcontractors and Suppliers. The Contractor shall also be responsible for the suitability of any C00735C12 page 12 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions materials, components, equipment or supplies furnished by a Subcontractor and/or Supplier irrespective of whether such were designated or approved by the County. 3.8 SCHEDULE OF WORKING HOURS A. As specified in the Contract, the Contractor shall submit a schedule of working hours, including overtime and shift work, to the County for acceptance. This schedule shall comply with RCW 49.28 and all other Contract requirements. B. The schedule of working hours accepted by the County shall be the only schedule used- by the Contractor during performance of Work in the Contract, unless amended to maintain Work progress. C. The Contractor shall provide 48 hours advance written Notice of any intent to work outside of regular working hours as defined in the Contract Documents or on Sundays or legal holidays. Any Work performed after regular working hours, or on Sundays or legal holidays, shall be performed without additional expense to the County, except as otherwise provided in the Contract Documents. 3.9 RECORD DOCUMENTS A. The Contractor shall keep a copy of the Contract Documents on the Site. B. The Contractor shall keep at the Site an accurate, readable, and orderly set of drawings and specifications, updated as the job progresses to show all approved changes, options, alternates, and all actual deviations from the original Contract Documents. This set of drawings and specifications shall be the Record Documents. 1. The Record Documents shall be maintained in hard copy and at the County's option, in electronic format meeting the County's requirements. The technical specifications shall state the electronic format. 2. In addition to all approved changes, options, alternates, and all actual deviations from the original Contract Documents, the Record Documents shall be marked as follows: a. Record all materials used where options, alternates and/or change orders were indicated, specified and/or authorized; b. 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; c. Update the Record Documents with information about each item of capital equipment or other fixed asset installed, including type of equipment, make, model, serial number, and acquisition cost; d. Update the Record Documents identifying each item of capital equipment or other fixed asset removed from the Project, including type of equipment or fixed asset, make, model, serial number and description of location from which it was removed; and e. Record all other requirements as specified in the Technical Specifications. C. The Record Documents shall be kept up-to-date and be available for review by the County at all times, including but not limited to at each job progress meeting. Failure C0073SC12 page 13 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions to have the record set up-to-date shall be sufficient reason for the County to withhold payment in accordance with provision 7.2, Payments Withheld, until all such information is recorded. D. Record Documents may be used to assist the County to verify the appropriate progress payment. 3.10 COST RECORDS A. The Contractor, Subcontractors, and Suppliers shall maintain Project cost records by cost codes and shall segregate and separately record at the time incurred all costs (1) directly associated with each work activity and (2) directly or indirectly resulting from any event or condition for which the Contractor seeks an adjustment in the Contract Price, Contract Time, and/or damages. 1. Any costs claimed to result from any such event or condition, including, but not limited to, delay and impact costs, acceleration costs, loss of productivity or efficiency, and increased or extended overhead shall be recorded at the time incurred and be fairly and reasonably allocated to each such event or condition and to other causes of such costs. 2. The County shall be provided with a detailed description of all such costs and the basis of allocation. The Contractor, Subcontractors, and Suppliers shall maintain a monthly summary of all costs and shall make all underlying cost records and monthly summary of costs available for review, inspection, and copying by the County upon request. 3. Any work performed for which the Contractor intends to seek an adjustment in Contract Price and/or Contract Time shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. B. In addition to the requirements set forth in Articles 5, Changes to the Contract, and 6, Time and Price Adjustments, the Contractor shall be entitled to extra compensation for an event or condition and/or the recovery of damages only to the extent that the Project cost records are kept in full compliance with all Contract requirements and the cost allocations support entitlement to such compensation. 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS A. All Contractor's, Subcontractors', and Suppliers' documents and records relating to the Contract shall be open to inspection, audit, and/or copying by the County or its designee: 1. During the Contract Time; and 2. For a period of not less than six years after the date of Final Acceptance of the Contract ("Preservation Period"); or if any Claim, audit or litigation arising out of, in connection with, or related to this Contract is initiated, all documents shall be retained until such Claim, audit or litigation involving the records is resolved or completed, whichever occurs later. B. The Contractor shall also guarantee that all Subcontractor and Supplier documents shall be retained and open to similar inspection, audit and/or copying during the Contract Time and also the Preservation Period. The Contractor, Subcontractor, and Supplier shall use its best efforts to cooperate with the inspection, auditing, and/or copying. C00735C12 page 14 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions C. Inspection, audit, and/or copying of all documents described herein, may be performed by the County or its designee at any time with not less than seven (7) days Notice. Provided however, if an audit or inspection is to be commenced more than sixty (60) days after the Final Acceptance date of the Contract, the Contractor will be given twenty (20) days Notice of the time when the audit or inspection is to begin. D. The Contractor, Subcontractors, and Suppliers shall provide adequate facilities, acceptable to the County, for inspection, auditing, and/or copying during normal business hours. E. If the Contractor is formally dissolved, assigns or otherwise divests itself of its legal capacity under this Contract, then it shall immediately notify the County and preserve such records, at its expense, as directed by the County. F. The Contractor, Subcontractor, and Supplier, shall be subject to audit at any time with respect to this Contract. Failure to maintain and retain sufficient records to allow the County to verify all costs or damages or failure to permit the County access to the books and records shall constitute a waiver of the rights of the Contractor Subcontractor and Supplier to Claim or be compensated for any damages, additional time or money under this Contract. G. At a minimum, the following documents, including the machine readable electronic versions, shall be available for inspection, audits, and/or copying: 1. Daily time sheets and all daily reports, Supervisor's reports, and inspection reports; 2. Collective bargaining agreements; 3. Insurance, welfare, and benefits records; 4. Payroll registers; 5. Earnings records; 6. All tax forms, including payroll taxes; 7. Material invoices and requisitions; 8. Material cost distribution worksheet; 9. Equipment records (list of Contractor's, Subcontractors', and Suppliers' equipment, rates, etc.); 10. Contracts, purchase orders and agreements between the Contractor and each Subcontractor and Supplier; 11. Subcontractors' and Suppliers' payment certificates; 12. Correspondence, including email, with Subcontractors and/or Suppliers; 13. All meeting notes by and between Contractor, Subcontractors, Suppliers and/or any third parties related to the Project; 14. Canceled checks (payroll and vendors); 15. Job cost reports, including monthly totals; 16. Job payroll ledger; 17. Certified payrolls; C00735C12 page 15 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 18. General ledger; 19. Cash disbursements journal; 20. Escrow bid documents, take off sheets, and calculations used to prepare the bid and/or quotes; 21. Take off sheets, calculations, quotes, other financial data to support change proposals, request for change order and/or claims; 22. Financial statements for all years during the Contract Time. In addition, the County may require, if it deems appropriate, additional financial statements for 3 years preceding execution of the Contract and 6 years following Final Acceptance of the Contract; 23. Depreciation records on all Contractor's, Subcontractor's, and Supplier's equipment, whether these records are maintained by the Contractor, Subcontractors, and Suppliers involved, its accountant, or others; 24. If a source other than depreciation records is used to develop costs for the Contractor's internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents; 25. All documents which relate to each and every Claim together with all documents which support the amount of damages as to each Claim; 26. Worksheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, Subcontractors, Suppliers, all documents which establish time periods, individuals involved, the hours for the individuals, and the rates for the individuals; 27. Worksheets, software, and all other documents used (a) by the Contractor to prepare its bid and schedule(s) and/or (b) to prepare quotes and bids to the Contractor; 28. All schedule documents, including electronic versions, planned resource codes, or schedules and summaries; 29. All submittals; and, 30. All other documents, including email, related to the Project, Claims, or Change Orders. H. The Contractor shall mark any documentation it considers proprietary or confidential accordingly. Such information will be treated as such by King County; however, the County cannot ensure that this information will not be subject to release pursuant to a public disclosure request. In the event the County receives a request for such information, the County will immediately advise the Contractor and will not release the requested information for a period of not less than ten (10) days in order to give the Contractor an opportunity to obtain a court order prohibiting the release of the information in response to the public disclosure request. 3.12 MAINTENANCE AND SITE CLEANUP A. The Contractor shall at all times keep the Site, access points, and public rights-of- way free from accumulation of dirt, mud, waste materials or rubbish caused by the Contractor or Subcontractors. At the completion of the Contract Work, the C00735C12 page 16 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions Contractor shall remove and lawfully dispose of all its dirt, mud, waste materials, rubbish, tools, scaffolding and surplus or partly used materials from the Site and shall leave the Site broom clean unless some stricter standard is specified in the Contract. B. The Contractor shall obey all applicable laws and regulations relating to the storage, use, and disposal of Hazardous Materials. The Contractor shall promptly notify the County of all Contractor or Subcontractor caused spills or releases of Hazardous Materials, and pay the cost to promptly clean up all such spills or releases and any associated fines or penalties. The Contractor shall maintain documentation of the clean up and disposal all Contractor or Subcontractor caused spills or releases of Hazardous Materials. C. In case of a dispute over clean up, the County may, after written Notice to the Contractor, sweep surfaces or remove the dirt, mud, waste materials, rubbish, or hazardous materials and charge all reasonable costs of such work to the Contractor. The County may charge the Contractor or deduct such costs from payments otherwise due the Contractor pending a resolution of the dispute or exercise its rights under the Performance and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with maintenance and site cleaning. 3.13 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES, AND IMPROVEMENTS A. Contractor shall protect from damage all existing structures, curbs, gutters, sidewalks, equipment, improvements, utilities, trees, and vegetation not shown in the Contract Documents to be removed or modified at or near the Site. Contractor shall repair, at no cost to the County, any such damage resulting from failure to comply with the requirements of the Contract or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly, the County may have the necessary work performed and deduct or charge the cost to Contractor or exercise its rights under the Performance and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with protection and repairing the damages. 3.14 PERMITS, LAWS AND REGULATIONS A. Except those permits, easements, and variances specified in the Contract as having been previously obtained by the County, all permits, licenses, easements and variances necessary for the execution of the Work shall be secured and paid for by the Contractor. The Contractor shall identify and apply for such permits and licenses at the earliest possible time so as to avoid any delay to the Contract Work arising from the permitting and/or licensing process. No actions taken by the County to aid the Contractor in securing any permit or license shall relieve the Contractor of any obligations to secure any such permit or license. B. The Contractor shall maintain all stamped permit sets of documents at the Site during construction, in good condition and as required by local ordinances. C. The Contractor shall perform all work hereunder in full compliance with local, state and federal laws, ordinances, resolutions and regulations, and with permit, license, easement, and variance conditions pertaining to the conduct of the Work. The C00735C12 page 17 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions Contractor shall defend, indemnify, and hold the County harmless from any assessment of fines, penalties, or damages arising from violations of the same by the Contractor or Subcontractors. The Contractor shall pay and provide proof of payment for any assessments of fines, penalties or damages. The Contractor shall cooperate with all governmental entities regarding inspection of the Work and compliance with such requirements. D. Taxes. The Contractor is required to pay all applicable taxes. No adjustment will be made in the amount to be paid by the County 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 its liability for or the amount of any taxes. 3.15 PATENTS AND ROYALTIES A. The costs or fees relating to royalties or claims for any patented invention, article, process or method that may be used upon or in a manner connected with the Work under this Contract or with the use of completed Work by the County shall be paid by the Contractor. The Contractor and its sureties shall protect and hold King County, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by or on behalf of the holder of any invention or patent. Before final payment is made on the account of this Contract, the Contractor shall, if requested by the County, furnish acceptable proof of a proper release from all such fees or claims. B. Should the Contractor, its agent, representatives or employees, or any of them, be enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly notify the County of the Contractor's intent to substitute other articles, materials or appliances in lieu thereof which are of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all respects to the County. In the event the County elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay all royalties and secure such valid licenses as may be requisite and necessary for the County, its officers, agents, representatives and employees, or any of them to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event the County shall have the right to make such substitution or the County may pay such royalties and secure such licenses and charge the Contractor, even though final payment under the Contract may have been made. 3.16 CONTRACTOR'S CERTIFICATION A. Conflict of Interest Consistent with the King County Code of Ethics, Chapter 3.04, the Contractor certifies (and shall require each Subcontractor to certify) that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any such interest, which conflicts in any manner or degree with the work, services or materials required to be performed and/or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives acquires such a conflict of C00735C12 page 18 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions interest, the Contractor shall immediately disclose such interest to King County and take action immediately to eliminate the conflict or to withdraw from this Contract, as King County may require. B. Contingent Fees and Gratuities The Contractor, by entering into this Contract with the County to perform or provide work, services or materials, has thereby covenanted: 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee may be paid; and, 2. That no gratuities, in the form of entertainment, gifts or otherwise, have been or will be offered or given by the Contractor or any of its agents, employees or representatives, to any official member or employee of King County or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending thereof, or the making of any determination with respect to the performance of this Contract. The Contractor certifies that it has not made any contributions to any person or entity as a condition of doing business with the County and it has disclosed to the County all attempts by any person to solicit such payments. C. Penalties Contractors are advised that KCC 3.04.060 authorizes criminal liability, and civil penalties, including the cancellation of current contracts and disqualification from bidding for a two-year period, for any person who violates Chapter 3.04 KCC. 3.17 DEVIATION FROM CONTRACT A. The Contractor shall not make an alteration, variation, addition, deviation, or omission from the requirements of the Contract without the written consent of the Project Representative. B. Any such alteration, variation, addition, deviation, or omission by the Contractor shall not result in any extra compensation or extension of time. C. The County shall have the right to treat any alteration, variation, addition, deviation, or omission from the requirements of the Contract as a contract breach if prior written consent is not obtained from the Project Representative, which may be justification for the County to withhold payment, stop work, or terminate the Contract for default. 3.18 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS A. Operating Area Contractor shall confine all operations, including storage of materials on the Site, to County -approved areas. B. Temporary Buildings and Utilities Temporary buildings (including storage sheds, shops, and offices) and utilities may be erected by Contractor on the Site only with the consent of the County and without expense to the County. The temporary buildings and utilities shall remain the C00735C12 page 19 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions property of Contractor and shall be removed by the Contractor at its expense upon completion of the Work. C. Use of Roadways The Contractor shall use only established roadways or temporary roadways authorized by the County. When materials are transported during prosecution of the Work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by federal, state, or local law or regulation. D. Disposal/Removal of Materials The Contractor shall be responsible for compliance with all laws governing the storage and ultimate disposal of all such materials and components. The Contractor shall provide the County with a copy of all manifests and receipts evidencing proper disposal when required by the County or applicable law. E. Protection and Care of Contractor's Materials and Equipment The Contractor shall be responsible for the proper care and protection of its materials and equipment delivered to the Site. Materials and equipment may be stored on the Site at the Contractor's own risk and with prior written approval from the County. When the Contractor uses any portion of the Site as a shop, the Contractor shall be responsible for any repairs, patching, or cleaning arising from such use and for obtaining any necessary permits to establish such shop or temporary storage facilities. 3.19 CONTRACTOR'S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS A. The Contractor shall be responsible for conditions of the Site, including safety of all persons and property, during performance of the Work. The Contractor shall maintain the Site and perform the Work in a manner which meets all statutory and common law requirements or other specific contractual requirements for the provision of a safe place to work and which adequately protects the safety of all persons and property on or near the Site. This obligation shall apply continuously and shall not be limited to normal working hours. The County's inspection of the Work or presence at the Site does not and shall not be construed to include review of the adequacy of the Contractor's safety measures in, on or near the site of the Work. B. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including adequate safety training, in connection with the Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss. C. Unless otherwise required in the Contract Documents the Contractor shall protect and be responsible for any damage or loss to the Work or to the materials and equipment associated with the Work until the date of Substantial Completion. The Contractor remains responsible for any damage or loss caused directly or indirectly by the acts or omissions of the Contractor, Subcontractors, Suppliers, or third parties authorized or allowed on the Site by the Contractor until Final Acceptance. C00735C12 page 20 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions D. The Contractor shall also be solely and completely responsible for damages arising from the Work that affect property adjacent to the Site. E. The Contractor shall repair or replace without cost to the County any damage or loss that may occur, except damages or loss caused by the acts or omissions of the County. F. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or security measures and persons to protect the Work until the Project Representative authorizes in writing the removal of signs, fencing, barricades, lights or security measures. 3.20 PROTECTION OF PERSONS A. The Contractor shall take all reasonable precautions for the safety of all employees working on this Contract and all other persons who may be affected by such Work. The Contractor shall designate a responsible member of its organization at the Site whose duty shall be to manage and coordinate the safety programs and to prevent accidents of the Contractor and Subcontractors. B. Except as otherwise stated in the Contract, if the Contractor encounters, on the Site, material reasonably believed to be Hazardous Material including but not limited to asbestos, lead, or polychlorinated biphenyl (PCB), that Contractor shall immediately stop work in the area affected and give Notice of the condition to the County. Work in the affected area shall not be resumed without written direction by the County. C. The Contractor shall maintain in a reasonable number of conspicuous and accessible places at the Site all materials necessary for giving first aid to the injured. The Contractor shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, of persons who may have been injured on the Site. Employees shall not be permitted to work on the Site before the Contractor has: (1) provided all materials necessary for giving first aid at the Site; and, (2) established and made known procedures for removal of injured persons to a hospital or doctor's care. The Contractor shall ensure that at least one of its employees on site has adequate training in first aid. D. In order to protect the lives and health of persons performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions, amendments and regulations issued thereunder, and the provisions of the Washington Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall apply, without limitation, to all excavation, tunneling, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. There is no acceptable deviation from these safety requirements, regardless of practice in the construction industry. Any violation of OSHA, WISHA or other safety requirements applicable to the work may be considered a breach of this Contract. 3.21 SAFETY PROGRAM A. The Contractor shall prepare and provide to the County a written site specific "Safety Program" demonstrating the methods by which all applicable safety requirements of this Contract will be met. The Contractor shall ensure its Subcontractors and Suppliers have a written "Safety Program" or formally adopt the Contractor's site C00735C12 page 21 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions specific "Safety Program." The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the "Safety Program." The Contractor shall submit a copy of its "Safety Program" and the Subcontractor's "Safety Program" to the County within fourteen (14) days after the Contractor signs the Contract. The County's review of such programs shall not be deemed to constitute approval or acceptance thereof and shall not relieve or diminish the Contractor's sole responsibility for Site safety. B. The Contractor shall conduct a weekly safety meeting with all Subcontractors and others on the Site performing Work hereunder to discuss general and specific safety matters. The Contractor shall provide upon request, notice of each meeting to the County. At the County's request the Contractor shall provide the County with a record of each meeting, including a sheet on which each attendee signed in and a list of the matters discussed. 3.22 STORAGE OF CONTRACTOR'S PROPERTY The Contractor's tools and equipment and building materials to be incorporated into the Project may be stored on the Site but all such storage shall be subject to the requirements of the Contract. Any repairs, patching or cleaning of the Site that may be necessary to restore the Site to its previous condition due to storage of the Contractor's materials, tools or equipment, or other aspects of the Contractor's Work, shall be the responsibility of the Contractor. 3.23 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources. The Contractor shall immediately notify the Project Representative if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040 now and as hereinafter amended) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Project Representative, the Contractor shall immediately suspend any construction activity, which, in the opinion of the Project Representative, would be in violation of Chapter 27.53 RCW. The suspension of Work shall remain in effect until permission to proceed has been obtained by the Project Representative from the State Historic Preservation Officer or private landowner, as applicable. 3.24 WATER POLLUTION CONTROL REQUIREMENTS The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the Contractor has thereby assured King County that the Contractor has knowledge of, understands, and will comply with the provisions and requirements of Chapter 90.48 RCW, including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization issued or obtained for this Contract. 3.25 RIGHTS OF WAY A. All rights of way to be provided by King County for use by the Contractor and for the completed work shall be set forth in the Specifications and may be shown on the Drawings. The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of C0073SC12 page 22 of 60 §00700 2012 Rev 2 (10109/2012) General Terms and Conditions additional public and/or private property and complies with the requirements of this provision. The Contractor shall comply with all requirements set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written Notice to the Project Representative of the dates of commencement and completion of work on each right of way provided by King County. If the Contractor fails to diligently prosecute and complete the work on each such right of way and, as a result of such failure, King County becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs which shall be set off against any amounts owning to the Contractor or entitle the County to a reimbursement from the Contractor. Upon completion of use of each right of way, the Contractor shall provide the Project Representative with a written release signed by the landowner, or authorized agent therefor, stating that the landowner has no claims whatsoever against King County on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Specifications. B. If the Contractor makes arrangements for use of such additional public and/or private property, the Contractor, prior to using such property, shall provide the Project Representative with written permission of the landowner, or duly authorized agent of such landowner, for such use. Upon completion of use of such property, the Contractor shall provide the Project Representative with a written release signed by such landowner or authorized agent therefor stating that the owner has no claims whatsoever against King County on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications. C. The Contractor shall save King County harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and/or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives relating to its use of public rights or way, streets or highways; and its use of same shall not disturb the rights and property of adjacent landowners. 3.26 ENVIRONMENTAL MITIGATION PLAN If required elsewhere in the Contract Documents, the Contractor shall prepare and submit to the Project Representative a plan by which the Contractor and its Subcontractors and Suppliers shall ensure all environmental mitigation requirements shall be complied with during performance of the Work under this Contract. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work; delays, if any, resulting therefrom shall be considered caused by the acts of the Contractor, and any time delays or additional costs resulting therefrom shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Contract Price. 3.27 SUBCONTRACTOR RESPONSIBILITY A. Prior to subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following responsibility criteria: 1. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; C0073SC12 page 23 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable, have: a. Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW. 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). r. 5. Until December 31, 2013, not have violated the requirements of RCW 39.04.370. 6. The Contractor shall require its first tier subcontractors and subcontractor of any tier verify the responsibility criteria for each of its subcontractors it hires. ARTICLE 4: ADMINISTRATION OF THE CONTRACT 4.0 TIME OF ESSENCE All time requirements set forth in the Contract Documents are of the essence. 4.1 WORK PROGRESS A. The Contractor shall be required to: 1. Prosecute the Work diligently with adequate forces; 2. Plan, coordinate, and layout the Work in advance so as to avoid delay; 3. Achieve Substantial Completion of the Work and Final Acceptance in accordance with the requirements of Contract Documents; and, 4. Complete all Contract close out requirements in accordance with all applicable Contract requirements within the time period established by the County in the Certificate of Substantial Completion. 4.2 SCHEDULE OF VALUES A. Unless otherwise specified, within fourteen (14) days after the date of Contract Execution, the Contractor shall submit to the County a detailed Schedule of Values that identifies the various activities of the Contract Work and their values and quantities, including the overhead and profit for each activity. The Contractor warrants that the values identified in its Schedule of Values accurately reflect the value of each work activity. The Schedule of Values shall be used as a basis for calculating all Progress Payments. Payment for Contract Work shall be made only for and in accordance with those activities identified in the Schedule of Values. C00735C12 page 24 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions B. The Contractor shall not be entitled to, nor shall the County be required to make, payment for any Contract Work until the Schedule of Values has been accepted by the County. Such acceptance shall not be unreasonably withheld. C. The County shall review and accept the Schedule of Values or provide the Contractor with a written explanation of why the Schedule of Values was not acceptable. The County shall use reasonable efforts to review the Schedule of Values within thirty (30) days of the County's receipt of the Contractor's submittal of its Schedule of Values. The County's acceptance of the Schedule of Values shall not relieve the Contractor from its sole responsibility for the accuracy of the Schedule of Values and its compliance with all Contract requirements. The Contractor shall revise the Schedule of Values as necessary to accurately reflect Change Orders. D. Each Application For Payment shall include a current status of the Schedule of Values. No Application For Payment will be considered until the current status of the Schedule of Values has been submitted and accepted. E. The activities, which the Contractor identifies within its Schedule of Values, shall be specifically referenced within, and conform and be consistent with the activities set forth within the Project Schedule. 4.3 PROJECT SCHEDULE A. Unless otherwise specified, within fourteen (14) days after the date of Contract Execution, the Contractor shall submit to the County a Project Schedule. The Project Schedule shall show the sequence in which the Contractor proposes to perform the Work, indicate the Critical Path, identify the dates on which the Contractor proposes to start and finish the scheduled activities of the Contract Work, indicate Substantial Completion within the Contract Time, indicate a date for Final Acceptance, and meet all the requirements as maybe set forth more particularly in the Technical Specifications on Project Schedule. B. The Project Schedule shall be prepared in the format as specified in the Technical Specifications. C. Within thirty (30) days of the County's receipt of the Contractor's submittal of its Project Schedule or unless stated elsewhere in the Contract, the County shall review the Project Schedule and provide the Contractor with written comments. The County will review the Project Schedule only to determine whether the Project Schedule meets the requirements in the Technical Specifications on Project Schedule. To the extent the Project Schedule does not meet such Technical Specifications, the Contractor shall revise the Project Schedule to make it compliant. D. By reviewing the Project Schedule and providing written comments, the County is not approving or adopting the Contractor's plan, schedule, means, methods, techniques, sequences, or procedures required to perform the Work. Review and comment by the County of the Project Schedule shall not relieve the Contractor from the sole responsibility for the accuracy of a Project Schedule, and its compliance with all Contract requirements, and its responsibility to meet all required Contract completion dates. Failure by the County to indicate items on the Project Schedule that do not conform with the Contract requirements shall not alter or waive the Contract requirements or relieve the Contractor from complying with all Contract requirements. C00735C12 page 25 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions E. The Contractor shall not be entitled to, nor shall the County be required to make payment for any Contract Work until the Project Schedule complies with all Contract requirements. F. The Contractor shall schedule the Contract Work so that the Contract Work is completed within the Contract Time. Float in the project Schedule shall be defined as the period of time measured by the number of days each non-critical path activity may be delayed before it and its succeeding activities become part of the Critical Path. Contractor and Owner may both utilize float to offset delays to the Project Work. G. The Contractor shall regularly enter the actual progress of the Work and Contract Time extensions approved by the County on the Project Schedule. Updated Project Schedules shall reflect actual progress and completion within the Contract Time and shall be provided to the County with each Application for Payment in format(s) as required by the Contract. Applications for Progress Payments will not be considered by the County and the Contractor will not be paid until the Contractor complies with these requirements. The updated Project Schedule shall be used to assist the County in verifying the appropriate payment. H. If, in the opinion of the County, the Contractor falls behind in its progress of the Work due to acts or omissions of the Contractor, Subcontractors, and Suppliers, the Contractor shall take all necessary steps to improve its progress and bring its progress back in-line with the accepted Project Schedule, without additional cost to the County. In this circumstance the Contractor shall, as necessary, increase the number of shifts, overtime operations, and/or days of work, both on and off the Site, and submit for acceptance any supplementary schedule or schedules as the County deems necessary to demonstrate how the accepted rate of progress will be regained. Failure of the Contractor to comply with the requirements under these provisions shall be grounds for a determination by the County that the Contractor is not prosecuting the Work with sufficient diligence to ensure completion within the time specified in the Contract. Upon making this determination, the County may pursue any right it has under the law or the Contract, including but not limited to default termination. 4.4 SUBMITTALS A. Submittals include shop drawings, setting and erection drawings, schedules of materials, product data, samples, certificates and other information prepared for the Work by the Contractor or a Subcontractor as set forth in the Technical Specifications ("Submittals"). The Contractor shall perform no portion of the Work requiring Submittals until the Submittals have been reviewed and returned by the County with one of the following annotations: (1) no exceptions taken or (2) note markings. B. Prior to furnishing the Submittals to the County, the Contractor shall: (1) review all Contractor and Subcontractor Submittals for accuracy, completeness, and compliance with the Contract; (2) coordinate all Submittals with all Contract Work by other trades and with field measurements; and (3) indicate approval on the Submittals as a representation that it has complied with its obligation to review and coordinate Submittals. Where required by law or by the Contract, Submittals shall be stamped by an appropriate licensed professional. Submittals lacking required C00735C12 page 26 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions stamps or evidence of Contractor review and approval will be returned without review by the County for resubmission. Submittals shall be sequentially numbered. C. When submitting information, the Contractor shall identify and state reasons for any alteration, variation, addition, deviation, or omission from the Contract. The Contractor shall not perform work that alters, varies, adds, deviates, or omits Work without prior specific written acceptance by the County. D. The Contractor shall provide Submittals with reasonable promptness and in such sequence as to facilitate the timely completion of the Contract. The Contractor shall prepare and keep current, for review by the County, a schedule of Submittals which is coordinated with the Contractor's Project Schedule and allows the County reasonable time for review. E. The County shall review the Contractor's Submittals and respond in writing with reasonable promptness so as not to unreasonably delay the progress of the Work. Unless otherwise agreed, no delay to the Contractor's Work shall be attributable to the failure by the County to respond to a Submittal until thirty (30) days after the Submittal is received by the County, and then only if failure by the County to respond is unreasonable and affects the Contract completion date. F. If the Contractor is required to resubmit a Submittal, any revisions on resubmittals shall be specifically identified in writing and the resubmitted Submittal shall be sequentially alpha denoted and note revisions in numerical order. The cost of the review of the initial Submittal and the first revised submittal shall be borne by the County. The costs of all additional revised Submittals shall be charged to the Contractor. The cost of review shall include, without limitation, administrative, design, and engineering activities directly related to review of Submittals. The County may deduct these costs from any amounts due the Contractor. G. The County shall review the Contractor's Submittals only for conformance with the design of the Work and compliance with the Contract. Review of the Submittals are not conducted to verify the accuracy of dimensions, quantities, or calculations, the performance of materials, systems, or equipment, or construction means, methods, techniques, sequences, or procedures, all of which remain the Contractor's responsibility. Failure by the County to take exception to a Submittal shall not relieve the Contractor from any duty, including its responsibility for errors or omissions in Submittals, its duty to make Submittals and duty to perform the Work according to the requirements of the Contract. The County's review of a Submittal shall not alter or waive the requirements of the Contract unless the County has issued prior written approval of such change or alteration of the Contract requirements. H. The Contractor's failure to identify any error, deviation, or omission and subsequent acceptance of the Submittal by the County shall not relieve the Contractor from complying with the Contract requirements. 4.5 REQUESTS FOR INFORMATION A. If the Contractor determines that some portion of the drawings, specifications or other Contract Documents require clarification or interpretation by the County because of an apparent error, inconsistency, omission, or lack of clarity in the Contract, the Contractor shall promptly submit a Request For Information ("RFI") and, unless otherwise directed, shall not proceed with the affected Work until the C00735C12 page 27 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions County has responded to the RFI. The Contractor shall plan its work in an efficient manner so as to allow for timely responses to RFIs. B. RFIs shall only be submitted by the Contractor on a RFI Form provided by the County or in a form acceptable to the County. The Contractor shall clearly and concisely set forth the issue for which clarification or interpretation is sought and why a response is needed by the County. In the RFI the Contractor shall set forth its own interpretation or understanding of the requirement along with reasons why it reached such an understanding. C. The County will review RFIs to determine whether they meet the requirements identified above in paragraph B to qualify as an RFI. If the County determines that the document is not an RFI it will be returned to the Contractor unreviewed as to content. When appropriate the Contractor may resubmit the RFI on the proper form, with all required information and in the proper manner. D. The County shall respond in writing with reasonable promptness to Contractor's RFI. 1. At the request of the Project Representative, the Contractor shall prioritize its RFIs, identify a date by which the Contractor prefers the RFI be answered, and reasons for such priority. 2. If the Contractor submits a RFI on an activity less than thirty (30) days prior to the commencement of that activity, the Contractor shall not be entitled to any time extension or adjustment in Contract Price due to the time it takes the County to respond to the RFI provided that the County responds within thirty 30 days. No delay to the Contractor's work or damages to the Contractor shall be attributable to the failure by the County to respond to the RFI until thirty (30) days after the County's receipt of the RFI, and then only if the failure by the County to respond is unreasonable and affects the Contract completion date. E. The County's response to a RFI shall not be considered a change to the Contract requirements. To the extent the Contractor believes that the County's response to the RFI constitutes changed work impacting Contract Price or Contract Time, the Contractor shall submit a Contractor's Request For Change Order to the County in accordance with Articles 5, Changes to the Contract. 4.6 TESTS, INSPECTIONS, AND ACCESS TO THE WORK A. The Contractor shall document and maintain an adequate testing and inspection program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract. The Contractor shall maintain all documentation related to testing and inspection and make such documentation available to the County at its request. Contractor shall be responsible for inspection and quality assurance of all its Work and all Work performed by any Subcontractor. Unless otherwise provided, Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the County, or with the appropriate public authority. If any governmental, regulatory, or permitting authority requires any portion of the Work to be inspected, tested, or approved, the Contractor shall make all arrangements for and cooperate with such inspections, tests, and approvals so as not to delay completion of the Contract Work. The Contractor shall bear all related costs of tests, inspections, and approvals. The Contractor shall give the County at least three (3) days Notice of: (1) when the work is ready to be tested and inspected and (2) when C00735C12 page 28 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions and where tests and inspections are to be made. Contractor shall maintain complete inspection records and make them available to the County upon request. B. The Contractor shall cooperate with the County in the performance of any tests and inspections of the Work. The Contractor has the duty to coordinate all tests and inspections in a manner, which does not negatively impact Contractor's compliance with the Contract. C. If any Work required to be inspected, tested, or approved is covered without such inspection, testing or approval being obtained, it must, if requested by the County, be uncovered for observation, and such uncovering shall be at Contractor's expense. D. Upon request by the County any Work, not otherwise required to be inspected or tested, shall be uncovered by the Contractor. If the Work is found to comply with the Contract or if any non-compliance was not caused by the Contractor, Subcontractor, or Supplier, the County will (1) pay the costs of testing and inspection; (2) pay the costs associated with the uncovering and recovering of the Work; and, (3) adjust the Contract Time to the extent the inspection and repair impacted the Project Schedule and delayed completion of the Work, otherwise the Contractor shall bear such costs as well as all costs of correction and the Contractor shall not be entitled to an adjustment in Contract Time. E. The County may, at any reasonable time and at its own cost, conduct inspections and tests as it deems necessary to ensure that the Work is in accordance with the Contract. The County shall promptly notify Contractor if an inspection or test reveals that the Work is not in accordance with the Contract. The County inspection and tests are for the sole benefit of the County and do not: 1. Constitute or imply acceptance; 2. Relieve Contractor of responsibility for providing adequate quality control measures; 3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or equipment; 4. Relieve Contractor of its responsibility to comply with the requirements of the Contract; or, 5. Impair the County's right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled. F. Neither observations by an inspector retained by the County, the presence or absence of such inspector on the Site, nor inspections, tests, or approvals by others, shall relieve Contractor from any requirement of the Contract. Inspectors are not authorized to change any term or condition of the Contract. G. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient inspections and tests as may be required by the County. The County may charge Contractor any additional cost of inspection or testing when Work is not ready at the time specified by Contractor for inspection or testing, or when prior rejection makes reinspection or retest necessary. The County shall perform its inspections and tests in a manner that will cause no undue delay in the Work. C00735C12 page 29 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 4.7 CORRECTION OF WORK OR DAMAGED PROPERTY A. If material, equipment, workmanship, or Work proposed for, or incorporated into the Work, does not meet the Contract requirements or fails to perform satisfactorily, the County shall have the right to reject such Work by giving the Contractor written Notice that such Work is either defective or non -conforming. 1. The County, at its option, shall require the Contractor, within a designated time period as set forth by the County, to either a. Promptly repair, replace or correct all Work not performed in accordance with the Contract at no cost to the County; or b. Provide a suitable corrective action plan at no cost to the County. 2. Once the corrective action plan is reviewed and returned by the County with the annotation "no exception taken" or "note markings" by the County, the Contractor shall implement the corrective action plan. a. Review and providing comments on the corrective action plan is not an acknowledgement by the County that such plan is adequate to remedy the defective or non -conforming work. b. If the corrective action plan does not remedy the defective or non -conforming Work, the Contractor shall remain responsible for remedying of the defective or non -conforming Work to the County's satisfaction. 3. The Contractor shall also be responsible for all repairs to any property and work damaged by the Contractor. 4. Under no circumstances shall the Contractor be entitled to additional time or money for the correction of defective or non -conforming work or for the repair of damaged property. The County shall not be responsible for any costs to prepare corrective action plans, correct work or repair damaged property. B. If the Contractor does not repair, replace or correct and/or remove defective or non- conforming Work or repair damaged property as required by the County, the County or County's designee may repair, replace or correct and/or remove it and deduct the cost of such effort from any payment due the Contractor. 1. Under this provision, the County reserves the right to make use of the Contractor's plant and equipment for this repair, replacement, correction or removed Work. If the remaining payments due the Contractor are not sufficient to cover the County's cost of remedying the defective or non -conforming Work, the Contractor shall pay the difference to the County. C. The County may elect to retain work if the County determines that such defective or non -conforming work is not of sufficient magnitude or importance to make the work dangerous or undesirable or that removal of such work is impractical or will create conditions, which are dangerous or undesirable. Just and reasonable value for such defective or non -conforming work will be determined by the County and appropriate deductions will be made in the payments due or to become due to the Contractor. 2. The County's exercise of the rights under this provision shall be without prejudice to any other remedy the County may have, and shall not constitute a termination of the Contract. C00735C12 page 30 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions D. The Contractor shall be liable for all damages and costs incurred by the County caused by the Contractor's or its Subcontractors' and Suppliers' defective or non- conforming work .or workmanship, including but not limited to all special, incidental, or consequential damages incurred by the County. The Contractor agrees to indemnify and hold the County harmless from any personal injury or property damage caused by the Contractor or its Subcontractors defective or non -conforming Work or workmanship. 4.8 SUBSTITUTION OF PRODUCTS & PROCESSES A. Substitutions requested by the Contractor will be subject to the County's prior written acceptance and at the County's sole discretion. B. Requests for substitution must specifically identify: 1. Material, equipment, and labor costs included in the Contractor's bid associated with the original item to be substituted; 2. All costs for material, equipment, labor associated with the proposed substitution, including any impact costs; 3. Proposed change to the Contract Price and/or Contract Time; and, 4. Compatibility with or modification to other systems, parts, equipment or components of the Project and Contract Work. C. Contractor shall provide all documentation supporting its request as requested by the County. D. All costs of any redesign or modification to other systems, parts, equipment or components of the Project or Contract Work, which result from the substitution, shall be borne by the Contractor. E. When the County approves a substitution proposed by the Contractor, the Contractor shall guarantee the substituted article or materials to be equal to, or better than, those originally specified and shall be compatible with all other systems, parts, equipment or components of the Project and Contract Work. The County has the right to order an unaccepted, substituted article removed and replaced without additional cost to the County. F. The County has a right to a deductive Change Order if the substituted product or process is less costly than the contractually required product or process. G. If the County does not accept the substitution proposal the Contractor shall proceed, without delay or cost to the County, with the Contract Work as originally specified. ARTICLE 5: CHANGES TO THE CONTRACT 5.0 GENERAL A. All changes to the Contract must be made in writing and signed by the King County Executive or its designees. No oral statement by any person shall change or modify the Contract. All changes to the Contract shall be made in accordance with the provisions of this Article. B. All Change Order work shall be performed in accordance with the original Contract requirements unless modified in writing by the County. C00735C12 page 31 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions C. Any written Field Directive, response to Request For Information, or other directive, direction, instruction, interpretation, or determination (hereinafter referred to as "Direction" for the purposes of Article 5), provided by the County is not considered a Change Order, a change to Contract requirements, and shall not constitute, in and of itself, entitlement to an adjustment in Contract Price and/or Contract Time. D. To the extent the Contractor believes it is entitled to any additional money or time for any reason the Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. 1. If the Contractor believes any of the following events entitles the Contractor or its Subcontractors or Suppliers to additional money or time, the Contractor must file a Request for Change Order in accordance with the requirements set forth in the Contract. a. Written Field Directive b. Response to a request for information c. Comments on a submittal d. Differing Site Condition e. Acceleration or constructive acceleration f. Suspension of the Work g. Delay, inconvenience, disruption of schedule, loss of efficiency or productivity h. County caused Stand-by i. Force Majeure j. Conflicts, ambiguities, inconsistencies, and/or problems arising from the Contract Documents k. Any other directive or Direction, written or oral, from the County I. Any other reason for which the Contractor believes it is entitled to additional money or time E. The Contractor shall not be entitled to any change in the Contract Price and/or Contract Time under the following conditions or events: , 1. They were foreseeable at the time the Contractor submitted its bid; 2. They were caused by the acts of the Contractor, Subcontractor and/or Supplier, including but not limited to the choice of means, methods, techniques, sequences, or procedures for the Work, failure to provide labor, materials or equipment in a timely manner, and failure to take reasonable steps to mitigate delays, disruptions, or conditions encountered. F. The Contract requirements for time and price impacts related to Change Orders are _ set forth in Article 6, Time and Price Adjustments. 5.1 CONTRACTOR'S REQUEST FOR A CHANGE ORDER A. Notice of Intent to Submit a Request for Change Order. 1. The Contractor shall provide the Project Representative with the written Notice that the Contractor intends to submit a Request For Change Order no later than C00735C12 page 32 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions seven (7) days, except as specified below for Differing Site Conditions, after any direction, instruction, interpretation, determination by the County and/or the onset of any event or impact to the Project. 2. The Contractor shall include the following information in the Notice of intent to Request a Change Order: a. The date, circumstances, and source of the direction, instruction, interpretation, determination by the County and/or the event or impact to the Project. b. The County may inform the Contractor that additional time is needed to review the Contractor's Request for Change Order and identify a date certain when a decision will be rendered. C00735C12 page 33 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions b. Reasonable order of magnitude estimate of the change to the Contract Price; c. Reasonable order of magnitude estimate of the time impact to the Contract Time; and d. Contractual provisions and substantive basis to support the Request. B. Request for Change Order. 1. Within twenty-one (21) days after the Direction and/or the onset of the event or impact to the Project, the Contractor may request an extension of time for filing its Request for Change Order. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide all documentation required in its Request for Change Order. 2. Unless the Project Representative issues written Notice authorizing the Contractor additional time to submit the Request for Change Order, the Contractor shall provide, in writing, a detailed Request for Change Order to the Project Representative no later than thirty-five (35) days after the Direction and/or the onset of the event or impact to the Project. 3. The Request for a Change Order shall include: a. Specific dollar amount covering all costs associated calculated in accordance with Article 6, Time and Price Adjustments; b. Specific request for time extension (number of days); c. A copy of the written Notice of intent, including all attachments; and d. All documentation supporting the Request for a Change Order, including but not limited to all cost records, schedule analysis, and the documents identified in §00700, ¶ 3.11, Maintenance and Inspection of Documents, that are in any way relevant to the Contractor's Request for Change Order. C. County's Response to Contractor's Request for Change Order. 1. The County will make a written determination with respect to the Contractor's Request For Change Order within thirty (30) days of receipt of said Request, unless one of the following activities occurs. a. The County may request additional information and specify a time period for receipt of the information. The Contractor shall comply with the County's request for additional information. b. The County may inform the Contractor that additional time is needed to review the Contractor's Request for Change Order and identify a date certain when a decision will be rendered. C00735C12 page 33 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 2. If the County requests additional information, the County will make a written determination within thirty (30) days receipt of Contractor's additional information. 3. If the County does not make a determination within the applicable time period, the Request For Change Order is deemed denied. D. Approval of Request for Change Order and Execution of Change Order. If the County determines that a Change Order is necessary, the parties may negotiate acceptable terms and conditions and execute a Bilateral Change Order or the County may issue a Unilateral Change Order. E. Contractor Procedure upon Denial or Deemed Denial of a Request for a Change Order. If the Contractor disagrees with the denial, the Contractor's sole remedy shall be to file a fully documented Claim within thirty (30) days of deemed denial or the Contractor's receipt of the denial in accordance with Article 9, Claims and Litigation. F. Contractor's Obligation to Continue to Work. Pending resolution of the Contractor's Request for a Change Order, the Contractor shall continue to perform all Work including, at the written request of the County that work associated with the pending Request for Change Order. The Contractor shall maintain its progress with the Work. G. Waiver. Failure to follow the provisions set forth herein shall constitute a waiver of the Contractor's right to receive any additional time or money as a result of any alleged direction, instruction, interpretation, determination by the County and/or the event or impact to the Project. 5.2 DIFFERING SITE CONDITIONS A. Immediate Written Notice to the County. If the Contractor encounters a Differing Site Condition the Contractor shall immediately, and before the conditions are disturbed, give written Notice to the County of Differing Site Conditions. B. Request for Change Order based on Differing Site Condition. Unless otherwise agreed upon in writing by the Project Representative, within forty-five (45) days of the Contractor's initial written notification of the Differing Site Condition to the County, the Contractor shall provide a Request for Change Order that includes all elements required for such a request and: 1. A detailed description of the Differing Site Condition; and 2. Substantive, contractual, and technical basis supporting the existence of the Differing Site Condition and its impacts. C. Waiver. 1. If the Contractor's actions disturb the Site such that the County or County's designee cannot adequately and fully investigate the alleged differing site condition, the Contractor waives its right to receive any additional time or money as a result of the Differing Site Condition. 2. Failure by the Contractor to provide either (a) immediate Notice or (b) Request for Change Order shall constitute a waiver of the Contractor's right to receive any additional time or money as a result of the Differing Site Condition. C00735C12 page 34 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 3. The Contractor shall be responsible for any and all costs or damages incurred by the County resulting from the Contractor's failure to provide appropriate notice and/or the Detailed Description and Request for Change Order. D. County's Response to the Differing Site Condition Request for Change Order. The County shall investigate the alleged Differing Site Conditions and respond to the Differing Site Condition in accordance with the Request for Change Order procedures set forth above. E. Contractor's Obligation to Continue to Work. The Contractor shall not disturb the condition until receipt of written authorization from the Project Representative that work can resume at the location of the alleged Differing Site Condition. The Contractor shall continue with performance of all other Work. 5.3 ACCELERATION A. Acceleration Directive. 1. The County reserves the right to direct the Contractor to accelerate Contract Work. In the event that the County directs acceleration, such directive will be in writing and specifically designated as "Acceleration Directive." 2. The Contractor shall keep cost and other project records related to the Acceleration Directive separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis. B. Constructive Acceleration. 1. In the event that the Contractor believes that some action or inaction on the part of the County constitutes acceleration, the Contractor shall immediately notify the County in writing that the Contractor considers the actions an acceleration. This written notification shall detail the circumstances of the acceleration. 2. The Contractor shall not accelerate the Work until the Project Representative responds in writing issuing an Acceleration Directive or denying the constructive acceleration. 3. The Contractor shall keep cost and other project records related to the constructive acceleration separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis. C. To the extent the Contractor believes an acceleration directive or constructive acceleration constitutes a change in the Work impacting Contract Price and/or Contract Time, the Contractor shall submit a Request for a Change Order to the County pursuant to Article 5, Changes to the Contract. D. Labor costs recoverable will be overtime or shift premium costs. Equipment costs recoverable will be only the rental cost of additional equipment or Contractor -owned additional equipment mobilized to the Site to accomplish the accelerated Work effort. Actual damages resulting from inefficiencies or loss of productivity may be recoverable to the extent the Contractor provides verifiable cost records and contemporaneous project documentation. 5.4 SUSPENSION OF WORK A. County Issues Directive Suspending Work C00735C12 page 35 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 1. The County may order the Contractor, in writing, to suspend all or any part of the Work of this Contract for the period of time that the County determines appropriate for the convenience of the County. The Contractor shall not suspend the Work without written direction from the County specifically authorizing the Suspension of Work. 2. Upon receipt of a written Notice suspending the Work, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize costs attributable to such suspension. Within a period up to 120 days after the suspension notice is received by the Contractor, or within any extension of that period which the County requires, the County shall either: a. Cancel the written notice suspending the Work; or, b. Terminate the Work for either default or convenience. 3. If a written notice suspending the Work is canceled or the period of the Suspension or any extension thereof expires, the Contractor shall resume Work as required by the County. 4. If the performance of all or any part of the Work is, for an unreasonable period of time, suspended by the written direction of the County, the Contractor may be entitled to an adjustment in the Contract Time, or Contract Price, or both, for increases in the time or cost of performance directly attributable to the suspension and provided that the Contractor sufficiently documents all costs and time impacts attributable to the suspension. No adjustments to Contract Price and/or Contract Time shall be allowed unless the Contractor can demonstrate that the period of suspension caused by the County impacted Critical Path and delayed the Contractor from completing the Contract Work on time. B. Constructive Suspension of Work 1. In the event that the Contractor believes that some action or omission on the part of the County constitutes constructive suspension of Work, the Contractor shall immediately notify the County in writing that the Contractor considers the actions or omission a constructive suspension of Work. This written notification shall detail the circumstances of the constructive suspension of Work. 2. The Contractor shall keep cost and other project records related to the constructive suspension separately from normal project costs. C. To the extent the Contractor believes it is entitled to any additional money or time as a result of the suspension of Work or constructive suspension, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. The Contractor shall provide a Request for Change Order within thirty-five (35) days of (1) the County's Notice canceling the suspension or (2) termination of the Work. The Contractor is compensated for Overhead, including unabsorbed home office overhead, through the Overhead and Profit markup described in provision 6.2, Methods to Calculate Adjustments to Contract Price. If the Contractor can demonstrate through verifiable cost records that the Overhead and Profit markup is insufficient to cover the Contractor's costs for unabsorbed home office overhead, the Contractor may be entitled to additional compensation for unabsorbed home office overhead provided the Contractor demonstrates full compliance with all of the following: C00735C12 page 36 of 60 §00700 2012 Rev 2 (10109/2012) General Terms and Conditions a. The Contractor shall demonstrate that the work was suspended solely by actions for which the County is entirely responsible. b. The Contractor shall demonstrate that the Project's cash flow has been or will be substantially adversely impacted as a direct and sole result of such suspension. c. The suspension was of an indefinite duration at the time the suspension arose; d. The County required the Contractor to remain on standby during the suspension period; e. The Contractor was unable to resequence or reorganize the Work in order to continue working and maintain cash flow for the Project; f. The Contractor was ready, capable, and willing to perform Contract Work during the suspension; g. The Contractor was unable to take on other work as a direct result of the suspension and the only reason the Contractor was unable to take on other work was because of the suspension; and h. That the suspension to the Project's completion date did not simply result from additional work caused by Change Orders which did not result in a substantial impact to the Project's cash flow. 2. The Contractor's recovery is limited to actual unabsorbed home office overhead minus the Overhead and Profit markup calculated in accordance with provision 6.2, Methods to Calculate Adjustments to Contract Price. D. Failure to comply with these requirements shall constitute a waiver of Contractor rights to any adjustment in Contract Time and/or Contract Price. E. No adjustment shall be made under this provision for any suspension to the extent that Contractor's performance would have been suspended, delayed, or interrupted as a result of actions, omissions, fault or negligence caused, in whole or in part, by the Contractor or any of its Subcontractors. 5.5 FORCE MAJEURE A. To the extent the Contractor believes it is entitled to any additional time as a result of Force Majeure, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. B. Contractor shall not be entitled to a change in Contract Price resulting from an act of Force Majeure. C. Contractor is not entitled to an adjustment in Contract Time if the act of Force Majeure did not impact progress of the Work on the Critical Path and delay the Contractor from completing Contract Work within Contract Time. D. When a Contractor experiences concurrent delay caused by either the County or Contractor and an act of Force Majeure, the Contractor shall only be entitled to an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay. C00735C12 page 37 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 5.6 CHANGE ORDERS A. Bilateral Change Orders If the County and Contractor reach agreement on the terms and conditions of any change in the Work, including any adjustment in the Contract Price and Contract Time, such agreement shall be incorporated into a Change Order and signed by both Parties. Such Bilateral Change Orders shall represent full and complete payment and final settlement of all changes, Claims, damages or costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, stand-by, and any other costs or damages related to any work either covered or affected by the Change Order, or related to the events giving rise to the Bilateral Change Order. B. Unilateral Change Order 1. County's Right to Issue Unilateral Chanqe Order. a. The County may unilaterally issue a Change Order in its sole discretion without invalidating the Contract and without notice to the sureties, making changes within the general scope of this Contract. b. If any such Change Order causes an increase or decrease in the cost of, or time required for, performance of any part of the Contract Work, the County may make an adjustment in the Contract Price, Contract Time, or both, in accordance with Articles 5, Changes to the Contract, and 6, Time and Price Adjustments. 2. Contractor Disagreement with Unilateral Change Order. If the Contractor disagrees with the adjustment to the Contract Price and/or Time as indicated in the Unilateral Change Order, the Contractor's only remedy shall be to file a fully documented Claim in accordance with Article 9, Claims and Litigation. 3. Contractor's Obligation to Continue to Work. The Contractor is required to continue with performance of all Work, including work associated with the Unilateral Change Order. C. Issuance of Chanqe Order 1. Bilateral Change Order. a. No later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Bilateral Change Order in accordance with the agreed upon terms and conditions, including any adjustment in the Contract Price and Contract Time. 2. Unilateral Change Order. a. If the County proceeds under Article 5.6.13 or Article 5.7.E, then no later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Unilateral Change Order, including any adjustment in the Contract Price and Contract Time. 3. Determination of Satisfactory Completion. a. As used herein, "Satisfactory Completion" means that the Project Representative shall have confirmed in writing that all tasks have been C0073SC12 page 38 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions completed to the reasonable satisfaction of the County, including submittal by the Contractor of all required time and cost documentation. Satisfactory Completion does not mean Substantial Completion. b. The issuance and execution of a Bilateral or Unilateral Change Order by the County shall not relieve the Contractor of its obligations to comply with the requirements of Article 7, Payment and Completion. 5.7 COUNTY REQUEST FOR A CHANGE PROPOSAL A. Request. The County may request a written Change Proposal from the Contractor for a change in the Contract Work. B. Contractor's Proposal. Contractor shall submit its written Change Proposal within the time specified in the County's request. The Change Proposal shall represent the Contractor's offer to perform the requested work, and the pricing set forth within the proposal shall represent full, complete, and final compensation for the proposed change and any impacts to any other Contract Work, including any adjustments in the Contract Time. C. County's Acceptance of Contractor Proposal. 1. If the County accepts the Change Proposal as submitted by the Contractor or as negotiated by the parties, the County shall notify the Contractor in writing of its acceptance of the Proposal and direct that the change in the Work be performed. 2. Contractor shall not perform the work identified in the Change Proposal until receipt of written authorization from the Project Representative. 3. Both parties shall acknowledge acceptance of the terms of a negotiated Change Proposal in writing. 4. Once the County and Contractor have agreed on the terms of a negotiated Change Proposal, the negotiated Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1) time; (2) direct, indirect, and overhead costs; (3) profit; and (4) costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and/or any other costs or damages related to any work either covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal. D. Execution of a Bilateral Change Order. After acceptance of the Change Proposal or acceptance of the negotiated Change Proposal, the County shall direct the Contractor to perform the work in accordance with the agreed upon terms; thereafter, the Parties shall execute a bilateral Change Order in accordance with the terms of the Change Proposal or negotiated Change Proposal. E. Execution of Unilateral Change Order. If the County does not accept the Change Proposal or the Parties cannot agree upon the appropriate price or terms for the Change Proposal, the County may issue a unilateral Change Order. F. Issuance of Change Order. Any Bilateral Change or Unilateral Change Order shall be issued in accordance with Article 5.6.C. Issuance of Change Order. C00735C12 page 39 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions ARTICLE 6: TIME AND PRICE ADJUSTMENTS 6.0 CHANGE IN THE CONTRACT TIME A. The Contract Time shall only be changed by a Change Order. B. Contractor shall include any request for a change in the Contract Time in its Notice of intent to submit a Request for Change Order, Request for Change Order, Change Proposal and Claim. C. No change in the Contract Time shall be allowed to the extent the time of performance is changed due to the fault, act, or omission of Contractor, or anyone for whose acts or omissions the Contractor is responsible. D. Contractor is not entitled to a change in Contract Time unless the progress of the Work on the Critical Path is delayed and completion of the Contract Work within Contract Time is delayed. E. When a Contractor experiences concurrent delays which impact the Critical Path and are caused by (1) the County and the Contractor; (2) the County and an act of Force Majeure; or, (3) the Contractor and an act of Force Majeure, the Contractor shall only be entitled to an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay. F. A Request for Change Order that includes a request for an adjustment in the Contract Time shall: 1. Be in writing and delivered to the County within the appropriate time period specified in Article 5, Changes in the Contract. 2. Include a clear explanation of how the event or conditions specifically impacted the Critical Path and overall Project Schedule and the amount of the adjustment in Contract Time requested. 3. Be limited to the change in the Critical Path of a Contractor's Project Schedule, and any updates, attributable to the event or conditions, which caused the request for adjustment. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of all Work under the Contract or timely completion of a portion of the Work for which time of completion is specific. Contractor shall be responsible for showing clearly on the Project Schedule, and any updates, that the event or conditions: a. Had a specific impact on the Critical Path and was the sole cause of such impact; b. Could not have been avoided by resequencing of the Work or other reasonable alternatives; and c. Will prevent the Contractor from completing the Project within the current Contract completion date. G. Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or otherwise. 6.1 CHANGE IN THE CONTRACT PRICE A. The Contract Price shall only be changed by a Change Order. B. Contractor shall include any request for a change in the Contract Price in its: C00735C12 page 40 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 1. Change Proposal; 2. Notice of intent to submit a Request for Change Order; 3. Request For A Change Order; and 4. Claim, provided the related Request for Change Order and/or Change Proposal included a request to adjust the Contract Price. C. No change in the Contract Price shall be allowed when: 1. Contractor's changed cost of performance is due to the fault, acts, or omissions of Contractor, or anyone for whose acts or omissions Contractor is responsible; 2. The change is concurrently caused by Contractor and County; or 3. The change is caused by an act of Force Majeure. D. The County shall not be responsible for, and the Contractor shall not be entitled to any compensation for unallowable costs. Unallowable costs include, but are not limited to: 1. Interest or attorney's fees of any type other than those mandated by Washington state statute; 2. Claim preparation or filing costs; 3. The cost of preparing or reviewing Change Proposals or Requests for Change Orders; 4. Lost profits, lost income or earnings; 5. Costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; 6. Lost earnings or interest on unpaid retainage; 7. Claims consulting costs; 8. The costs of corporate officers or staff visiting the Site or participating in meetings with the County; 9. Any compensation due to the fluctuation of foreign currency conversions or exchange rates; 10. Loss of other business; and/or 11. Any other special, consequential, or incidental damages incurred by the Contractor, Subcontractor, or Suppliers. E. A Request for Change Order that includes a request for an adjustment in Contract Price shall: 1. Be in writing and delivered to the County within the applicable time period specified in Article 5, Changes to the Contract. 2. Identify the following information: a. The event or condition which caused the Contractor to submit its request for an adjustment in the Contract Price; b. The nature of the impacts to Contractor and its Subcontractors, if any; and, c. The amount of the adjustment in Contract Price requested. C0073SC12 page 41 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 3. Any requests by Contractor for an adjustment in the Contract Price and in the Contract Time that arise out of the same event or conditions shall be submitted together. F. The adjustments to the Contract Price provided for in this Article represent full, final, and complete compensation for all work done in connection with the request for an adjustment in Contract Price and all costs related to, resulting from, or affected by such change in Work including, but not limited to, all direct and indirect costs, overhead, profit, and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, dilution of supervision, inefficiency, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and any other costs or damages related to any work either covered or affected by the change in the Work, or related to the events giving rise to the change. 6.2 METHOD TO CALCULATE ADJUSTMENTS TO CONTRACT PRICE A. One of the following methods shall be used to calculate damages and/or adjustments to the Contract Price that result from or relate to Change Proposal, Request for Change Order, and/or Claim. B. Determination of the method to be used to calculate adjustments in the Contract Price shall be at the sole discretion of the County. C. One of the following methods shall be used: 1. Unit Price Method; 2. Firm Fixed Price Method (also known as Lump Sum); or, 3. Time and Materials Method. D. Unit Price Method 1. Whenever the County authorizes Contractor to perform Work on a Unit Price basis, the County's authorization shall clearly state the: a. Scope of work to be performed; b. Applicable Unit Price; and, c. Not to exceed amount of reimbursement as established by the County. 2. The applicable unit price shall include reimbursement for all direct and indirect costs of the Work, including Overhead and profit. 3. Contractor shall only be paid under this method for the actual quantity of materials incorporated in or removed from the Work and such quantities must be supported by field measurement statements verified by the County. E. Firm Fixed Price Method 1. The Contractor and County may mutually agree on a fixed amount as the total compensation for the performance of changed work. 2. The Contractor shall provide a detailed cost breakdown supporting the Contractor's requested adjustment to Contract Price and any other financial documentation requested by the Project Representative. 3. Any adjustments to the Contract Price using the Firm Fixed Price Method shall include, when appropriate all reasonable costs for labor, equipment, material, C0073SC12 page 42 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions Overhead and profit. Such Overhead and profit shall be calculated in accordance with §00700 16.2 F 4 e, Overhead and Profit. 4. Whenever the County authorizes Contractor to perform changed work on a Firm Fixed Price Method, the County's authorization shall clearly state: a. Scope of Work to be performed; and, b. Total Fixed Price payment for performing such work. F. Time and Materials Method 1. Whenever the County authorizes the Contractor to perform Work on a Time and Material basis, County's authorization shall clearly state: a. Scope of Work to be performed; and, b. A not to exceed amount of reimbursement as established by the County. 2. Contractor shall: a. Cooperate with the County and assist in monitoring the Work being performed; b. Substantiate the labor hours, materials and equipment charged to work under the Time and Materials Method by detailed time cards or logs completed on a daily basis before the close of business each working day; c. Present the time card and/or log at the close of business each day to the Project Representative so that the County may review and initial each time card/log; d. Perform all Work in accordance with this provision as efficiently as possible; e. Not exceed any cost limit(s) without the County's prior written approval; and f. Maintain all records of the work, including all records of the Subcontractor, Supplier, and Materialmen, and make such records available for inspection as required in provisions 3.9, Record Documents, 3.10, Cost Records, and 3.11, Maintenance and Inspection of Document. 3. Contractor shall submit costs and any additional information requested by the County to support Contractor's requested price adjustment. 4. The Contractor shall only be entitled to be paid for reasonable costs actually incurred by the Contractor. The Contractor has a duty to control costs. If the County determines that the Contractor's costs are excessive or unreasonable, the County, at its discretion, shall determine the reasonable amount for payment. Any adjustments to the Contract Price using the Time and Materials method shall be based on the following categories and shall incorporate markups for Overhead and profit as provided herein. a. Labor. For all labor, including foreman supervision but excluding superintendents, the Contractor shall be reimbursed for labor costs provided herein. The labor cost of an event or condition shall be calculated as the sum of the following: i. Labor Rate. The Labor Rate is the actual reasonable wage paid to the individual plus the actual reasonable costs incurred by the Contractor to cover costs associated with Federal Insurance Compensation Act (FICA), C0073SC12 page 43 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions Federal Unemployment Tax Act (FUTA), State Unemployment Tax Act (SUCA), industrial insurance, fringe benefits, and benefits paid on behalf of labor, by the Contractor. The applicable Labor Rates shall be multiplied by the number of hours reasonably expended in each labor classification because of the event or condition to arrive at a total cost of labor. Travel Allowance and/or Subsistence. The labor calculation shall include the actual costs of travel and/or subsistence paid to the Contractor's employees engaged upon the Work when said payments are required by a labor agreement. b. Materials. The cost of materials resulting from an event or condition shall be calculated in one or more of the following methods, at the County's election: Invoice Cost. The Contractor may be paid the actual invoice cost of materials including actual freight and express charges and applicable taxes less all available discounts, rebates, and back -charges, notwithstanding the fact that they may not have been taken by the Contractor. This method shall be considered only to the extent the Contractor's invoice costs are reasonable and the Contractor provides copies of vendor invoices, freight and express bills, and other evidence of cost accounting and payment satisfactory to the County. As to materials furnished from the Contractor's stocks for which an invoice is not available, the Contractor shall furnish an affidavit certifying its actual cost of such materials and such other information as the County may reasonably require; Wholesale Price. The Contractor may be paid the lowest current wholesale price for which the materials are available in the quantities required, including customary costs of delivery and all applicable taxes less all available discounts, rebates, and back -charges; or, iii. County Furnished Material. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no Claim for any costs, Overhead or profit on such materials. c. Equipment. The additional cost, if any, of machine -power tools and equipment usage shall be calculated in accordance with the following rules: Equipment Rates. The Contractor's own charge rates may be used if verified and approved by the County and based on the Contractor's actual ownership and operating cost experience. Rental rates contained in published rate guides may be used if their cost formulas and rate factors are identifiable, reflect the Contractor's historical acquisition costs, utilization, and useful life, and do not include replacement cost, escalation contingency reserves, general and administrative expense, or profit. Rates shall be based on the Contractor's actual allowable costs incurred or the rates established according to the Rental Rate Blue Book for Construction Equipment, published by Equipment Watch, PRIMEDIA, whichever is less. The Rental Rate Blue Book established equipment rate shall be the monthly rental rate for the equipment plus the monthly rental rate for required attachments, divided by 176, multiplied by the appropriate regional adjustment factor, plus the hourly operating cost. The established equipment rate shall apply for actual equipment usage C0073SC12 page 44 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions up to eight hours per day. For all hours in excess of eight hours per day or 176 hours per month, the established equipment rate shall be the monthly rental rate plus the monthly rental rate for required attachments, divided by 352, multiplied by the regional adjustment factor, plus the hourly operating cost. ii. Transportation. If the necessary equipment is not already at the Site and it is not anticipated that it would be required for the performance of other work under the terms of the Contract, the calculation shall include a reasonable amount for the costs of the necessary transportation of such equipment. iii. Standby. The Contractor shall only be entitled to standby equipment costs if (a) the equipment is ready, able, and available to do the Work at a moment's notice; (b) Contractor is required to have equipment standby because of an event or condition solely caused by the County and (c) the Contractor can demonstrate that it could have and intended to use the equipment on other projects/jobs. The Contractor shall be compensated at 50% of the monthly rental rate for the equipment, divided by 176, and multiplied by the appropriate regional adjustment factor, as identified in the Rental Rate Blue Book for Construction Equipment, published by Machinery Information Division of PRIMEDIA Information Inc. Standby shall not be paid during periods of Contractor -caused delay, concurrent delay, Force Majeure, during any seasonal shutdown, routine maintenance, down-time or broken equipment, late delivery of equipment or supplies, or other anticipated occurrence specified in the Contract Documents. No payment shall be made for standby on any piece of equipment, which has been used on the Project in any 24 hour period. Standby costs shall not be paid for weekends, holidays, and any time the equipment was not intended to be used on the Project as demonstrated by the Project Schedule. d. Subcontractor & Supplier. Direct costs associated with Subcontractors and Suppliers shall exclude Overhead and Profit markups and shall be calculated and itemized in the same manner as prescribed herein for Contractor. Contractor shall provide detailed breakdown of Subcontractor and Supplier invoices. e. Overhead and Profit Markup. On a change to the Contract Price or any other claim for money by the Contractor, the County will only pay Overhead, including Home Office Overhead, Site or Field Office Overhead, and unabsorbed home office overhead, and Profit pursuant to the Overhead and Profit Markups set forth herein. The Overhead and Profit Markups cover all overhead regardless of how the Contractor chooses to account for various costs in its books of account. ii. Overhead and Profit markups shall not be applied to Freight, delivery charges, express charges, and sales tax. iii. The allowed Overhead and Profit markup shall not exceed the following: C00735C12 page 45 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions If the Contractor is self performing work: 18% combined Overhead and Profit markup on the Contractor's Direct Costs; or If a Subcontractor or Supplier is performing work: 18% for the Subcontractor's Direct Cost for performing the work and 7% on the Direct Costs of the Subcontractors' or Suppliers'; provided that the 7% is to be divided among upper tier Subcontractors and the Contractor when a Subcontractor or Supplier is performing the work. If the value of material and equipment is greater than 50% of the total value of the change, the Overhead and Profit Markup shall only be 10% for material and equipment. In no event shall the total combined Overhead and Profit markup for the Contractor and all Subcontractors and Suppliers of any tier exceed 25% of the Direct Cost to perform the Change Order work. iv. Direct Costs shall include Labor (as defined in §00700 ¶ 6.2 F4a), Materials (as defined in §00700 16.2 174b), Equipment (as defined in §00700 ¶ 6.2 F4c), and Subcontractor and Supplier Costs (as defined in §00700 ¶ 6.2 CFd). G. Deductive Changes to the Contract Price A deductive change to the Contract Price may be determined by taking into account: a. Costs incurred and saved by the Contractor as a result of the change, if any; b. The costs of labor, material, equipment, overhead and profit saved by the change. These costs shall be calculated following as closely as possible with the provisions identified in Article 6, Time and Price Adjustments; and/or, c. At the discretion of the County, costs set forth in the documents used by the Contractor to develop its bid. 2. Where the County has elected not to correct incomplete or defective Work, the adjustment in the Contract Price shall take into account: a. The decreased value to the County resulting from the incomplete or defective Work; and, b. The increased future costs which the County may incur by reason of the incomplete or defective Work. H. Full Compensation An adjustment calculated in accordance with the provisions of this Article shall be full and complete payment and final settlement of all changes, claims, damages and costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, standby, and/or any other costs or damages related to any Work either covered or affected by the changed work, or related to the events giving rise to the change. C00735C12 page 46 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions ARTICLE 7: PAYMENT AND COMPLETION 7.0 APPLICATIONS FOR PAYMENT A. On or about the first day of each month, the Contractor shall submit to the County an Application for Payment. Each application shall be on a form acceptable to the County and designated as an "Application For Payment." The Contractor shall include with each Application For Payment: 1. Current status Schedule of Values; 2. Project Schedule and the most current updates; and 3. Affidavits signed by all Subcontractors performing Work to date, stating that each of them has been paid, less earned retainage, as their interests appeared in the last preceding Application For Payment. 4. The contract purchase agreement, CPA # shall be placed on each Application for Payment submitted by the Contractor to the County. B. Inclusion of the required documentation is a condition precedent to payment. The Contractor is not entitled to payment for any work unless the Application For Payment includes all required documentation. The County reserves the right to withhold payment pursuant to provision 7.2, Payments Withheld if it is subsequently determined that all required documentation was not provided by the Contractor. C. The application shall correlate the amount requested with the Schedule of Values and with the state of completion of the Work, as measured by the current Project Schedule. In addition to Work performed by the Contractor, applications may include (1) the invoiced cost of major materials or equipment (major material or equipment to be identified on the Schedule of Values) suitably stored on the Site, and (2) with the County's consent, up to 75% of the invoiced cost of major materials or equipment suitably stored off the Site if the County's interest in those major materials or equipment is protected through insurance and the Contractor provides documentation of such insurance. 7.1 PAYMENTS A. The County shall comply with RCW 39.76, as amended, and promptly review each Application For Payment and identify in writing any cause for disapproval within 8 working days. In addition to withholding payment for unsatisfactory performance or failure to comply with Contract requirements, if the Contractor's Application for Payment fails to recognize any back -charges, off -sets, credits, change orders, or deductions in payment made in accordance with provision 7.2, Payments Withheld, the County shall have the right to revise or disapprove Contractor's Application For Payment because the Application For Payment is not considered a properly completed invoice. B. If an Application For Payment is accepted by the County, it shall be paid within thirty (30) days of the County's receipt of the properly prepared invoice (Application For Payment). C. The Contractor shall ensure that Subcontractors [and Suppliers] are promptly paid to the fullest extent required by RCW 39.04.250, as may be amended. C00735C12 page 47 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 7.2 PAYMENT WITHHELD A. In addition to moneys retained pursuant to RCW 60.28 and without waiver of any other available remedies, the County has the right to withhold, nullify, or back - charge, in whole or in part, any payment or payments due or that have been paid to the Contractor as may be necessary to cover the County's costs or to protect the County from loss or damage for reasons including but not limited to: 1. Failure of the Contractor to submit or obtain acceptance of a Progress Schedule, Schedule of Values, and any updated Schedules; 2. Defective or non -conforming Work; 3. Costs incurred by the County to correct, repair or replace defective or non- conforming Work, or to complete the Work; 4. A reasonable doubt that the Contract can be completed for the balance then unpaid; 5. A reasonable concern by the County that the materials, equipment or component parts are not in proper operating condition; 6. Assessment of Liquidated Damages; 7. Failure to perform in accordance with the Contract; 8. Cost or liability that may occur to the County as the result of the Contractor's or Subcontractor's acts, omissions, fault, or negligence; 9. Deduction in Contract Work; 10. Failure of Contractor to repair damaged materials, equipment, property, or Work; 11. Failure of the Contractor to provide or obtain review of Submittals; 12. Failure to pay Subcontractors or Suppliers; 13. Failure to keep Record Documents up to date; 14. Failure to comply with all applicable federal, state, and local laws, statutes, regulations, codes, licenses, easements, and permits; 15. Failure to obtain and maintain applicable permits, insurance, and bonds; 16. Failure to provide Statement of intent to Pay Prevailing Wage and/or Affidavits of Wages Paid; and 17. Failure to comply with the Contract safety requirements. B. The withholding, nullification, or back -charge of any payment(s) by the County shall in no way relieve the Contractor of any of its obligations under this Contract. 7.3 TITLE Title to all Work and materials covered by an accepted and paid Application For Payment shall pass to the County at the time of such payment, free and clear of all liens, claims, security interest, and encumbrances. Passage of title shall not, however, (1) relieve Contractor from any of its duties and responsibilities for the Work or materials, (2) waive any rights of the County to insist on full compliance by Contractor with the Contract requirements, or (3) constitute acceptance of the Work or materials. C00735C12 page 48 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 7.4 SUBSTANTIAL COMPLETION PROCEDURE A. When the Contractor considers that all Work or Work associated with Contract milestones is substantially complete, the Contractor shall give written Notice to the County. 1. The County shall promptly inspect the Work and, if the County does not agree that the Work is substantially complete, the County will prepare a Punch List (list of items to be completed or corrected). a. The County reserves the right to add to, modify, or change the Substantial Completion Punch List as circumstances dictate. b. Failure by the County to include any items on such list does not alter the responsibility of the Contractor to complete or correct the Work in accordance with the Contract. B. At the Contractor's request, the County may identify those Punch List items that must be completed or corrected in order for the Contractor to achieve Substantial Completion. 1. When the County determines that those Punch List items have been completed or corrected by the Contractor, the County shall make a determination that the Work is Substantially Complete. 2. A Certificate of Substantial Completion will be issued by the County, which shall establish the date of Substantial Completion. 3. This Certificate of Substantial Completion shall state the responsibilities of the County and the Contractor for security, maintenance, heat, utilities, damage to the Work, insurance, and the time to complete remaining Punch List work before liquidated damages begin to accrue for the Contractor's failure to achieve Completion/Final Acceptance in a timely manner. 4. The County shall assess liquidated damages for the Contractor's failure to complete or correct the required Punch List items for Substantial Completion within the Contract Time. C. As provided in the Contract, the County may grant Substantial Completion to specific subsystems or portions of the Work. The dates of Substantial Completion shall be determined, in writing, by the County 7.5 FINAL INSPECTION AND FINAL PUNCH LIST A. All remaining Punch List items that were not corrected prior to Substantial Completion shall be successfully completed by the Contractor prior to the Contractor's request for Final Acceptance. When the Contractor considers that all Contract Work is ready for final inspection and Final Acceptance, the Contractor shall give written Notice to the County. B. County shall promptly perform a final inspection of the Work and, if necessary, prepare a Final Punch List (a list of items to be completed or corrected by the Contractor prior to the County granting Final Acceptance). C. Punchlist items may include but are not limited to: Copies of the warranties and guarantees required by the Contract; Permit approvals and Certificates of Occupancy; Operation and Maintenance Manuals; Record Set of Drawings and Specifications; and Stamped permit set of documents; Right of Way, Easements C00735C12 page 49 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions and Property Releases, and any other documents called for elsewhere in the Contract; D. The Contractor shall complete or correct the items identified in the Final Punch List within the time period as required in the Certificate of Substantial Completion. Should the Contractor fail to complete or correct all remaining Final Punch List items within the required time, the County may assess liquidated damages against the Contractor for failure to achieve Final Acceptance in a timely manner. E. After the Contractor completes all items identified in the Final Punch List(s), the Contractor shall notify the County in writing that the Final Punch List items have been successfully completed. After verification by the County that such completion was satisfactory, the Contractor shall submit a Final Application for Payment. 7.6 REQUIREMENTS FOR FINAL APPLICATION FOR PAYMENT A. In addition to any other requirement identified in the Contract Documents, the Final Application for Payment shall include the following documents: 1. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law; 2. Contractor's release of claims against the County, except for Claims specifically described in the release document and submitted in accordance with Article 9, Claims and Litigation; 3. Contractor certification that all Subcontractors and Suppliers have been paid and there are no outstanding liens; 4. Right of Way, Easements and Property Releases; and, 5. All reports identified in the Affidavit and Certificate of Compliance with the King County Code 12.16. 7.7 COMPLETION/FINAL ACCEPTANCE A. Completion/Final Acceptance shall be achieved when all the obligations of the Contract have been successfully performed by the Contractor in accordance with the Contract and accepted by the County. B. Neither Final Acceptance, nor Final Payment, shall release Contractor or its sureties from any obligations under this Contract or the Performance and Payment Bonds, or constitute a waiver of any claims by the County arising from or related to Contractor's performance or failure to perform the Work and to meet all Contractual obligations in accordance with the Contract, including but not limited to: 1. Unsettled liens, security interests or encumbrances; 2. Damaged, non -conforming, or defective Work discovered by the County; 3. Terms of any warranties or guarantees required by the Contract; and, 4. Payments made in error. C. Except for any Claims properly submitted in accordance with Article 9, Claims and Litigation, acceptance of Payment on the Final Application for Payment by the Contractor shall, on behalf of itself and its Subcontractors or Sureties, forever and unconditionally release and discharge the County, it officers, agents, employees, from: C00735C12 page 50 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 1. Any and all disputes or claims, including but not limited to claims for damages, fines, interest, taxes, attorney fees, or costs, demands, rights, actions or causes of actions, known or unknown, arising out of or in any way related to the parties' performance under the Contract and/or Project; and 2. Any and all known and/or unknown liabilities, obligations, demands, actions, suits, debts, charges, causes of action, requests for money and/or payment under the Contract, outstanding invoices, or claims directly or indirectly arising out of or related to the Contract and/or Project. 7.8 RETAINAGE. A. RCW chapter 60.28, concerning the rights and responsibilities of Contractor and County with regard to retainage are made a part of the contract by reference as though fully set forth herein. B. Pursuant to RCW 60.28.011 and RCW 39.08.030, claims or "liens" by Subcontractors and Suppliers against the retained fund or the retainage bond must be in writing and submitted to the Project Representative at the address given for notices in this Contract, for filing with the Project documents. The Project Representative will maintain a copy of all claims "liens" against the retainage in the Project document files. 7.9 WARRANTY AND GUARANTY A. In addition to any special warranties provided elsewhere in the Contract, Contractor warrants that all Work conforms to the requirements of the Contract and is free from any defect in equipment, material, design, or workmanship performed by Contractor or its Subcontractors and Suppliers. B. The warranty period shall be for the longer period of: one year from the date of Substantial Completion of the entire Project or the duration of any special extended warranty offered by a supplier or common to the trade. C. With respect to all warranties, express or implied, for Work performed or materials furnished according to the Contract, Contractor shall: 1. Obtain all warranties that would be given in normal commercial practice from the supplier and/or manufacturer; 2. Prior to Final Acceptance require all warranties be executed, in writing, for the benefit of the County; 3. Enforce all warranties for the benefit of the County; and, 4. Be responsible to enforce any warranty of a Subcontractor, manufacturer, or Supplier, should they extend beyond the period specified in the Contract. D. If, within an applicable warranty period, any part of the Work is found not to conform to the Contract, the Contractor shall correct it promptly after receipt of written Notice from the County to do so. In the event the County determines that Contractor corrective action is not satisfactory and/or timely performed, then the County has the right to either correct the problem itself or procure the necessary services, recommendations, or guidance from a third party. All damages incurred by the County and all costs for the County's remedy shall be reimbursed by the Contractor. C00735C12 page 51 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions E. The warranty provided in this provision shall be in addition to any other rights or remedies provided elsewhere in the Contract or by applicable law. 7.10 PRIOR OCCUPATION County shall have the right to occupy such part or parts of the Project in or upon which the Work is being done, as it may see fit, before the Final Acceptance, and such occupation shall not be construed as acceptance by the County of the Work or constitute Substantial Completion of the Work. ARTICLE 8: TERMINATION 8.0 COUNTY'S RIGHT TO TERMINATE CONTRACT A. Termination for Default 1. County may terminate, without prejudice to any right or remedy of the County the Work, or any part of it, for cause upon the occurrence of any one or more of the following events: a. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Substantial Completion of the Work within the Contract Time; b. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Final Acceptance of the Work in a timely manner; c. Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; d. Contractor fails in a material way to repair, replace or correct Work not in conformance with the Contract; e. Contractor repeatedly fails to supply skilled workers or proper materials or equipment; f. Contractor repeatedly fails to make prompt payment to its employees or Subcontractors; g. Contractor materially disregards or fails to comply with laws, ordinances, rules, regulations, permits, easements or orders of any public authority having jurisdiction; h. Contractor fails to comply with all Contract safety requirements; or, i. Contractor is otherwise in material breach of any provision of the Contract. 2. If the County reasonably believes that one of the aforementioned events has occurred, the County will provide the Contractor with written Notice of its intent to terminate the Contractor for default, specifying within such notice the ground(s) for such termination. The County, at its option, shall require the Contractor to either promptly correct the deficiencies noted in the County's intent to terminate or provide the County with a corrective action plan as to how such deficiencies will be remedied or cured in a timely fashion. However, if after receipt of the proposed remedy, the County has a reasonable basis for concluding that the Contractor has (a) failed or is unwilling to repair, replace or correct the deficiencies, or (b) failed or is unwilling to provide a reasonable and satisfactory C00735C12 page 52 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions corrective action plan, the County shall thereafter have the right to terminate this Contract for default. 3. Upon termination, the County may at its option: a. Take possession of the Site and possession of or use of all materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor; and/or, b. Finish the Work by whatever other reasonable method it deems expedient; or, c. Call upon the surety to perform its obligations under the performance and payment bonds, if applicable. 4. The Contractor and its sureties shall be liable for all damages and costs, including but not limited to: (1) compensation for architect and engineering services and expenses made necessary thereby; (2) any other costs or damages incurred by the County in completing and/or correcting the Work; and (3) any other special, incidental or consequential damages incurred by the County which results or arises from the breach or termination for default. 5. In the event of termination for default the County shall only pay the Contractor for Work successfully completed and accepted by the County prior to the date of termination. The County shall not be responsible for any other Contractor costs, expenses, or damages including any consequential, special, or incidental damages or lost profits associated with this Contract. In no event shall the County reimburse the Contractor for any costs directly or indirectly related to the cause of this termination for default. 6. If, after termination for default, it is determined that the Contractor was not in default, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the County. 7. The rights and remedies of the County in this provision are in addition to any other rights and remedies provided by law or under this contract. B. Termination for Convenience 1. Upon written Notice the County may terminate the Work, or any part of it, without prejudice to any right or remedy of the County, for the convenience of the County. 2. If the County terminates the Work or any portion thereof for convenience, Contractor may make a request for adjustment for: a. Reasonable direct costs for all Work completed prior to the effective date of the termination and not previously paid for by the County; b. A reasonable allowance for Overhead and profit for Work actually performed and accepted by the County prior to the date of termination, at a rate not to exceed the percentage amount set forth in the Contract and in provision 6.2, Method to Calculate Adjustments to Contract Price, subparagraph F4e, Overhead and Profit; and, c. Actually incurred reasonable administrative costs for "settlement of the Work", i.e., costs directly caused by the termination for convenience, at a C00735C12 page 53 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions rate not to exceed 5% of what the Contractor has been actually paid prior to the date of termination. 3. The Contractor shall not be entitled to any other costs or damages, whatsoever. The total sum payable upon termination shall not exceed the Contract Price reduced by prior payments. Contractor shall be required to make its request for adjustment in accordance with Article 5, Changes to the Contract, and Article 6, Time and Price Adjustments. 4. If it appears that the Contractor would have sustained a loss on the entire Contract had it been completed, the County shall not reimburse Contractor any profit for the Work completed and shall reduce the settlement to reflect the indicated rate of loss. C. Contractor's Obligations During Termination Unless the County directs otherwise, after receipt of a written Notice of termination for default or termination for convenience, Contractor shall promptly: 1. Stop performing Work on the date and as specified in the Notice of termination; 2. Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work not terminated; 3. Cancel all orders and subcontracts, upon terms acceptable to the County, to the extent that they relate to the performance of Work terminated; 4. Assign as specifically requested by the County all of the rights, title, and interest of Contractor in all orders and subcontracts; 5. Take such action as may be necessary or as directed by the County to preserve and protect the Work, Site, and any other property related to this Project in the possession of Contractor in which the County has an interest; 6. Continue performance of Work only to the extent not terminated; and, 7. Take any other steps required by the County with respect to this Project. 8.1 THE COUNTY'S RIGHT TO STOP THE WORK FOR CAUSE A. If Contractor fails or refuses to perform its obligations in accordance with the Contract, the County may order Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective action has been taken. B. Contractor shall not be entitled to any adjustment in the Contract Time and/or Contract Price for any increased cost or time of performance attributable to Contractor's failure or refusal to perform its obligations under the Contract. ARTICLE 9: CLAIMS AND LITIGATION 9.0 CONTRACTOR CLAIMS A. Condition Precedent to Filing a Claim. 1. The following actions are a condition precedent to filing a Claim: a. A Request for Change Order is denied or deemed denied by the County; or b. A Unilateral Change Order is issued by the County. C00735C12 page 54 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions B. Failure to file a Timely Claim. At least seven (7) days prior to appropriate time to file a Claim, the Contractor may request an extension of time for filing its Claim. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide a fully documented Claim. Unless otherwise agreed to in writing by the Project Representative, a fully documented Claim shall be received by the Project Representative within thirty (30) days after: a. Denial or deemed denial of a Request for Change Order; or b. Contractor's receipt of an Executed Unilateral Change Order. 2. Failure to comply with the time requirements set for filing a Claim shall constitute acceptance by the Contractor, on behalf of itself and its Subcontractors and Suppliers, of the Unilateral Change Order and/or the County's denial or deemed denial of a Request for Change Order. Such acceptance shall be considered complete, full, and final settlement of all costs, damages, and Claims related to or arising from the Request for Change Order and/or Unilateral Change Order. C. Contractor's Obligation to Continue to Work. Pending final decision of a Claim hereunder, the Contractor shall proceed diligently with the performance of the Contract Work, including that work associated with the Claim, and maintain its progress with the Work. D. Information required in a Fully Documented Claim. Every Claim must be submitted by the Contractor, in writing and clearly designated by the Contractor as a fully documented Claim. At a minimum, a fully documented Claim must contain the following information: 1. A detailed factual statement of the Claim providing all necessary details, locations, and items of Contract Work affected; 2. The date on which facts arose that gave rise to the Claim; 3. The name of each person employed or associated with the Contractor, Subcontractor, Supplier, and/or the County with knowledge about the event or condition which gave rise to the Claim; 4. Copies of documents and a written description of the substance of any oral communications that concern or relate to the Claim; 5. The specific provisions of the Contract Documents on which the Claim is based; 6. If an adjustment in the Contract Price is sought, the exact amount sought, calculated in accordance with the Contract and accompanied by (a) all records supporting the Claim and (b) all records meeting the requirements of provision 3.10, Cost Records; 7. If an adjustment in the Contract Time is sought, the specific days and dates for which it is sought; the specific reason the Contractor believes an adjustment in the Contract Time should be granted; and the Contractor's analyses of its Progress Schedule, any specific Schedule analysis as required by the Contract Documents, and all updates to demonstrate the reason for the adjustment in Contract Time; and, 8. A statement certifying, under penalty of perjury, that after the exercise or reasonable diligence and investigation the Claim is made in good faith, that the C00735C12 page 55 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions supporting cost and pricing data are true and accurate to the best of the Contractor's knowledge and belief, that the Claim is fully supported by the accompanying data, and that the amount requested accurately reflects the adjustment in the Contract Price or Contract Time for which the Contractor believes the County is liable. E. Contractor's Duty to Cooperate. The Contractor shall cooperate with the County or its designee in the evaluation of its Claim and provide all information and documentation requested by the County or its designee. F. The County's Evaluation of the Claim. 1. To assist the County in the review of the Contractor's Claim, the County or its designee may visit the Site, request additional information and/or documentation in order to fully evaluate the issues raised in the Claim and/or audit the Claim. 2. After the Contractor has submitted a fully documented Claim that complies with this provision, the County shall respond, in writing, to the Contractor within sixty (60) days from the date the fully documented Claim is received with either: a. A decision regarding the Claim; b. Written Notice extending for another thirty (30) days the County's time to respond to the Claim. 3. Absent a thirty (30) day extension, the Claim shall be deemed denied upon the sixty-first (61st) day following receipt of the Claim by the County. If the County had a thirty (30) day extension, the Claim shall be deemed denied upon the ninety-first (91 st) day following receipt of the Claim by the County. 4. The County will identify the Appeal Officer for each Claim within fifteen (15) days of the County's receipt of a Claim. G. Appeal Process of a Denial or Deemed Denial of the Claim. 1. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor's Claim and file a fully documented Appeal to the Appeal Officer within twenty-one (21) days after the deemed denial or receipt of the denial. 2. Failure to notify the County and file a fully documented Appeal constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Claim. 3. A fully documented Appeal shall contain the following information: a. All documentation and information previously provided to the County in support of the Contractor's Claim including but not limited to the documentation identified in provision 9.0, Contractor Claims, paragraph D; b. A copy of the County's denial of the Claim; c. A detailed explanation why the Contractor believes the County's decision is incorrect and why the Claim should be granted; and d. Any technical data or additional documentation supporting the Contractor's position. C00735C12 page 56 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions 4. At the discretion of the Appeal Officer, the Appeal Officer may request additional information or a meeting with the Contractor. 5. After the Contractor has submitted a fully documented Appeal that complies with this provision, the Appeal Officer shall respond, in writing, to the Contractor within sixty (60) days from the date the Appeal is received. Absent a written response by the Appeal Officer, the Appeal shall be deemed denied upon the sixty-first (61 st) day following receipt of the Appeal by the Appeal Officer. 6. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor's Appeal within twenty-one (21) days after the deemed denial or receipt of the denial. Failure to notify the County constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Appeal. 9.1 CONTRACTOR'S BURDEN OF PROOF ON CLAIM A. The Contractor shall have the burden of proof to demonstrate entitlement and damages. B. If the Contractor, on behalf of itself or its Subcontractors and Suppliers seeks an adjustment in the Contract Price or Contract Time not supported by Project cost records meeting the requirements of §00700 ¶3.10, Cost Records, the Claim is waived. C. Compliance with the record keeping requirements set forth in this Contract is a condition precedent to recovery of any costs or damages related to or arising from performance of the Contract Work. If the County establishes non-compliance of the record-keeping requirement set forth in §00700 ¶ 3.10, Cost Records, no adjustment shall be made to the Contract Price and/or Contract Time with respect to that Claim. D. No Claim submitted to Alternate Dispute Resolution (ADR) or pursued by the Contractor in litigation shall seek damages greater than those set forth in the Contractor's Claim, except for accrual of any interest owing under applicable law. 9.2 LITIGATION A. As a mandatory condition precedent to the initiation of litigation by the Contractor against the County, Contractor shall: 1. Comply with all provisions set forth in this Contract; 2. Enter into an Alternate Dispute Resolution (ADR) process agreeable to both parties at any time during Contract Time but no later than sixty (60) days after issuance of the Certificate of Substantial Completion for the entire Project or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued; and complete the ADR process within 240 days after issuance of Substantial Completion for the entire Project or Final Acceptance if no Certificate of Substantial Completion for the entire Contract is issued; and 3. Receive the Certificate of Substantial Completion for the entire Contract or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued. B. Any litigation brought against the County shall be filed and served on the County within 365 days from either the issuance of the Certificate of Substantial Completion for the entire Contract or Final Acceptance if no Certificate of Substantial Completion C00735C12 page 57 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions of the entire Contract is issued. The requirement that the parties participate in ADR does not waive the requirements of this subparagraph. C. Venue and jurisdiction shall vest solely in the King the County Superior Court. D. Failure to comply with these mandatory condition time requirements shall constitute a waiver of the Contractor's right to pursue judicial relief for any Claim arising from work performed under this Contract. ARTICLE 10: MISCELLANEOUS 10.0 CONTRACTOR'S PERFORMANCE AND PAYMENT BOND A. The Contractor shall execute and deliver to the County a performance and payment bond for 100% of the Contract Price, on a form acceptable to the County with an approved surety company and in compliance with Chapter 39.08 RCW. Contractor shall notify surety of any changes in the work. The Contractor shall promptly furnish additional bond security to protect the County and persons supplying labor or materials required by the Contract if: 1. The County has a reasonable objection to any surety; 2. Any surety fails to furnish reports on its financial condition pursuant to the County's request; or, 3. The Contract Price increases beyond the bond amount. 10.1 INDEMNIFICATION/HOLD HARMLESS A. The Contractor shall protect, defend, indemnify, and hold harmless the County, its officers, officials, employees, and agents, from any and all claims, demands, suits, penalties, losses, damages, judgments, or costs of any kind whatsoever (hereinafter "claims"), arising out of or in any way resulting from the Contractor's officers, employees, agents, and/or subcontractors of all tiers, acts or omissions, performance or failure to perform this Contract, to the maximum extent permitted by law or as defined by RCW 4.24.115, now enacted or as hereinafter amended. B. The Contractor's obligations under this section shall include, but not be limited to, 1. The duty to promptly accept tender of defense and provide defense to the County at the Contractor's own expense. 2. The duty to indemnify and defend the County from any claim, demand, and/or cause of action brought by or on behalf of any of its employees, or agents. The foregoing duty is specifically and expressly intended to constitute a waiver of the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the County with a full and complete indemnity and defense of claims made by the Contractor's employees. The parties acknowledge that these provisions were mutually negotiated upon by them. 3. To the maximum extent permitted by law, the Contractor shall indemnify and defend the County from and be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such injury or damage is caused by negligence of the Contractor or caused by the inherent nature of the work specified. C00735C12 page 58 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions C. King the County may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any claim for injury, and/or (2) pay any claim for injury of which King the County may have knowledge, regardless of the formalities of notice of such claim, arising out of the performance of this Contract. D. Any amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by King the County, including, without limitation, costs for claims adjusting services, attorneys, engineering, and administration. E. In the event the County incurs any judgment, award, and/or costs arising therefrom, including attorneys' fees, to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. 10.2 COMPENSATION, WAGES, BENEFITS AND TAXES The County assumes no responsibility for benefits, or taxes owed by the Contractor shall indemnify and hold the County, its against all liability and costs resulting compensation, wages, benefits or taxes. 10.3 SUCCESSORS AND ASSIGNS the payment of any compensation, wages, by reason of this Contract. The Contractor officers, agents, and employees, harmless from the Contractor's failure to pay any The County and the Contractor each binds itself, its partners, successors, assigns and legal representatives to the other with respect to all covenants, agreements and obligations contained in the Contract. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any moneys due or to become due to it hereunder, without the previous written consent of the County. 10.4 THIRD PARTY AGREEMENTS Except as otherwise may be provided, the Contract shall not be construed to create a contractual relationship of any kind between: any architect, engineer, Subcontractor, Supplier, or any persons other than the County and Contractor. 10.5 NONWAIVER OF BREACH No action or failure to act by the County shall constitute a waiver of any right or duty afforded to the County under the Contract; nor shall any such action or failure to act by the County constitute an approval of or acquiescence in any breach hereunder, except as may be specifically stated by the County in writing. 10.6 NOTICE TO THE COUNTY OF LABOR DISPUTES A. If Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay timely performance in accordance with the Contract, Contractor shall immediately give Notice, including all relevant information, to the County. B. Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub -subcontracts, that in the event timely performance of any such contract is delayed or threatened by any actual or potential labor dispute, all Subcontractor or lower -tiered Subcontractor shall immediately notify the next higher tier CO 0735C12 page 59 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions Subcontractor. Subcontractor or Contractor, as the case may be, of all relevant information concerning the dispute. 10.7 LIQUIDATED DAMAGES AGAINST CONTRACTOR A. The liquidated damage amounts, set forth elsewhere in the Contract Documents, will be assessed for Contractor's failure to achieve Substantial Completion within the Contract Time or Final Acceptance. These Liquidated Damages are not a penalty, but will be assessed against the Contractor for failure to achieve these Contract requirements. These Liquidated Damage amounts are fixed and agreed upon by and between the Contractor and the County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such events sustain. These amounts shall be construed as the actual amount of damages sustained by the County, and may be retained by the County and deducted from payments to the Contractor. Assessment of Liquidated Damages shall not release the Contractor from any further obligations or duties pursuant to the Contract Work. 1. Failure to Achieve Substantial Completion Timely performance and completion of the Work is essential to the County and the time limits stated in the Contract are of the essence. The County will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time. 2. Failure to Achieve Final Acceptance Final Acceptance of the Work is essential to the County and the time limits as identified by the County are of the essence. The County will incur serious and substantial damages if Final Acceptance of the Work does not occur as the County requires. 10.8 HEADINGS The headings used in the Contract are for convenience only and shall not be considered a part of or affect the construction or interpretation of any contractual provision therein. 10.9 CHOICE OF LAW In the event that either party shall bring a lawsuit or action related to or arising out of this Contract, such lawsuit or action shall be brought in the Superior Court, King the County, Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington. 10.10 SEVERABILITY The provisions of this Contract shall be effective in all cases unless otherwise prohibited by Washington State Law or applicable Federal Law. The provisions of this Contract are separate and severable. The invalidity of any sentence, paragraph, provision, section, Article, or portion of this Contract shall not affect the validity of the remainder of this Contract. END OF SECTION C00735C12 page 60 of 60 §00700 2012 Rev 2 (10/09/2012) General Terms and Conditions DIVISION 01 GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK PART 1 GENERAL 1.01 SCOPE OF WORK A. The work of this Contract shall consist of supplying all superintendence, labor, material, tools, and equipment required for the work described herein. The work of this contract consists of replacing aging exhaust fans on the middle coach paint booth and cripple booth and to replace an aging heat and vent unit (HVU) for the cripple paint booth. In addition, the scope includQs extension of the existing building's DDC control system to the replaced equipment. Mechanical work includes demolition of eight rooftop fans, a rooftop HVU, duct, associated controls; providing six new axial fans, a rooftop HVU, duct, and accessories; DDC controls extended from the existing building system. Electrical work includes power wiring and devices for the new equipment, and control wiring. Other incidental work includes roof patching and repair for a new equipment curb, fire protection piping modifications, and structural modifications for the new equipment. The project location is at: Metro Transit Component Supply Center (CSC) 12100 East Marginal Way South Tukwila, Washington 98168 B. Demolition work includes, but may not be limited to the above noted eight rooftop fans and removal all material and equipment as noted on the drawings and listed herein. C. Construction work includes but may not be limited to, the items listed above and shown on the drawings and listed herein. D. The work shall include all preparatory and finish work normally associated with this type of Contract and the Work as defined by the Contract Specifications and Drawings. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 011000 - Page 1'& 1 C00735C12 SECTION 011011 CONTRACTOR'S SEQUENCE OF WORK PART 1 GENERAL 1.01 RELATED SECTIONS A. Article 00700-1.0.EE — Substantial Completion B. Article 00700-4.0 - Time of Essence C. Article 00700-4.1 - Work Progress D. Article 00700-4.3 - Project Schedule E. Article 00700-10.7 - Liquidated Damages Against Contractor 1.02 CONSTRUCTION LIMITATIONS A. The purpose of this section is to ensure that the Contractor understands the limitations placed on its work by the specific characteristics of the project and the facility. The Contractor shall schedule and conduct its work in a manner consistent with achieving these purposes, and its construction schedule shall comply with the specific sequence, milestones and limitations of work specified in this and other Sections of these Contract Specifications and on the Contract Drawings. B. In general, the following construction requirements shall apply: 1. The Contractor will keep all equipment and material within areas indicated for that purpose in these Specifications and on the Contract Drawings. 2. The Contractor will notify the Project Representative and obtain the Project Representative's approval 48 hours prior to the commissioning and decommissioning of any mechanical or electrical system. 3. Supply and return ducts shall be protected/covered to keep dust out of the building HVAC systems and workspaces. Any construction dust discovered in the facility at the completion of work will be removed at the Contractor's expense. This would include duct cleaning, air filter changes, and vacuuming. The Contractor may wish to consider the use of plastic tarps to contain the dust to the work area. 4. Unless otherwise authorized in writing by the Project Representative, the Contractor shall not invoice for any of the Contractor's mobilization line item until submittal documents have been accepted and returned to the Contractor. Delays as a result of lack of compliance by the Contractor in completing submittals shall not constitute justifiable cause of extension of the Contract Time. 5. Anytime noise levels from the construction activities reach or exceed 80 decibels measured 20 feet from the source of the noise, the Contractor will make hearing protection devices (HPD) available for County employees upon request. The HPD is to have a minimum noise reduction rating (NRR) of 20. The NRR of the HPD is to be listed on the original packaging and each set of HPDs shall be individually packaged. 011011 - Page 1 of 4 C00735C12 1.03 HOURS OF WORK / TIME RESTRICTIONS A. All on-site work can be performed between 7 AM through 10 PM Monday through Friday. The Contractor will submit a schedule for approval by the Project - Representative to establish their work schedule within these restrictions. Once a schedule is approved, changes must be approved 72 hours in advance by the Project Representative. B. The Contractor shall be liable for the premium costs of King County's overtime inspection for work performed outside the hours of 7AM through .10PM. 1.04 COORDINATION OF WORK AND ACCOMMODATIONS A. The work of this Contract shall consist of supplying all superintendence, labor, material, tools, and equipment required for the work described herein. The work of this contract consists of replacing aging exhaust fans on the middle coach paint booth and cripple booth and to replace an aging heat and vent unit (HVU) for the cripple paint booth. In addition, the scope includes extension of the existing building's direct digital controls (DDC) system to the replaced equipment. Mechanical work includes demolition of eight rooftop HVU duct and accessories, DDC controls extended from the existing building system. Electrical work includes power wiring and devices for the new equipment, and control wiring. Other incidental work includes roof patching and repair for a new equipment curb, fire protection piping modifications, and structural modifications for the new equipment. The project location is at Metro Transit Component Supply Center (CSC) 12200 East Marginal Way South Tukwila, Washington 98168 B. Demolition work includes, but may not be limited to, the following above noted roof top fans and removal of all material and equipment as noted on the drawings and listed herein. C. Construction work includes but may not be limited to the items listed above and shown on the drawings and listed herein. D. The work shall include all preparatory and finish work normally associated with this type of Contract and the Work as defined by the Contract Specifications and Drawings. E. All work shall be performed as required to minimize interference with the operation of existing facilities. South Base is in operation 24 hours a day. The Component Supply Center is in operation from 6 AM to 11 PM. F. The Contractor will coordinate work on the site with other projects. Any conflicts are to be forwarded to the Project Representative in a timely manner for resolution. G. Once the work has commenced, it shall continue in an uninterrupted manner during scheduled working hours until completion. 011011 - Page 2 of 4 C00735C12 1.05 DEMOLITION A. Demolition work required is noted on the Drawings. Specific scope of demolition work and operating conditions to be encountered shall be verified from on-site review and coordination with the Project's Representative. Maintain service to existing equipment and devices to be retained in area adjacent to the existing areas scheduled for renovation. Provide temporary services as necessary to meet these conditions. B. Verify that field measurements are as shown on Drawings. C. Demolition Drawings are based on field observation and existing record documents. Report all discrepancies to Project Representative before disturbing existing installation. Any issues will be resolved with the Project Representative before beginning demolition. Beginning of demolition means Contractor accepts existing, conditions as shown. D. Provide temporary connections to maintain existing systems in service during construction. When work must be performed on energized equipment, use personnel experienced in such operations. E. Where electrical equipment and raceways are indicted on Drawings to be removed, also remove support brackets and trapeze supports that do not otherwise support active systems. 1.06 CONTRACT TIME A. Upon effective date of the Notice to Proceed, the Contractor shall have no more than 270 calendar days to provide acceptable submittals and accomplish Substantial Completion for the entire project. B. The plans include a work phasing scheme. This scheme indicates that the Cripple Paint Booth work will be done first. Time allowance for this booth to be out of service is 42 calendar days. C. Similarly the work phasing scheme has a 42 calendar day timeframe for the subsequent work in the Middle Paint Booth. The work on this booth must be completed and commissioned during this time frame. , 1.07 LIQUIDATED DAMAGES AGAINST CONTRACTOR A. Failure to achieve Substantial Completion for the specified Contract Time will result in damages assessed against the Contractor in the amount of $500 per calendar day beyond the number of days established for substantial completion. B. The plans include a work phasing scheme for the Cripple Paint Booth work will be done first. Time allowance for this booth to be out of service is 42 calendar days. The work on this booth must be completed and commissioned during this time frame. Each day past this deadline will result in damages assessed against the contractor in the amount of $3800 per calendar day past 42 days. C. Similarly the work phasing scheme has a 42 calendar day timeframe for the subsequent work in the Middle Paint Booth which must be completed and commissioned during this time frame. Each day past this deadline will result in damages assessed against the contractor in the amount of $3800 per calendar day past 42 days. 011011 - Page 3 of 4 C00735C12 1.08 KING COUNTY RESPONSIBILITIES A. King County's operating personnel will be responsible for operating the existing facility throughout the performance of the Contract. Equipment presently installed in the facility must be available to personnel at all times for use, maintenance and repair unless otherwise noted herein, or as approved by the Project Representative. If it is necessary in the course of operating the facility for the Contractor to move their equipment or materials, the Contractor shall do so promptly and place such equipment or material in an area which does not interfere with the facility operation. The Contractor shall not adjust or operate King County's serviceable or functioning equipment or systems except as specifically required by this Contract. Contact between King County's operational personnel and the Contractor shall be through the Project Representative or a County designated representative. PART 2 PRODUCTS: not used PART 3 EXECUTION: not used END OF SECTION 011014 l 011011 - Page 4 of 4 C00735C12 SECTION 011012 CONTRACTOR'S USE AND PROTECTION OF PREMISES PART 1 GENERAL 1.01 RELATED SECTIONS A. Article 00700-3.12 - Maintenance and Site Cleanup B. Article 00700-3.13 - Protection of Existing Structures, Equipment, Vegetation, Utilities and Improvements C. Article 00700-3.18 - Operations, Material Handling, and Storage Areas D. Article 00700-3.19 - Contractor's Overall Responsibility For Protection of Work, Property, and Persons E. Article 00700-3.20 — Protection of Persons F. Article 00700-3.22 — Storage of Contractor's Property 1.02 CONTRACTOR RESPONSIBILITIES AND CONTINUITY OF FACILITY OPERATIONS A. The Contractor shall schedule and conduct the work described herein to avoid shutdowns and interference with normal facility operations, except as described in these documents, or as may be approved by the Project Representative. B. It is assumed that existing facilities outside the scope of this Contract are in good repair. Report damage or defects to the Project Representative immediately and prior to the start of work if possible. Damages caused by the Contractor shall be repaired and/or replaced to a condition equal to or better than that existing prior to the damage, in accordance with Article 00700-3.13, at no additional cost to King County. These repairs must be approved as completed and accepted by the Project Representative. 1.03 USE OF COUNTY EQUIPMENT A. The Contractor shall not use or operate King County equipment except as approved by the Project Representative. The Contractor is specifically expected to provide to its employees all necessary tools, equipment, and materials necessary to complete the work of this contract. 1.04 USE OF COUNTY UTILITIES A. See Section 015000 — Temporary Facilities and Controls for the Contractor's temporary use of County utilities. 011012 - Page 1 of 2 C00735C12 1.05 STOCKPILING OF MATERIALS A. The Contractor may stockpile material only at the locations indicated on the Drawings and as specified herein unless otherwise approved by the Project Representative. The Contractor will be responsible for maintaining locations. 1.06 SITE CONDITIONS AND METHODS A. Keep cutting and patching to a minimum. If required, all patching shall conform to specifications for the new general construction work. Finish to match existing work. B. Verify space availability by field measurement prior to submitting shop drawings for review. C. Obtain roughing -in dimensions for equipment from approved shop drawings or actual equipment measurements. D. Follow manufacturer's written instructions where furnished. If the details are in conflict with design drawings, notify the Project Representative for resolution. E. Install products which require periodic servicing or repair so that products are readily accessible. Otherwise, obtain Project Representative's approval of the location prior to installation. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 011510 011012 - Page 2 of 2 C00735C12 SECTION 011035 HAZARDOUS MATERIALS INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This Section provides information pursuant to 29 CFR 1926.1101, Chapter 296-62-07721 WAC, Chapter 296-155-176 WAC, and to all other applicable regulations and requirements concerning the reporting of asbestos, lead, and polycarbonated biphenols (PCBs) containing materials in the areas affected by the work under this Contract. 1.02 REPORT A. King County has determined that the areas to be worked in/materials to be worked on or removed do not appear to contain lead or PCBs. B. This determination has been made based on the reasonable certainty that, due to the characteristics of the Work Site and the scope of the Project, no asbestos, lead or PCB - containing materials exist at the site, or, if existing, will be disturbed by the work under this contract. 1.03 CONTRACTOR'S RESPONSIBILITIES A. For Contractor's responsibilities upon detecting suspect materials refer to Section 013529 Health and Safety Requirements. 1.04 KING COUNTY'S RESPONSIBILITIES A. Upon notification by the Contractor of the existence of suspect material not identified in this section, the Project Representative will have said material inspected and analyzed for the presence of asbestos, lead, PCBs, or other hazardous substances. B. If the suspect material proves positive for asbestos, lead, PCBs, or other hazardous substances, King County will take the necessary actions for handling the material to obtain compliance with all applicable regulatory requirements so that the Contractor may then proceed once notified in writing by the Project Representative. C. If the results of the inspection and analysis confirm that the suspected material is free of asbestos, lead, PCB's or other hazardous substances, the Project Representative will notify the Contractor in writing so that the Contractor may then proceed with the work. PART 2 PRODUCTS not used. PART 3 EXECUTION not used. END OF SECTION 011035 011035 - Page 1 of 1 C00735C12 SECTION 012900 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. Section includes specific requirements for the method of measurement and basis of payment to make an Application for Payment for work performed. B. The provisions of this Section complement related provisions specified in Section 00700. C. "Construction Progress Documentation" for administrative requirements governing the preparation and submittal of the Contractor's construction schedule. D. Payment for the various items on the Bidding Schedule, as further specified herein, shall include all compensation to be received by the contractor. 1.02 BID ITEM MEASUREMENT AND PAYMENT A. Payment will be made in accordance with the below bid items for work completed and accepted by the Project Representative. 1. Bid Item No. 1 -- Lump Sum amount for Work — Rule 171 Eligible. Replace the exhaust fans on the Middle Coach Paint Booth and the Cripple Paint Booth. Replace the heat and vent unit (HVU) for the cripple paint booth. Installation of DDC controls and extension to the building DDC controls system. 2. Payment will be made in accordance with the schedule of values for work completed and accepted by the Project Representative. 0 1.03 SCHEDULE OF VALUES A. General: This Section specifies the criteria for establishing a schedule of values for the work performed under this Contract, and specific conditions for payment against those scheduled values. B. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule, and in accordance with the requirements of Section 00700 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to the Project Representative, in accordance with the requirements of Division 00700 3. Activity values shall have a direct correlation to the construction schedule. No one line item in the Schedule of Values shall exceed $35,000 with any exceptions unless approved by the Project Representative. The following values will be specifically 012900 - Page 1 of 2 C00735C12 identified in the Schedule of Values: (percentages are determined by the total contract value and determination of full or partial payments will be by the Project Representative) a. Mobilization: The value allocated to all mobilization activities shall not be more than 3 percent. b. Progress Schedules, Reports, and All Contractor Deliverables: The value allocated for these Contract requirements shall be 2 percent. (Up to 1/16 of the 2 percent can be invoiced for each month if all report submissions have been made in a timely manor to the Project Representatives) c. Mechanical System Commissioning, Mechanical System Readiness Checklists, Mechanical System Functional Performance Test Procedures, Electrical System Commissioning, Electrical System Readiness Checklists, Electrical System Functional Performance Test Procedures, Commissioning and Facility Integration: Testing, Training, and Commissioning: The value allocated shall be 1 percent. The amount shall be divided evenly across the affected equipment. The funds shall be released as each system is commissioned. d. O&M Information: The value allocated for the Contract requirements of Section 017823, 017839, and 017900 shall be 1/2 percent and paid when the final documents are delivered to the Project Representative. 4. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 5. Temporary facilities and other major cost items that are not direct cost of actual work -in-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 1.04 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as accepted by the Project Representative 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Lump Sum Basis: 1. Work performed which is payable on a lump sum basis shall be measured for payment by percentage of work completed at the time each pay request is submitted, C. Indirect costs, such as supervision and overheads, profit, and the general conditions specified in the Contract shall be equitably spread between each schedule of value item. No separate payment will be made to the Contractor for these items. 1.05 CHANGE ORDERS A. Upon approval of Change Orders, values for items contained within those Change Orders will be incorporated into the project Schedule of Values. PART 2 PRODUCTS -not used PART 3 EXECUTION -not used END OF SECTION 012900 012900 - Page 2 of 2 C00735C12 SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination drawings. 2. Requests for Information (RFIs). 3. Project meetings. 1.02 DEFINITIONS A. RFI: Request for Information Contractor seeking information required by or clarifications of the Contract Documents. 1.03 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, which depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Coordinate work of utility companies providing on-site services for the work of this Contract. C. Coordinate completion and clean up of work in preparation for Substantial Completion. D. The Contractor will coordinate with the Project Representative in selecting a Windows- based project management application to track and document the construction. This computer system, as a minimum, will track RFI's, submittals, meetings and progress information. The Contractor will purchase, install, and maintain for the life of the project a software package like Prolog Manger by Meridian or an equal product. 1.04 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 013100 - Page 1 of 4 C00735C12 Content: Project -specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches indicating proposed resolution of such conflicts. Minor dimension changes ,and difficult installations will not be considered changes to the Contract. c. (RFIs)General: Immediately on discovery of the need for additional information or interpretation of. the Contract Documents, Contractor shall prepare and submit an RFI to the Project Representative in accordance with the requirements of Section 00700 General Terms and Conditions B. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log to be review at weekly meetings. 1. Project name. 2. Name and address of Contractor. 3. RFI number including RFIs that were dropped and not submitted. 4. RFI description. 5. Date the RFI was submitted. 6. Date response was received. 1.05 PROJECT MEETINGS A. General: The Project Representative will schedule and conduct meetings and conferences at the Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved B. Preconstruction Conference: The Project Representative will schedule and conduct a preconstruction conference before starting construction, at a time convenient to Contractor, Inspectors, and City Officials. (more that one meeting maybe necessary) 1. Attendees: Authorized representatives of the Contractor, the Subcontractor, and other affected agencies shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, could include the following: a. Lines of authority and communication. b. Designation of key personnel and their duties. c. Tentative construction schedule and schedules of completion. ., d. Equal employment regulations and civil rights requirements. e. Phasing. f. Critical work sequencing and long -lead items. g. Procedures for processing field decisions and Change Orders. 013100 - Page 2 of 4 C00735C12 h. Procedures for RFIs. i. Procedures for testing and inspecting. j. Procedures for processing Applications for Payment. k. Contract Drawings, Specifications and unusual conditions. I. Submittal procedures. m. Preparation of record documents. n. Use of the premises o. Work restrictions. p. Working hours. q. Occupancy requirements. r. Responsibility for temporary facilities and controls. s. Procedures for disruptions and shutdowns. t. Construction waste management and recycling. u. Parking availability. v. Office, work, and storage areas. w. Equipment deliveries and priorities. x. First aid. y. Security. z. Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Pre -installation Conferences: The Contractor shall conduct a pre -installation conference at Project site before each construction activity that requires coordination. The Contractor shall also conduct addition pre-installation/coordination meetings for issues identified by the Project Representative. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Notify the Project Representative of scheduled meeting dates for possible attendance. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: The Project Representative shall conduct weekly or as necessary progress meetings. 1. Attendees: In addition to representatives of the County, the Contractor shall arrange for the attendance of a representative of each subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities. All participants at the meeting shall be familiar with 0 Project and authorized to conclude matters relating to the Work. 013100 - Page 3 of 4 C00735C12 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) 62 END OF SECTION 013100 013100 - Page 4 of 4 C00735C12 SECTION 013200 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's construction schedule. a. Construction schedule updating reports. b. Daily construction reports. c. Site condition reports. B. Related Requirements: 1. Section 00440 Qualifications Information. a. Section 00700 General Terms and Conditions. b. Section 011000 Summary of Work c. Section 013233 Photographic Documentation d. Section 013300 Submittal Procedures. 1.02 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. a. Predecessor Activity: An activity that precedes another activity in the network. b. Successor Activity: An activity that follows another activity in the network. B. -CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Float: The measure of leeway in starting and completing an activity. 1.03 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format, at the direction of the Project Representative: 1. Working electronic copy of schedule file and PDF file are required. B. The following submittals shall, as a minimum, be provided in accordance with other Sections of these Specifications. 013200 - Page 1 of 4 C00735C12 1. Draft Construction Schedule: Submit for review at the preconstruction meeting. Include all material and equipment procurement and construction work. Clearly indicate major milestones, phases, and the time(s) for completion, which are required to be met under the terms of the Contract. Include a time scaled bar chart and a draft schedule of values. 2. Construction Schedule: Submit within 30 days of the effective date of Notice to Proceed. Include a time scaled bar chart, schedule of values and cash flow projection. 3. Submittal Schedule: Submit within 30 days of the effective date of Notice to Proceed. Include required submittals including draft O&M Manual information. C. Construction Schedule Updating Reports: Submit with each Applications for Payment. D. Daily Construction Reports: Submit at the weekly coordination meeting E. Site Condition Reports: Submit at time of discovery of differing conditions. 1.04 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. The Contractor's shall coordinate the construction schedule with the schedule of values, submittal schedule, progress reports, payment requests, and other required schedules and reports. PART 2 PRODUCTS 2.01 CONSTRUCTION SCHEDULE A. Time scaled bar chart based on the construction schedule prepared on 11 inch x 17 inch sheets. Band by activities, indicated in the schedule of values, or as approved by the Project Representative. B. Activities: Show on construction bar charts at their early start/finish period and correlate to the items in the Schedule of Values. C. Milestones: The schedule will show two, non -floating, milestones within each month of the construction that will also be used to demonstrate progress. Each milestone will be on the critical path, spread among the all the areas of work, easily identifiable, and meaningful to be judged, yes or no, as being met or behind schedule D. In preparing the schedule of values, break up the work into construction activities such that the duration of each activity shall not exceed 15 working days and $35,000 in value unless approved by the Project Representative. Non construction activities (submittals, fabrication, etc.) may have durations in excess of 15 working days. E. Submittal and procurement activities shall include preparation and submittal of shop drawings, product data, samples, fabrication, delivery, as built drawings, O&M manuals. 013200 - Page 2 of 4 C00735C12 F. Included in the construction schedule shall be the operator training, O&M manuals and milestone dates as specified in other sections of the Contract Documents. G. Dates imposed on the schedule by the Contractor shall not be binding on the Project Representative. H. Failure of the Contractor to include any element of work required for the performance of this Contract shall not excuse the Contractor from completing the work as described in the Contract Documents. I. Punch List and Final Completion: Include not more than 45 calendar days for completion of punch list items and final completion. J. Constraints: , Include constraints and work restrictions indicated_ in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. K. Work Restrictions: Show the effect of the following items on the schedule: 1. Coordination with existing construction/utilities/King County. 2. Uninterruptible services. 3. Use of premises restrictions. 4. Provide a list of the holidays and non work days applicable to the schedule. 5. 'Environmental control. 6. Work Stages: Indicate important stages of construction for each major portion of the Work. L. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. a. Unanswered Requests for Information. b. Rejected or unreturned submittals. c. Notations on returned submittals. d. Pending modifications affecting the Work and Contract Time. M. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. N. Computer Scheduling Software: Prepare schedules using current version of a program that has been developed specifically to manage construction schedules. 2.02 MONTHLY REPORTS A. Include a narrative report describing the work accomplished in the preceding 4 weeks. The completion of major activities should be identified along with the status of as built drawings and deliveries of materials and equipment. Problems occurring during the period should be stated in this report. The status of any LEED compliance should also be reported. 013200 - Page 3 of 4 C00735C12 B. The Contractor shall take photographs at the direction of the Project Representative, and provide digital images and documentation per the requirements of Section 013233. C. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PART 3 EXECUTION 3.01 CONSTRUCTION SCHEDULE UPDATES A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. 1. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 2. As the Work progresses, indicate final completion percentage for each activity. 3. If actual progress on the critical path items is observed to deviate from the construction schedule by 2 weeks behind or 4 weeks ahead, update and submit a revised construction schedule. In the case of the work being behind schedule, submit, along with the revised construction schedule, a written plan for completing the work within the milestone and Contract Time. B. Provide a narrative summary to the Schedule so the Project Representative the basis for determining the Contractor's compliance with the Specification requirements regarding progress payments, Contract Time extensions, Change Order prices and impacts, and the overall progress of the work. Failure of the Contractor to comply with the requirements of this Section will be a cause for delay in the review and acceptance of the progress payment requests. 1. Requests for a narrative shall accompany extensions in time resulting from issued changes. Report explaining the impacts and costs associated with the extension. This request shall be submitted in accordance with Paragraph 00700 6.0. C. On approval of a change order, the approved change shall be reflected in both time and value in the next submission of progress reports and schedule updates. Contract Time extensions and schedule revisions shall be incorporated into the monthly updated construction schedule and schedule of values. END OF SECTION 013200 013200 - Page 4 of 4 C00735C12 SECTION 013233 PHOTOGRAPHIC DOCUMENTATION GENERAL 1.01 RELATED DOCUMENTS' A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs. 4. Post -construction photographs. B. Related Requirements: 1. Section 013200 "Construction Progress Documentation" 2. Section 017700 "Closeout Procedures" 1.03 INFORMATIONAL SUBMITTALS A. The Contractor shall take photographs with the date on the front of each print and a noted location where the photograph was taken. Photographs shall be taken at locations to be designated by the Project Representative. 1. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph. Indicate elevation or story of construction. Include same information as corresponding photographic documentation. B. Digital Photographs: Submit unaltered, original, full-size image files to the Project Representative with the monthly report. 1. Digital Camera: Minimum sensor resolution of 5 megapixels. 2. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Date photograph was taken. c. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. C. Preconstruction Photographs: Provide prior to commencement of work on the site. Provide exposures of the area where the work is to take place. 1. Required number of photographs: Shall be a number sufficient to record the existing conditions, at the direction of the King County Project Representative: The greater of 24 photographs or four per construction area. 013233 - Page 1 of 2 C00735C12 D. Construction Photographs: Provide during the progress of the work. Take monthly exposures starting after the date of the preconstruction photographs and continuing as long as the work is in progress. 1. Required number of photographs: A minimum of 24 per month or 4 per construction area. E. Status Photographs: Establish 4 stationary positions that document each Construction Phase from a distance that captures the construction area within one frame. a. Required number of photographs: 1 photograph from each location, 4 total. F. Post Construction Photographs: Provide upon acceptance of the work with the as -built drawings. 1. Required number of photographs: Shall be a number sufficient to record the post - construction conditions, at the direction of the King County Project Representative. The greater of 24 photographs or four per construction area. 1.04 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to King County for unlimited reproduction of photographic documentation. PART 2 PRODUCTS 2.01 PHOTOGRAPHIC MEDIA A. Digital Images: Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of 5 megapixels, and at an image resolution of not less than 2500 by 1900 pixels. END OF SECTION 013233 - Page 2 of 2 C0073SC12 SECTION 013300 SUBMITTAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies procedures for Contractor submittals. Where required by the Specifications, submit descriptive information which will enable the Project Representative to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance with the design concept and in compliance with the Drawings and Specifications. The information to be submitted shall consist of Drawings, Specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the Specifications. The Contractor shall deliver the required submittals within 14 calendar days of the effective date of the Notice to Proceed. PART 2 PRODUCTS 2.01 CONTRACTOR RESPONSIBILITIES A. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall ensure that the material, equipment or method of work shall be as described in the submittal. Verify that the material and equipment described in each submittal conforms to the requirements of the Specifications and Drawings prior to transmittal to the Project Representative. Ensure that there is no conflict with other submittals and notify the Project Representative in each case where such submittal may affect the work of another contractor or King County. Ensure coordination of submittals among the related crafts and subcontractors. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE A. General 1. Submittals regarding material and equipment shall be accompanied by Transmittal Form 013300-A. Equipment numbers shall be listed on Form 013300-A for items being submitted. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Re -submittals shall have the following format: "XXX -Y"; where "XXX" is 013300 - Page 1 of 3 C00735C12 the originally assigned submittal number and "Y" is a sequential letter assigned for re -submittals, i.e., A, B or C being the 1st, 2nd and .3rd re -submittals, respectively. Submittal 25B, for example, is the second re -submittal of Submittal 25. B. Deviation from Contract: Submit a request for substitution for deviations from the Specifications or Drawings. The request shall be indicated so under "deviations" on the transmittal form accompanying the submittal copies. The request shall include the reason for the deviation and cost differential for the deviation. Deviations from the Contract shall be authorized by change order only. C. Submittal completeness: Submittals which do not have all the information required for submittal are not acceptable and will be returned without review. 3.02 REVIEW PROCEDURE A. For each required submittal, submit seven copies of all the submitted information. Individual sheets shall not exceed 22 inches x 34 inches. B. Unless otherwise specified, within 14 days after receipt of the submittal, the Project Representative will review the submittal and return it to the Contractor. The returned material will consist of three marked -up copies of the submittal. The returned submittal will indicate one of the following actions: 1. If the review indicates that the material, equipment or work method is in general conformance with the Contract Drawings/Specifications, the submittal copies shall be marked "No Exceptions Taken" and given a Review Action of "1". In this event, the Contractor may begin to incorporate the material/equipment/work method covered in the submittal. 2. If the review indicates that the submittal is insufficient or that limited corrections are required, the submittal copies shall be marked "Note Markings" and given a Review Action of "2". The Contractor may begin to implement the work method or incorporate materials/comments covered in the submittal in accordance with the corrections/comments noted. Where submittal information is to be incorporated in O&M data, a corrected copy shall be provided; otherwise, no further action is required. 3. If the review is insufficient or contains incorrect data and the comments are of a nature that can be confirmed without a re -submittal, the submittal copies shall be marked "Comments Attached - Confirm" and given a Review Action of "3". In this case, the Contractor shall not then undertake work covered by this submittal until the attached comments have been confirmed by a separate written communication or the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 4. If the review reveals the submittal is insufficient or contains incorrect data and the comments require revision and a re -submittal, the submittal copies shall be marked "Comments Attached - Resubmit" and given a Review Action of "4". In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 5. If the review reveals that the material, equipment or work method is not in general conformance with the design concept or in compliance with the Contract Drawings/Specifications, or if the submittal is incomplete, the submittal copies shall be marked "Rejected" and given a Review Action of "5". Submittals containing 013300 - Page 2 of 3 C00735C12 deviations from Contract Drawings/Specifications which have not been clearly identified and which have not been noted previously in PWC correspondence also shall be rejected. In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2". 3.03 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Project Representative on behalf of King County, or by any officer or employee of King County; the Contractor shall have no claim under the Contract on account of the failure or partial failure of the method of work, material or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "NOTE MARKINGS" shall mean that King County has no objection to the Contractor, upon the Contractor's own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. END OF SECTION 013300 013300 - Page 3 of 3 C00735C1 Z SECTION 013529 HEALTH AND SAFETY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. This Section describes the requirements for submittal of the Contractor's Accident Prevention Program (APP) and site specific Health and Safety Plan (HASP). B. It is not the intent of the County to develop, manage, direct, and/or administer the safety and health programs of the Contractor or in any way assume control or responsibility over the safety and health of the Contractor's employees, agents, or subcontractors, or of any other individual. The Contractor shall have sole responsibility for establishing, maintaining and enforcing safety on the worksite. C. It is not the intent of the County to list and identify all applicable safety laws, codes, standards, and/or regulations requiring compliance by the Contractor and subcontractors. It is required that the Contractor and all subcontractors adhere to applicable federal, state and local safety and health laws, codes, standards and/or regulations. The Contractor shall be solely responsible for identifying and determining all safety and health laws, codes, standards, and/or regulations which are applicable to the work. D. The Contractor and subcontractors are encouraged to use the consulting services of the State of Washington's Department of Labor and Industries WISHA Consulting Section for assistance with the requirements of this Section. E. The Contractor shall submit a HASP to allow review and re -submittal with modifications prior to the start of work. Implementation of the HASP shall be effective in practice and is a requirement under the Contract. F. All work performed pursuant to the Contract shall meet the requirements in chapter 49.17 RCW and 29 CFR 1910 & 1926, and such other federal, state and local safety and health laws, codes, standards and regulations as may be applicable. 1.02 RELATED SECTIONS 1.03 REFERENCED STANDARDS A. Comply with and implement current applicable federal, state and local safety and health laws, codes, standards and regulations, and any amendments thereto including, but not limited to, the following: Reference Title 29 USC 651 et seq. Federal Occupational Safety and Health Act WAC 296-809, 29 CFR 1910.146 Permit Required Confined Spaces WAC 296-803, 29 CFR 1910.147 Control of Hazardous Energy (lockout/tagout) 013529 - Page 1 of 5 C00735C12 WAC 296-155, 29 CFR 1926 WAC 296-800, Chapter 296-24 WAC WAC 296-27 WAC 296-32 Chapter 296-62 WAC Chapter 296-67 WAC WAC 296-802 WAC 296-806 WAC 296-807 WAC 296-817 WAC 296-818 WAC 296-823 WAC 296-824 WAC 296-841 WAC 296-842 WAC 296-843 WAC 296-848-856 WAC 296-863 WAC 296-865 WAC 296-870 WAC 296-874 WAC 296-876 WAC 296-896 Chapter 49.17 RCW 1.04 SUBMITTALS A. Procedures: Section 013300. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION WISHA Core rules (General Safety & Health Standards) WISHA Recordkeeping and reporting WISHA Telecommunications, safety standards for Chapter 296-45 WAC WISHA Electrical Workers Safety Rules WISHA General Occupational Health Standards WISHA Process Safety Management Standards WISHA Employee Exposure and Medical records WISHA Machine safety WISHA Portable power tools WISHA Hearing loss prevention (Noise) WISHA Abrasive blasting WISHA Occupational exposure to Bloodborne pathogens WISHA Emergency Response WISHA Airborne contaminants WISHA Respirators WISHA Hazardous waste WISHA Requirements for specific carcinogens WISHA Forklifts and other powered industrial trucks WISHA Motor vehicles WISHA Powered platforms WISHA Scaffolds WISHA Ladders portable and fixed WISHA Elevating work platforms Washington Industrial Safety and Health Act (WISHA) National Fire Protection Association (NFPA) Washington Regional Directive (WRD) 27.00 Contractor Responsibilities B. HASP: 1. Submit HASP for all Contract work for review prior to the start of work. 2. Re -submit HASP with modifications addressing County exceptions, if any, prior to the start of work. 3. After submittal receives a disposition, submit four copies. C. APP: 1. Submit Contractor's APP for review prior to the start of work. 2. After submittal receives a disposition, submit four copies. 013529 - Page 2 of 5 C00735C12 D. Revised HASP addressing issues raised during Contract performance by the Project Representative and/or regulatory agencies or jurisdictions per Paragraph 01063-2.02: Provide four copies. E. Incident and Near Miss Report(s): Provide four copies within 24 hours of an Incident Report. F. Minutes and list of attendees of the pre -job safety meeting: Provide four copies. Submit within three days of the meeting. G. Minutes and list of attendees of weekly safety tailgate meeting: Provide four copies. Submit within three days of the meeting. 1.05 CONTRACTOR QUALITY ASSURANCE A. Review the entire scope of work, the work site location, adjacent structures and systems,, and applicable Contract requirements to ensure, by personal review and examination, and by such other means as appropriate, the safety considerations and requirements that shall be addressed and planned prior to the start of work. B. Ensure that Contractor's employees and the subcontractor's employees comply with the APP and HASP. C. Designate a health and safety supervisor on site with appropriate training, responsibility and full authority to coordinate, implement, and enforce the Contractor's APP and HASP for the duration of this Contract. The name and telephone number of the health and safety supervisor and his or her alternate shall appear in the Contractor's APP and HASP. D. Ensure that safe work principles and practices are followed in completing work tasks. 1.06 HASP A. The HASP covers all aspects of the Contractor's work activities related specifically and distinctly to the work and site conditions. The HASP shall be based on a site specific hazard analysis and shall explain how the APP elements and any Contract specific safety procedures shall be applied to the identified hazards in the work. B. HASP organization: Organized and bound. 1. Outline form. 2. Table of contents. C. Appendix A, attached hereto, describes minimum precautions for consideration in developing the HASP. There may be other items not noted in Appendix A which the Contractor, as the party responsible for establishing, maintaining and enforcing health and safety, shall address in the HASP. A copy of Appendix A shall be submitted with the HASP, and for items in the Appendix which are not needed, note in the HASP as not applicable for those items. 013529 - Page 3 of 5 C00735C12 D. Preparation of the HASP is the Contractor's responsibility and none of the provisions herein relieve the Contractor of control or responsibility over providing and implementing the HASP or protecting the lives and health of employees, agents, subcontractors and the public. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 CONTRACTOR SAFETY AND HEALTH COMPLIANCE A. The Project Representative or an authorized Transit Safety representative reserves the right to audit the implementation of the Contractor's APP and HASP at any time. These Representatives reserve the right to stop that portion of the Contractor's work that is determined to be an imminent or immediate threat to worker or public health or safety. Ongoing work and hazardous situations that are considered a safety or health risk by these Representatives shall be addressed immediately. B. Ensure that necessary protective equipment, protective clothing, hazardous energy control devices, fall prevention and other safety supplies and equipment are made readily available to employees to facilitate implementation of the APP and the HASP. C. Ensure that subcontractors receive a copy of this specification section. D. Notify the Project Representative immediately of all incidents involving personal injury and/or property damage. Provide a written report known as the Incident Report within 24 hours of any incident. Report for each incident occurrence shall include: 1. Description of event. 2. Names of personnel involved. 3. Description of injuries and treatment required (short term and long term) and findings of the investigation or root cause analysis identifying why the event happened and what actions will prevent re -occurrence. 4. Description of property damage and findings of the investigation or root cause analysis identifying why the event happened and what actions will prevent re- occurrence. 5. Site visits and inspections of other agencies as a result of an incident. Include names of the persons, purpose of the visit, and any other pertinent information. E. Conduct a pre -job safety meeting with Contractor staff and with all subcontractor staff. Submit list of attendees and minutes of pre -job safety meeting. F. Conduct all weekly safety tailgate meetings. Submit list of attendees and minutes of weekly safety tailgate meetings. G. Use of intoxicants or of illegal or debilitating drugs while working on a County contract is prohibited. 013529 - Page 4 of 5 C00735C12 H. Failure to comply with safety and health regulations may result in work suspension until adequate safety and health measures are implemented. 3.02 SITE SPECIFIC HEALTH AND SAFETY PLAN REVISIONS DURING CONTRACT PERFORMANCE A. In the event during contract performance the Project Representative, an authorized Transit Safety representative, regulatory agencies, or authorized jurisdictions determine the HASP or associated documents, or organizational structure to be inadequate to protect employees and the public the Contractor shall: 1. Modify the HASP to meet the requirements of said regulatory agencies, jurisdictions, and/or the Project Representative. 2. Resubmit HASP with modifications for review within 7 days of the notice of requirement for modification. 3. Submit four copies after the modified HASP receives a disposition 3.03 POSTING A. Provide and maintain a copy of the APP and the HASP at the Contractor's job site office and at each of the subcontractors' offices. END OF SECTION 013529 - Page 5 of 5 C00735C12 SECTION 013529 APPENDIX HEALTH AND SAFETY This Appendix describes precautions for consideration in developing the Contractor's HASP. It is to be submitted along with the HASP and include all of the items which may apply to work under this Contract. This Appendix is not intended to include all the elements that may be specific to this Contract and there may be items not noted herein which are to be included in the HASP. For items listed in this Appendix which do not pertain to the work in this Contract, it shall be noted as not applicable in the Comments for that Element. Contractor: Date: Project: As Elements;: Noted Comments Plan Includes Described Procedures for: Emergency Plan and ❑ Work site address and site specific emergency phone #'s, First-Aid/CPR First -Aid Procedures trained personnel list, on site first-aid kit, eye wash, and evacuation route. Fire Protection ❑ Procedures and List of fire system locations, accessible fire extinguishers, and limit flammables stored onsite, required Hot Work permits, welding, shields, cylinder storage, ventilation & fire watch. Understanding of King County Hot Works Permit process. Reference: WAC 296-155-250 Fire Protection and Prevention Accident/Incident Reporting ❑ Procedure for how, where, and when to report injuries, near misses, or un- safe conditions. Safety committees and safety meeting schedule, minutes of meetings. Log of safety inspections. Reference: WAC 296-800-140 Accident Prevention Program, WAC 296- 800-130 Safety Committees and Safety Meetings. Safety Inspections ❑ Procedure for safety meetings, documentation and procedure for accident reporting, list of site specific safety personnel. Reference: WAC 296-800 Accident Prevention Program Demolition Plan ❑ Good Faith Estimate, Engineering Survey, Emergency Contact list, plans for use of any scaffolds, ladders, or hoists. Verification of Utility shut off, protection of temp power, water. Name of Demolition competent person on site. If necessary; asbestos permits, and lead plan. Layout plan for barriers and warning signs. Intended plan for dust control measures, ensuring policy of 'no visible dust'. Hazardous Material training if required. Reference: WAC 296-155-775 Demolition Preparatory Operations, WAC 296-155-176 Lead in Construction C00735C12 013529A - Page 1 of 6 SECTION 013529 APPENDIX HEALTH AND SAFETY C00735C12 013529A - Page 2 of 6 As Elements: Noted Comments Plan Includes Described Procedures for: Traffic Control Plan ❑ Reference: Traffic control plan, flagger training. Manual of Uniform Traffic Control Devices (MUTCD), Washington State Department of Transportation (WSDOT), and Section 01570 Traffic Control. Environmental Protection/Storm- ❑ Describe protection and potential release mitigation plan. water Plan Reference: Washington State Department of Ecology, and Section 01560 Environmental Controls. Steel Erection Plan ❑ Developed by 'Qualified Person' & available at jobsite. Site Specific erection plan, site layout, hoisting and rigging, columns and beam anchorage, open and web steel joists, falling object protection, fall protection plan, training. Crane Operator Qualifications. Reference: WAC 296-155 Part P Steel Erection Hazard Communication Plan . [l A Plan of Action to mitigate hazardous material exposure, program Carcinogens, refrigerants, Silica, includes training & awareness for known & potential hazards, control chemicals, gases, vapors, measures and plan for spills, location of spill -kit, engineering and other fumes, dust, and airborne control measures for personnel exposures, chemicals, gases, vapors, particles. fumes and dust. Methods for containment. MSDSs not more than 2 years old, chemical PPE, training & labeling. Reference: WAC 296-800-170 Employer Chemical Hazard Program, WAC 296-155-176 Lead in Construction, WAC 296-62-077 Asbestos, Tremolite, Anthophyllite, and Actinolite, WRD 23.35 Demolition of Buildings Containing Asbestos. Respirator Plan ❑ Requirements for using a Respirator. Designated program administrator, selected respirators & cartridges, change out schedules, Required training and medical evaluations when to wear respirators, fit -testing, & required tasks. Reference: WAC 296-842 Respirators Cranes ❑ Crane operator qualifications, Crane site plan, testing plan, inspection reports, maintenance logs, manufacturer's handbook, lifting and rigging techniques, rigging inspection, warning devices, load tables, certified rigger, boom stops, crane operation signals, fire extinguishers. Reference: WAC 296-155-529 Crane Certification, ASME 30.5 C00735C12 013529A - Page 2 of 6 SECTION 013529 APPENDIX HEALTH AND SAFETY C00735C12 013529A - Page 3 of 6 As Elements: Noted Comments Plan Includes Described Procedures for: Personal Protective Equipment ❑ SSSP Job Safety Analysis with requirements for PPE: protection for head, Analysis hearing, eye, face, skin, hands, respiratory system and footwear. Reference: WAC 296-155-200 Personal Protective and Life Saving Equipment, WAC 296-800-160 Personal Protective Equipment. General Protective Plan ❑ Provisions for providing adequate lighting, ventilation, noise control, and house keeping duties. Reference: WAC 296-155 Part B-1 Confined Space Entry Program ❑ Procedures for Confined Space Entry and work operations, emergency measures & retrieval plan. Reference: WAC 296-809 Confined Spaces Hot Works Program ❑ Procedures of fire prevention for welding, cutting, burning, heating, or anything that might provide a source of ignition. Reference: WAC 296-809 Confined Spaces, NFPA 51 B Standard for Fire Prevention in Use of Cutting and Welding Processes Fall Protection Plan ❑ Fall protection plan, and fall prevention plan, use with articulating man -lift Fall Prevention Plan equipment, and working over/near water. Procedure for preventing slips, and trips. Clear walkways, guarding of floor and wall openings. Reference: WAC 296-155-24501 Fall Restraint Fall Arrest, WAC 296-155- 500 Floor Openings Wall Openings Excavations ❑ Description of Employee training, excavation sloping, shoring, or trenching. Example of daily inspection documentation, barricading, access, spoil piles or material storage, fall protection plan. Potential risk of exposure to contaminated soil shall be addressed in their Hazardous Communication Plan. Name/list of Competent Person. Reference: WAC 296-155 Part N Excavation, Trenching & Shoring Portable Tools and Equipment ❑ Guards in use, inspection, effectively grounded, GFCI usage, pneumatic and hydraulic hoses pinned and inspected for damage. Reference: WAC 296-807, C00735C12 013529A - Page 3 of 6 SECTION 013529 APPENDIX HEALTH AND SAFETY C00735C12 013529A - Page 4 of 6 As Elements: Noted Comments Plan Includes Described Procedures for: Material Handling and Storage ❑ Diagram showing lay -down and storage on KC Bases & property, stacking technique, 10' set back, disposal methods. Handling of cylinder, cylinder storage, equipment stored overnight, security precaution measures. Environmental measures. Reference: WAC 296-155-325. General Work Environment ❑ Describe procedures for worksite conditions, sanitary, cleanliness, and orderliness, toilets and washing facilities. Reference: WAC 296-155-001 General Safety and Health Provisions Scaffolding ❑ Engineered plan for anything over 30 ft, competent person required for erection, daily inspection sheet, fall protection, toe boards. Reference: WAC 296-874 Scaffolds Ladder and Stairway Safety Q Standard guardrails provided on walkway surfaces elevated more than 30 inches, covers. Ladder types, maintenance, appropriate usage. Reference: WAC 296-876 Electrical Safety ❑ Description of assured grounding program, testing, inspection, repair, and GFI usage. Reference: WAC 296-155- 426 Electrical, WAC 296-45 2002 National Fire Prevention Code (NFPA) National Electrical Safety Code(NESC) Lock out / Tag out ❑ Controls for; all hazardous energy, radiation control, shielding, monitoring, electrical, pneumatic, mechanical. Usage of awareness signage for general public and employees. Reference: WAC 296-803 Lock Out Tag Out Energized Electrical Work Plan ❑ Electrical work plan: detailed procedures for working on and guarding of Shut down requests required by energized equipment or conducting system outages. Type of protection contractor & returned to equipment used, stored, and tested. contractor before allowance Reference: WAC 296-45 Electrical Workers, Nation Electrical Safety Code (allowances occur in which 'Life (NESC), NFPA 70-E Safety' is compromised) of any energized work. C00735C12 013529A - Page 4 of 6 SECTION 013529 APPENDIX HEALTH AND SAFETY C00735C12 013529A - Page 5 of 6 As Elements: Noted Comments Plan Includes Described Procedures for: Heat Stress Plan ❑ Work environment of 87 degrees and above, exposure plan. Reference: WAC 296-62-09510. Special Work Permits / Plans Hot Work Permit (HWP) ❑ Attach King County HWP to SSSP. Permit is required to be posted on site. Welding, Flame, Spark Reference: WAC 296-155-250 Fire Protection and Prevention, NFPA 820, NFPA 518 Standard for Fire Prevention in Use of Cutting and Welding Processes Other permits as required (e.g. ❑ As required (e.g. in Seattle 8202 -CH Outdoor heater at construction sites, outdoor heater at construction Temporary; 801-F Flammable compressed gas (except LPG); 801-G sites, compressed gas) Flammable liquids, 7401 Inert compressed gas, 801-A Combustible liquid storage and use). Abatement L&I/Seattle Air ❑ Include these documents in Demolition Plan of SSSP. Quality Training Documentation Hazardous Material ❑ Include this document in Hazardous Communication Plan of SSSP, Crane Operator (NCCO ❑ Include this document in Crane Plan of SSSP. Certification) Heat Stress Prevention ❑ I Include this document in Heat Stress Plan of SSSP. First Aid / CPR ❑ Include this document in Emergency / First Aid Plan of SSSP. Scaffold User / Competent ❑ Include this document in Scaffolding Plan of SSSP. Person Qualified in Scaffolding Flagger Training Certificate ❑ Include this document in Traffic Control Plan of SSSP. Seattle Transit Tunnel Certificate ❑ Required Safety Tunnel training for any contractual work in tunnel. Schedule & coordinate with Transit Tunnel Safety Administrator. Roadway Worker Protection ❑ Required training when working within 10' of Transit Rail railway. Safety Training Schedule & coordinate with Rail Operations Safety Administrator. C00735C12 013529A - Page 5 of 6 SECTION 013529 APPENDIX HEALTH AND SAFETY C00735C12 013529A - Page 6 of 6 As Elements: Noted Comments Plan Includes Described Procedures for: Confined space training Include this document in Confined Space Plan of SSSP. Required Safety training for any contractual work in confined spaces (e.g. sumps, vaults, etc) Respirator Training, medical ❑ Include this document in the Respirator Plan of SSSP. Required training evaluations, fit -tests" and medical evaluations when wearing respirators with an elastomeric facepiece, fit -testing records if respirator use is required for tasks. Bloodborne Pathogens Training ❑ Include this document in Bloodborne Pathogens Plan of SSSP. Required training when exposure to bloodborne pathogens could be reasonably anticipated (e.g. in areas with transient or displaced people habitat). Specific Chemical Training (as ❑ Include this document in Hazardous Communication Plan of SSSP, or the required for lead, formaldehyde, chemical specific plan as required. asbestos, chrome VI, etc.) C00735C12 013529A - Page 6 of 6 SECTION 014000 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and -control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality -assurance and -control services required by the Project Representative, and/or authorities having jurisdiction are not limited by provisions of this Section. 1.02 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by the Project Representative. C. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. D. Product Testing: Tests and inspections that are performed by a Nationally Recognized Testing Laboratory, National Voluntary Laboratory Accreditation Program, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. E. Source Quality -Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. F. Field Quality -Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 014000 — Page 1 of 5 C00735C1 Z H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. I. Experienced: When used with an entity or individual, "experienced" means having successfully completed previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.03 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Project Representative for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Project Representative for a decision before proceeding. 1.04 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions and workmanship, to produce work of specified quality. B. Comply fully with manufacturer's instructions, including each step in a sequence. C. Should manufacturer's instructions conflict with Contract Documents, request written clarification from Project Representative before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship_ 1.05 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. B. Permits, Licenses, and Certificates: For records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 014000 — Page 2 of 5 C00735C12 1.06 FIELD SAMPLES A. The quality of work shall conform to the field samples approved by the Project Representative. 1.07 INSPECTION AND TESTING LABORATORY SERVICES A. The Project Representative will inspect work and materials, and may select samples of materials in such number and quantities as the Project Representative may deem necessary to determine their qualities. The Project Representative will accept or reject the materials in accordance with the results of such tests. Promptly replace rejected materials to comply with the Specifications. B. The Project Representative may appoint, employ and pay for services of independent firms to perform testing of the different items of work. The Project Representative or the independent firms will then perform inspections, tests, and other services specified in individual Specification sections and as determined by the Project Representative. C. Cooperate with the Project Representative and the independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Project Representative and independent firm a minimum 48 hours prior to expected time for operations requiring services unless specified otherwise in the individual Specification sections. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Project Representative. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Price. 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in individual Specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, as applicable, and to initiate instructions when necessary. B. Submit report for review by the Project Representative within 7 days of observation, unless specified otherwise in individual Specification sections. C. When specified in individual Specification sections, submit suppliers' or manufacturers' reports certifying proper installation and of workmanship as required to validate applicable warranties and guarantees. 1.09 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. 014000 — Page 3 of 5 C00735C12 B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for ,this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located (Washington) and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that is similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Manufacturer's Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1.10 QUALITY CONTROL A. King County Responsibilities: Where quality -control services are indicated as the responsibility, Project Representative will engage a qualified testing agency to perform these services. 1. The Project Representative will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. a. The Contractor shall be responsible for costs for retesting and re -inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents b. Usually retain "Contractor Responsibilities" Paragraph below to address testing and inspection and other quality -control activities not explicitly assigned. See Evaluations. B. Contractor Responsibilities: Tests and inspections not explicitly assigned are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. 014000 - Page 4 of 5 C00735C12 a. Contractor shall not employ same entity engaged by King County, unless agreed to in writing by the Project Representative. C. Coordination: Coordinate sequence of activities to accommodate required quality - assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. a. Description of the Work tested or inspected. b. Date test or inspection results were transmitted. c. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for reference during normal working hours. 3.02 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching - B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 014000 014000 - Page 5 of 5 C00735C12 SECTION 014126 PERMITS AND EASEMENTS PART 1 GENERAL 1.01 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 PERMITS A. A Mechanical permit has been obtained by King County from the City of Tukwila for this Contract. B. This Permit is on record at the City of Tukwila, and will be picked up by the Contractor after the Notice to Proceed. The contractor will need to provide the firm's state license number and their city of Tukwila business license. C. Street Use permits may be required for this Contract: 1. It shall be the responsibility of the Contractor to determine the requirements for and to obtain any street -use permits required by the Contractor's staging operations and construction work within the City of Tukwila's right of way. 1.03 PERMITS OBTAINED AFTER BID SUBMITTAL A. If, after the bid submittal date, the County obtains permits that require changes to the work, Section 00700 Article 5 - Changes to the Contract applies. The Project Representative will provide copies of such permits or easements. The Contractor will comply with all applicable terms and conditions therein. 1.04 PERMITS TO BE OBTAINED AND FILED BY THE CONTRACTOR A. Obtain all permits other than provided by King County, pertaining to the project, including but not limited to, electrical, mechanical, dewatering, and any other permits required by jurisdictions for the work. Pay all costs thereof, including agency inspections. Comply with all applicable terms and conditions therein. Provide copies of the permits to the Project Representative before working in areas covered by those permits. 1.05 PERMITS TO BE OBTAINED BY KING COUNTY A. The Contractor will comply with all the applicable terms and conditions therein. END OF SECTION 014126 - Page 1 of 1 C00735C12 SECTION 014200 REFERENCES PART 1 GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General Terms and Supplemental Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 DEFINITIONS A. General: Basic Contract definitions are included in the General Terms and Supplemental Conditions of the Contract, B. "Approved": When used to convey King County's action on Contractor's submittals, applications, and requests, "approved" is limited to the duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by the Project Representative. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. 1.03 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 014200 - Page 1 of 7 C00735C12 B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.04 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. AA ........................ Aluminum Association, Inc. (The) AAADM ................ American Association of Automatic Door Manufacturers AABC ................... Associated Air Balance Council AAMA................... American Architectural Manufacturers Association AASHTO .............. American Association of State Highway and Transportation Officials AATCC................. American Association of Textile Chemists and Colorists ABAA ................... Air Barrier Association of America ABMA................... American Bearing Manufacturers Association ACI ....................... American Concrete Institute ACPA ................... American Concrete Pipe Association AEIC..................... Association of Edison Illuminating Companies, Inc. (The) AF&PA ................. American Forest & Paper Association AGA ..................... American Gas Association AGC ..................... Associated General Contractors of America (The) AHA ...................... American Hardboard Association (Now part of CPA) AHAM................... Association of Home Appliance Manufacturers Al ......................... Asphalt Institute AIA ....................... American Institute of Architects (The) AISC..................... American Institute of Steel Construction AISI ...................... American Iron and Steel Institute AITC..................... American Institute of Timber Construction ALCA.................... Associated Landscape Contractors of America (Now PLANET - Professional Landcare Network) ALSC.................... American Lumber Standard Committee, Incorporated AMCA................... Air Movement and Control Association International, Inc. ANSI ..................... American National Standards Institute AOSA................... Association of Official Seed Analysts, Inc. APA ...................... Architectural Precast Association APA ...................... APA - The Engineered Wood Association APA EWS............. APA - The Engineered Wood Association; Engineered Wood Systems (See APA - The Engineered Wood Association) API ....................... American Petroleum Institute 014200 - Page 2 of 7 C0073SC12 ARI ....................... Air-Conditioning & Refrigeration Institute ARMA................... Asphalt Roofing Manufacturers Association ASCE ................... American Society of Civil Engineers ASCE/SEI............. American Society of Civil Engineers/Structural Engineering Institute (See ASCE) ASHRAE .............. American Society of Heating, Refrigerating and Air-Conditioning Engineers ASME.................. ASME International (American Society of Mechanical Engineers International) ASSE ................... American Society of Sanitary Engineering ASTM ................... ASTM International (American Society for Testing and Materials International) AWCI.................... Association of the Wall and Ceiling Industry AWCMA ............... American Window Covering Manufacturers Association (Now WCMA) AWI ...................... Architectural Woodwork Institute AWPA ................:: American Wood Protection Association (Formerly: American Wood Preservers' Association) AWS...................... American Welding Society AWWA ................. American Water Works Association BHMA................... Builders Hardware Manufacturers Association BIA........................ Brick Industry Association (The) BICS1.................... BICSI, Inc. BIFMA.................. BIFMA International (Business and Institutional Furniture Manufacturer's Association International) CCC ..................... Carpet Cushion Council CDA ..................... Copper Development Association CEA ...................... Consumer Electronics Association CFFA.................... Chemical Fabrics & Film Association, Inc. CGA..................... Compressed Gas Association CIMA..................... Cellulose Insulation Manufacturers Association CISCA.................. Ceilings & Interior Systems Construction Association CISPI.................... Cast Iron Soil Pipe Institute CLFMI .................. Chain Link Fence Manufacturers Institute CRRC................... Cool Roof Rating Council CPA...................... Composite Panel Association CPPA ................... Corrugated Polyethylene Pipe Association CRI....................... Carpet and Rug Institute (The) CRSI .................... Concrete Reinforcing Steel Institute CSA...................... CSA International (Formerly: IAS - International Approval Services) CSI ....................... Cast Stone Institute CSI .....................: Construction Specifications Institute (The) CTI ....................... Cooling Technology Institute (Formerly: Cooling Tower Institute) DHI....................... Door and Hardware Institute EIA ....................... Electronic Industries Alliance EIMA .................... EIFS Industry Members Association EJCDC ................. Engineers Joint Contract Documents Committee EJMA ........... :..... .. Expansion Joint Manufacturers Association, Inc. ESD...................... ESD Association (Electrostatic Discharge Association) ETL SEMCO ........ Intertek ETL SEMCO (Formerly: ITS - Intertek Testing Service NA) FM Approvals ....... FM Approvals LLC FM Global............. FM Global (Formerly: FMG - FM Global) 014200 - Page 3 of 7 C00735C12 FMRC................... Factory Mutual Research (Now FM Global) FSA...................... Fluid Sealing Association GA........................ Gypsum Association GANA................... Glass Association of North America GRI....................... (Part of GSI) GS........................ Green Seal GSI....................... Geosynthetic Institute HI ......................... Hydronics Institute HMMA.................. Hollow Metal Manufacturers Association (Part of NAAMM) HPVA ................... Hardwood Plywood & Veneer Association HPW..................... H. P. White Laboratory, Inc. IAS ....................... International Approval Services (Now CSA International) IBF ....................... International Badminton Federation (Now BWF) ICEA..................... Insulated Cable Engineers Association, Inc. ICRI...................... International Concrete Repair Institute, Inc. IEC....................... International Electrotechnical Commission IEEE ..................... Institute of Electrical and Electronics Engineers, Inc. (The) IESNA .................. Illuminating Engineering Society of North America ZEST..................... Institute of Environmental Sciences and Technology IGCC.................... Insulating Glass Certification Council IGMA.................... Insulating Glass Manufacturers Alliance ILI......................... Indiana Limestone Institute of America, Inc. ISO.............:......... International Organization for Standardization ISSFA................... International Solid Surface Fabricators Association ITS ....................... Intertek Testing Service NA (Now ETL SEMCO) ITU ....................... International Telecommunication Union KCMA................... Kitchen Cabinet Manufacturers Association LMA...................... Laminating Materials Association (Now part of CPA) LPI ....................... Lightning Protection Institute MBMA .................. Metal Building Manufacturers Association MFMA .................. Maple Flooring Manufacturers Association, Inc. MFMA .................. Metal Framing Manufacturers Association, Inc. MH ....................... Material Handling MHIA.................... Material Handling Industry of America MSS ..................... Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM................ National Association of Architectural Metal Manufacturers NACE ................... NACE International (National Association of Corrosion Engineers International) NADCA ................ National Air Duct Cleaners Association NAGWS ............... National Association for Girls and Women in Sport NAIMA.................. North American Insulation Manufacturers Association NBGQA................ National Building Granite Quarries Association, Inc. NCMA .................. National Concrete Masonry Association NCPI .................... National Clay Pipe Institute NCTA ................... National Cable & Telecommunications Association NEBB ................... National Environmental Balancing Bureau NECA................... National Electrical Contractors Association NeLMA................. Northeastern Lumber Manufacturers' Association NEMA................... National Electrical Manufacturers Association NETA ................... InterNational Electrical Testing Association 014200 - Page 4 of 7 C0073SC12 NFHS ................... National Federation of State High School Associations NFPA ....,.,,.,......... NFPA (National Fire Protection Association) NGA ..................... National Glass Association NHLA ................... National Hardwood Lumber Association NLGA ................... National Lumber Grades Authority NOFMA ................ NOFMA: The Wood Flooring Manufacturers Association (Formerly: National Oak Flooring Manufacturers Association) NOMMA .....a,........ National Ornamental & Miscellaneous Metals Association NRCA................... National Roofing Contractors Association NRMCA................ National Ready Mixed Concrete Association NSF ...................... NSF International (National Sanitation Foundation International) NSSGA ................ National Stone, Sand & Gravel Association NTMA....... .,....... :.. National Terrazzo & Mosaic Association, Inc. (The) NTRMA ................ National Tile Roofing Manufacturers Association (Now TRI) NWWDA............... National Wood Window and Door Association (Now WDMA) OPL...................... Omega Point Laboratories, Inc. (Now ITS) PCI ....................... Precast/Prestressed Concrete Institute PDCA................... Painting & Decorating Contractors of America PDI ....................... Plumbing & Drainage Institute PGI ....................... PVC Geomembrane Institute PLANET... ............ Professional Landcare Network PTI ....................... Post -Tensioning Institute RCSC................... Research Council on Structural Connections SAE ...................... SAE International SEFA..................... Scientific Equipment and Furniture Association SEIIASCE ............. Structural Engineering Institute/American Society of Civil Engineers (See ASCE) SGCC ................... Safety Glazing Certification Council SIA ....................... Security Industry Association SIGMA .................. Sealed Insulating Glass Manufacturers Association (Now IGMA) SJI........................ Steel Joist Institute SMACNA.............. Sheet Metal and Air Conditioning Contractors' SMPTE................. Society of Motion Picture and Television Engineers SPFA .................... Spray Polyurethane Foam Alliance (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) SPRI..........:.......... Single Ply Roofing Industry SSINA .................. Specialty Steel Industry of North America SSPC ................... SSPC: The Society for Protective Coatings STI ....................... Steel Tank Institute SWI ...................... Steel Window Institute SWRI.................... Sealant, Waterproofing, & Restoration Institute TCA ...................... (Now TCNA) TCNA .... ........ :...... Tile Council of North America, Inc. TIA/EIA................. Telecommunications Industry Association/Electronic Industries Alliance TMS ..................... The Masonry Society TIMI ....................... Tile Roofing Institute UL ........................ Underwriters Laboratories Inc. UNI ....................... Uni-Bell PVC Pipe Association USGBC ................ U.S. Green Building Council 014200 - Page 5 of 7 C00735C12 WASTEC.............. Waste Equipment Technology Association WCLIB.................. West Coast Lumber Inspection Bureau WCMA.................. Window Covering Manufacturers Association WCSC .................. Window Covering Safety Council (Formerly: WCMA - Window C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents IAPMO ................ International Association of Plumbing and Mechanical Officials ICC ..................... International Code Council ICC -ES ................ ICC Evaluation Service, Inc. UBC/IBC ............. Uniform Building Code(See ICC) D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG ............... Americans with Disabilities Act (ADA) ... I...... Architectural Barriers Act (ABA) ........ Accessibility Guidelines for Buildings and Facilities .......... Available from U.S. Access Board CFR .................... Code of Federal Regulations DOD .................... Department of Defense Military Specifications and Standards I......... Available from Department of Defense Single Stock Point DSCC.................. Defense Supply Center Columbus (See FS) FED -STD ............ Federal Standard (See FS) FS ....................... Federal Specification FTMS .................. Federal Test Method Standard (See FS) MIL ...................... (See MILSPEC) MIL -STD ............. (See MILSPEC) MILSPEC ............ Military Specification and Standards UFAS .................. Uniform Federal Accessibility Standards Available from Access Board E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 014200 - Page 6 of 7 C00735C12 Covering Manufacturers Association) WDMA.................. Window & Door Manufacturers Association WIC ...................... Woodwork Institute of California (Now WI) WMMPA............... Wood Molding & Millwork Producers Association WSRCA................ Western States Roofing Contractors Association WWPA ................. Western Wood Products Association C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents IAPMO ................ International Association of Plumbing and Mechanical Officials ICC ..................... International Code Council ICC -ES ................ ICC Evaluation Service, Inc. UBC/IBC ............. Uniform Building Code(See ICC) D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG ............... Americans with Disabilities Act (ADA) ... I...... Architectural Barriers Act (ABA) ........ Accessibility Guidelines for Buildings and Facilities .......... Available from U.S. Access Board CFR .................... Code of Federal Regulations DOD .................... Department of Defense Military Specifications and Standards I......... Available from Department of Defense Single Stock Point DSCC.................. Defense Supply Center Columbus (See FS) FED -STD ............ Federal Standard (See FS) FS ....................... Federal Specification FTMS .................. Federal Test Method Standard (See FS) MIL ...................... (See MILSPEC) MIL -STD ............. (See MILSPEC) MILSPEC ............ Military Specification and Standards UFAS .................. Uniform Federal Accessibility Standards Available from Access Board E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 014200 - Page 6 of 7 C00735C12 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 014200 014200 - Page 7 of 7 C00735C12 SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements for the following: 1. Temporary utilities: Electricity, lighting, ventilation, telephone service, water, and sanitary facilities. 2. Temporary controls: Barriers, fencing, protection of work, and security. 3. Construction facilities: Parking, and project signage. 4. Environmental controls: Air pollution control, noise control, water control, petroleum contamination. B. Related Sections : - 1. Section 00700 "General Terms and Conditions". 2. Section 011000 "Summary". 3. Section 013300 "Submittal Procedures". 4. Section 017700 "Closeout Procedures". 1.02 REFERENCES: A. Current editions of the City of Tukwila Land Use Code, Building Code and supplemental publications, including any Rules and Amendments. B. Current editions of the International Building Code and International Plumbing Code, including City of Tukwila amendments. C. Current edition of the Washington Energy Code, including amendments. 1.03 USE CHARGES A. Water and Sewer Service from Existing System: Water from King County's existing water system is available for use without metering and without payment of use charges. The Contractor shall provide connections and extensions of services as required for construction operations and restore when not required. B. Electric Power Service from Existing System: Electric power from the existing system is available. 1.04 INFORMATIONAL SUBMITTALS A. General: Prior to commencing work, prepare and submit the following to the Project Representative in accordance with Section 013300. B. Site Staging Plan: In conformance with the Contract Documents, and coordinating with the Project Representative, show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 015000 - Page 1 of 6 C00735C12 C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire prevention program. 1.05 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.06 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before acceptance, regardless of previously assigned responsibilities. PART 2 PRODUCTS A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. a. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. B. Barriers: Provide adequate barriers to prevent unauthorized entry to construction areas and to protect existing facilities from damage during construction and demolition operations. C. Construction Signs: Commercial or advertising signs shall not be allowed on the site. 1. Informational and directional signs are permitted. PART 3 EXECUTION 3.01 INSTALLATION, GENERAL A. Locate facilities where they will serve interference with performance of the Work. progress of the Work. 3.02 CONTRACTOR'S SECURITY Project adequately and result in minimum Relocate and modify facilities as required by A. Provide necessary security and facilities to protect the work and existing facilities from unauthorized entry, vandalism, or theft. King County will not be responsible for Contractor's losses resulting from lack of security by the Contractor. 016000 - Page 2 of 6 C00735C12 3.03 PROTECTION OF NEW WORK AND EXISTING PROPERTY A. Protect existing structures, property, cultivated or planted areas and other surface improvements from damage and provide bracing, shoring or other work necessary for such protection. B. Protect installed work and provide special protection where specified in individual Specification sections. C. Repair or replace materials or equipment damaged during the work under this Contract to the satisfaction of the Project Representative and at no cost to King County. 3.04 MAINTENANCE OF TRAFFIC A. Contractor is to limit its activities to the work and staging areas agreed to with the Project Representative and avoid interfering with bus movement and other transit related traffic within the facility. 1. Contractor shall conduct its work to interfere as little as possible with vehicular or pedestrian travel, and must only enter and exit the site at the assigned gates.. 3.05 PARKING AND STAGING AREA A. Use only the areas identified in the Contract Documents or by the Project Representative for staging, material stockpiling, equipment storage and parking of construction vehicles. B. Promptly remove from the site Contractor's equipment and vehicles no longer required to perform the work under this Contract. Failure to remove said equipment and vehicles from the site will result in the Project Representative arranging for their removal and storage outside the site at the Contractor's expense. C. Parking of Contractor's non -construction and employee vehicles shall not be allowed within the King County facilities. D. Contractor shall be responsible for obtaining and paying for any off-site staging area 3.06 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Project Representative, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. King County's existing water service facilities, keep clean and maintain water service facilities in a condition acceptable to the Project Representative. At Substantial Completion, restore these facilities to condition existing before initial use. 1. Exercise measures to conserve water. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 015000 - Page 3 of 6 C00735C12 D. Heating and Cooling. Provide temporary heating and cooling as required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations, elements being installed, or LEED standards. E. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations, elements being installed, or LEED standards. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. F. Electric Power Service: Provide electric power service from Seattle City Light and distribution system of sufficient size, capacity, and power characteristics required for construction operations. G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, pedestrian, and traffic conditions. (This pertains to both the Contractor's and Metro Transit's activities) 3.07 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: B. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities.. a. Maintain access for fire -fighting equipment and access to fire hydrants. C. Parking: Provide "No Contractor parking" signage, if required. D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted 1. Identification Signs: Provide Project identification signs as indicated on Drawings. a. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. b. Maintain and touchup signs so they are legible at all times E. Waste Disposal Facilities: Comply with requirements specified in Section 017419 "Construction Waste Management and Disposal." And any LEED requirements. F. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. G. Lifts and Hoists: Provide facilities necessary for safely hoisting materials and personnel. 3.08 ENVIRONMENTAL CONTROLS A. General: 1. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. 015000 - Page 4 of 6 C00735C12 2. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. B. Air Pollution Control: Do not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities. Minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. C. Noise Control: Comply with local controls and noise level rules, regulations and ordinances that apply to work performed pursuant to the Contract. The Contractor is responsible for obtaining any waivers necessary to complete the work under this Contract. 3.09 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. B. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. C. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather tight enclosure for building exterior. D. Temporary Fire Protection: Install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire prevention program. 1. Prohibit smoking in construction areas. a. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. b. Develop and supervise an overall fire -prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 3.10 MOISTURE AND MOLD CONTROL A. Contractor's Moisture Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect materials from water damage and keep porous and organic materials from coming into prolonged contact with concrete. 015000 - Page 5 of 6 C00735C12 C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. a. Keep interior spaces reasonably clean and protected from water damage. b. Discard or replace water -damaged and wet material. c. Discard, replace, or clean stored or installed material that begins to grow mold. d. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. a. Remove materials that can not be completely restored to their manufactured moisture level. END OF SECTION 015000 015000 - Page 6 of 6 C00735C12 SECTION 016000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. 1.02 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. a. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. b. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. c. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. a. Store materials in a manner that will not endanger Project structure. b. Store products subject to damage by the elements under cover in a weather tight enclosure above ground with ventilation adequate to prevent condensation. 016000 - Page 1 of 2 C00735C12 c. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. d. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. e. Protect stored products from damage and liquids from freezing. 1.04 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to King County. a. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for King County. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART 2 PRODUCTS 2.01 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 2.02 COMPARABLE PRODUCTS PART 3 EXECUTION (NOT USED) END OF SECTION 016000 016000 - Page 2 of 2 C00735C12 SECTION 017300 EXECUTION PART 1 GENERAL 1.01 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. a. Field engineering and surveying. b. Installation of the Work. c. Cutting and patching. d. Coordination of installed products. e. Progress cleaning. f. Starting and adjusting. g. Protection of installed construction. h. Correction of the Work. 1.02 INFORMATIONAL SUBMITTALS A. Certificates: Submit certificate certifying that location and elevation of improvements comply with requirements and include the submittal of the as -built survey information. 1.03 QUALITY ASSURANCE A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Employ skilled and experienced workers to perform cutting and patching work. 2. Submit written request seven (7) days in advance of cutting or altering elements which affects the following: a. Structural integrity of the element. b. Integrity of weather -exposed or moisture -resistant elements. C. Visual qualities of elements exposed to sight. 3. Structural Elements: When cutting and patching structural elements, notify Project Representative of locations and details of cutting and await directions from the Project Representative before proceeding. Shore, brace, and support structural element during cutting and patching. Do not cut and patch structural elements in a manner that could change their load -carrying capacity or increase deflection PART 2 PRODUCTS 2.01 MATERIALS A. General: Comply with requirements specified in other Sections. 017300 - Page 1 of 7 C00735C12 B. In -Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to the Project Representative for the visual and functional performance of in-place materials. PART 3 EXECUTION 3.01 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site work, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; underground electrical services, and other utilities. a. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. a. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. b. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.02 PREPARATION A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to the Project Representative. 017300 - Page 2 of 7 C00735C12 3.03 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify the Project Representative promptly. B. General: Engage a qualified personnel to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. a. Establish limits on use of Project site. b. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. c. Inform installers of lines and levels to which they must comply. d. Check the location, level and plumb, of every major element as the Work progresses. e. Notify the Project Representative when deviations from required lines and levels exceed allowable tolerances. f. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. 3.04 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. B. Benchmarks: Establish and maintain permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. C. Final Property Survey: Prepare a final property survey showing significant features (real property) for Project. 017300 - Page 3 of 7 C0073SC12 3.05 INSTALLATION A. General: Locate the Work and components of the Work accurately, incorrect alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. a. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. b. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produces harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by the Project Representative. a. Allow for building movement, including thermal expansion and contraction. b. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline. joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardoust. 017300 - Page 4 of 7 C00735C12 3.06 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide performance of other construction, and surfaces to their original condition. for installation of other components or subsequently patch as required to restore B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. a. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. b. Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. c. Excavating and Backfilling: Comply with requirements in applicable Division 31 Sections where required by cutting and patching operations. F. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. a. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. b. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. c. Ceilings: Patch, repair, or re -hang in-place ceilings as necessary to provide an even -plane surface of uniform appearance. 017300 - Page 5 of 7 C00735C12 d. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather tight condition and ensures thermal and moisture integrity of building enclosure. G. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.07 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible Waste materials and debris. a. Do not hold waste materials more than seven days. b. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. a. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 017300 - Page 6 of 7 C0073SC12 3.08 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.09 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 017300 017300 - Page 7 of 7 C00735C12 SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 and Technical Specification Sections, apply to this Section. 1.02 SUMMARY A. Job Site Waste Reduction 1. The Contractor shall make every effort to meet the requirements of this Section. B. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. C. Related Requirements: 1. Section 011000, "Summary" 2. Section 014000, "Quality Requirements". 3. Section 015000, "Temporary Facilities and Controls" 1.03 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 017419 - Page 1 of 6 C00735C12 1.04 PERFORMANCE REQUIREMENTS 1. General: Measure project rates for salvage/recycling of total non -hazardous solid waste generated by the Work. Facilitate recycling and salvage of materials. 1.05 INFORMATIONAL SUBMITTALS A. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end -of -Project rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work. B. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. C. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.06 WASTE MANAGEMENT PLAN AND FINAL REPORT A. General: Develop a waste management plan. Distinguish between demolition and construction waste. B. Waste Identification: Indicate anticipated types and quantities of demolition and construction waste generated by the Work. C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. a. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. b. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. c. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. d. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. e. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. 017419 - Page 2 of 6 C00735C12 D. The Final Construction Waste Management Report shall include the following. 1. For each material recycled, reused, or salvaged from the Project: a. The total amount of the material, in tons or cubic yards. b. The receiving party. c. Net total costs or savings to the Project. d. Manifests, weight tickets, receipts and invoices. 2. For co -mingled materials, include the co' -mingled construction, demolition and land - clearing (CDL) recycling rate of the receiving facility. 3. The total amount (in tons or cubic yards) of material disposed of as Garbage from the Project, the location of the receiving facility, and the total disposal cost. Include manifests, weight tickets, receipts and invoices. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing, monitoring, and reporting status of waste management work plan. The designated coordinator shall be present at Project site full time for duration of Project. C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to everyone concerned. a. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal. D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold. 3.02 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. a. Pack or crate items after cleaning. Identify contents of containers. b. Store items in a secure area until installation. c. Protect items from damage during transport and storage. 017419 - Page 3 of 6 C00735C12 d. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B. Salvaged Items: 1. Clean salvaged items. a. Pack or crate items after cleaning. Identify contents of containers. b. Store items in a secure area until delivery. c. Transport items to a storage area designated by Project Representative d. Protect items from damage during transport and storage. 3.03 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Receivers and Processors: Available recycling receivers and processors include, but are not limited to, those identified in resources available from the King County Department of Natural Resources and Parks (DNRP) Solid Waste Division Construction Recycling and Green Building Program, and the Seattle Business Industry and Resource Venture 1. King County DNRP `2006 Material Recovery Facility (MRF) Assessment', and `2006 Market Assessment for Recyclable Materials". a. These and other informational documents are available at http://your.kingcounty.gov/solidwaste/about/waste documents.asp. 2. Seattle Resource Business Venture green building information is available at http://www.resourceventure. ora/seattle-com mercial-waste-and-recycling-101. C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. a. Stockpile materials away from construction area. Do not store within drip line of remaining trees. b. Store components off the ground and protect from the weather. c. Remove recyclable waste from property and transport to recycling receiver or processor. 3.04 RECYCLING DEMOLITION WASTE A. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. 1. Pulverize concrete to maximum size suitable for recycling or reuse applications identified in the Waste Management Plan. 017419 - Page 4 of 6 C00735C12 B. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. C. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size, type of member, and length. D. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers, valves, sprinklers, and other components by type and size. E. Conduit: Reduce conduit to straight lengths and store by type and size. 3.05 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. a. Polystyrene Packaging: Separate and bag materials. b. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. c. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1. Clean Cut -Offs of Lumber: Grind or chip into small pieces_ a. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. 3.06 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. a. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials and legally dispose of them off site. 3.07 ATTACHMENTS A. Form CWM-1 for construction waste identification. B. Form CWM-2 for demolition waste identification. C. Form CWM-3 for construction waste reduction work plan. D. Form CWM-4 for demolition waste reduction work plan. 017419 - Page 5 of 6 C00735C12 E. Form CWM-5 cost/revenue analysis of construction waste reduction work plan. F. Form CWM-6 cost/revenue analysis of demolition waste reduction work plan. G. Form CWM-7 for construction waste H. Form CWM-8 for demolition waste. END OF SECTION 017419 017419 - Page 6 of 6 C0073SC12 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWMA FORM CWM-1: CONSTRUCTION WASTE IDENTIFICATION MATERIAL CATEGORY EST. QUANTITY GENERATION EST. WASTE - % TOTAL EST. EST. VOLUME EST. WEIGHT REMARKS AND POINT OF MATERIALS (B) WASTE*QUANTITY RECEIVED (A) x B) OF Cy (CM) TONS (TONNES) ASSUMPTIONS Packaging: Cardboard Packaging: Boxes Packaging: Plastic Sheet or Film Packaging: Polystyrene Packaging: Pallets or Skids Packaging: Crates Packaging: Paint Cans Packaging: Plastic Pails Site -Clearing Waste Masonry or CMU Lumber: Cut -Offs Lumber: Warped Pieces Plywood or OSB (scraps) Wood Forms Wood Waste Chutes Wood Trim (cut-offs) Metals Insulation Roofing Joint Sealant Tubes Gypsum Board (scraps) Carpet and Pad (scraps) Piping Electrical Conduit Other: " Insert units of measure. C00735C12 CWM-1-1 017419-CWM1 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-2 FORM CWM-2: DEMOLITION WASTE IDENTIFICATION MATERIAL DESCRIPTION EST. QUANTITY EST. VOLUME EST. WEIGHT REMARKS AND ASSUMPTIONS CY (CM) TONS(TONNES) Asphaltic Concrete Paving Concrete Brick CMU Lumber Plywood and OSB Wood Paneling Wood Trim Miscellaneous Metals Structural Steel Rough Hardware Insulation Roofing Doors and Frames Door Hardware Windows Glazing Acoustical Tile Carpet Carpet Pad Demountable Partitions Equipment Cabinets Plumbing Fixtures Piping Piping Supports and Hangers Valves Sprinklers Mechanical Equipment Electrical Conduit Copper Wiring Light Fixtures Lamps Lighting Ballasts Electrical Devices Switchgear and Panelboards Transformers Other: I C00735C12 CWM-2 -1 017419 - CWM-2 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-3 ! C00735C12 CWM-3-1 017419-CWM-3 FORM CWM-3: CONSTRUCTION WASTE REDUCTION WORK PLAN MATERIAL CATEGORY TOTAL EST. GENERATION QUANTITY POINT OF WASTE TONS (TONNES) DISPOSAL METHOD AND QUANTITY EST. AMOUNT EST. AMOUNT EST. AMOUNT HANDLING AND TRANSPORTION SALVAGED RECYCLED DISPOSED TO LANDFILL PROCEDURES TONS TONNES TONS (TONNES) TONS (TONNES) Packaging: Cardboard Packaging: Boxes Packaging: Plastic Sheet or Film Packaging: Polystyrene Packaging: Pallets or Skids Packaging: Crates Packaging: Paint Cans Packaging: Plastic Pails Site -Clearing Waste Masonry or CMU Lumber: Cut -Offs Lumber: Warped Pieces Plywood or OSB (scraps) Wood Forms Wood Waste Chutes Wood Trim (cut-offs) Metals Insulation Roofing Joint Sealant Tubes Gypsum Board (scraps) Carpet and Pad (scraps) Piping Electrical Conduit Other: ! C00735C12 CWM-3-1 017419-CWM-3 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-4 C00735C12 CWM-4-1 017419-CWM-4 FORM CWM-4: DEMOLITION WASTE REDUCTION WORK PLAN MATERIAL CATEGORY TOTAL EST. GENERATION QUANTITY POINT OF WASTE TONS (TONNES) DISPOSAL METHOD AND QUANTITY EST. AMOUNT EST. AMOUNT EST. AMOUNT HANDLING AND TRANSPORTION SALVAGED RECYCLED DISPOSED TO LANDFILL PROCEDURES TONS (TONNES) TONS (TONNES) TONS (TONNES) Asphaltic Concrete Paving Concrete Brick CMU Lumber Plywood and OSB Wood Paneling Wood Trim Miscellaneous Metals Structural Steel Rough Hardware Insulation Roofing Doors and Frames Door Hardware Windows Glazing Acoustical Tile Carpet Carpet Pad Demountable Partitions I Equipment Cabinets Plumbina Fixtures Piping Supports and Hangers Valves Sprinklers Mechanical Equipment Electrical Conduit Copper Wiring Light Fixtures Lamps Lighting Ballasts Electrical Devices Switchgear and Panelboards Transformers Other: C00735C12 CWM-4-1 017419-CWM-4 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-5 Copyright 2010 by The American institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA C00735C12 CWM-5-1 017419 - CWM-5 FORM CWM-5: COSTIREVENUE ANALYSIS OF CONSTRUCTION WASTE REDUCTION WORK PLAN MATERIALS TOTAL QUANTITY OF EST. COST OF MATERIALS DISPOSAL (VOL. OR WEIGHT) (B) A) TOTAL EST, COST OF DISPOSAL (C = A x B) REVENUE FROM SALVAGED MATERIALS (D) REVENUE FROM RECYCLED MATERIALS (E) LANDFILL HANDLING AND TIPPING FEES TRANSPORTATION AVOIDED COSTS AVOIDED (F) (G) NET COST SAVINGS OF WORK PLAN (H= D+E+F+G) Packaging: Cardboard Packaging: Boxes Packaging: Plastic Sheet or Film Packaging: Polystyrene Packaging: Pallets or Skids Packaging: Crates Packaging: Paint Cans Packaging: Plastic Pails Site -Clearing Waste Masonry or CMU Lumber: Cut -Offs Lumber: Warped Pieces Plywood or OSB (scraps) Wood Forms Wood Waste chutes Wood Trim (cut-offs) Metals Insulation Roofing _ Joint Sealant Tubes Gypsum Board (scraps) Carpet and Pad (scraps) Piping Electrical Conduit Other: C00735C12 CWM-5-1 017419 - CWM-5 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-6 C00735C12 CWM-6-1 017419 - CWM-6 FORM CWM-6: COST/REVENUE ANALYSIS OF DEMOLITION WASTE REDUCTION WORK PLAN MATERIALS TOTAL QUANTITY OF MATERIALS (VOL. OR WEIGHT) (A) EST. COST OF TOTAL EST. COST OF DISPOSAL DISPOSAL (B) (C = A x B) REVENUE FROM SALVAGED MATERIALS (D) REVENUE FROM RECYCLED MATERIALS (E) LANDFILL HANDLING AND TIPPING FEES TRANSPORTATION AVOIDED COSTS AVOIDED (F) (G) NET COST SAVINGS OF WORK PLAN (H= D+E+F+G) Asphaltic Concrete Paving Concrete Brick CMU Lumber Plywood and OSB Wood Paneling Wood Trim Miscellaneous Metals Structural Steel Rough Hardware Insulation Roofing Doors and Frames Door Hardware Windows Glazing Acoustical Tile Carpet Carpet Pad Demountable Partitions Equipment Cabinets Plumbing Fixtures Piping Supports and Hangers Valves Sprinklers Mech. Equipment Electrical Conduit Co per Wiring Light Fixtures Lamps Li hting Ballasts Electrical Devices Switchgear and Panelboards C00735C12 CWM-6-1 017419 - CWM-6 cc 'S U O LL J Q N O a c 0 z a z LLJ LU 0 a z Q LLJ H U) Q z O I -- U D H N z O U N ID 2 A CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-7 C00735C12 CWM-6-1 017419 - CWM-6 FORM CWM-7: CONSTRUCTION WASTE REDUCTION PROGRESS REPORT MATERIAL CATEGORY GENERATION POINT TOTAL QUANTITY OF WASTE TONS (TONNES) (A) QUANTITY OF WASTE SALVAGED ACTUAL ESTIMATED TONS (TONNES) TONS (TONNES) (B) QUANTITY OF WASTE RECYCLED ACTUAL ESTIMATED TONS (TONNES) TONS (TONNES) (C) TOTAL QUANTITY OF WASTE RECOVERED TONS (TONNES) (D = B + C) TOTAL QUANTITY OF WASTE RECOVERED % DlAx100 Packaging: Cardboard Packaging: Boxes Packaging: Plastic Sheet or Film Packaging: Polystyrene Packaging: Pallets or Skids Packaging: Crates Packaging: Paint Cans Packaging: Plastic Pails Site -Clearing Waste Masonry or CMU Lumber: Cut -Offs Lumber: Warped Pieces Plywood or OSB (scraps) Wood Forms Wood Waste Chutes Wood Trim (cut-offs) Metals Insulation Roofing Joint Sealant Tubes Gypsum Board (scraps) Carpet and Pad (scraps) Piping Electrical Conduit Other: C00735C12 CWM-6-1 017419 - CWM-6 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FORM CWM-8 C735C12 CWM-8-1 017419 - CWM-8 FORM CWM-8: DEMOLITION WASTE REDUCTION PROGRESS REPORT MATERIAL CATEGORY TOTAL QUANTITY GENERATION OF WASTE POINT TONS (TONNES) (A) QUANTITY OF WASTE SALVAGED ESTIMATED ACTUAL TONS TONS (TONNES) (TONNES) (B) QUANTITY OF WASTE RECYCLED ESTIMATED ACTUAL TONS TONS (TONNES) (TONNES) C) TOTAL QUANTITY OF WASTE RECOVERED TONS (TONNES) (D = B + C) TOTAL QUANTITY OF WASTE RECOVERED /o (D ! A x 100) Asphaltic Concrete Paving Concrete Brick CMU Lumber Plywood and OSB Wood Paneling Wood Trim Miscellaneous Metals Structural Steel Rough Hardware Insulation Roofing Doors and Frames Door Hardware Windows Glazing Acoustical Tile Car et Carpet Pad Demountable Partitions Equipment Cabinets Plumbing Fixtures Piping Supports and Hangers Valves Sprinklers Mechanical Equipment Electrical Conduit Copper Wiring Light Fixtures Lamps Lighting Ballasts Electrical Devices Switchgear and Pane lboar ds Transformers Other: C735C12 CWM-8-1 017419 - CWM-8 SECTION 017700 CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Sections 1. Section 00700: "General Terms and Conditions", for a. Substantial Completion Procedure. b. Final Inspection and Punch List requirements. c. Requirements for final application for Payment. d. Completion/Final Acceptance requirements. e. Retainage. f. General Warranty and Guaranty. 2. Section 013233 "Photographic Documentation" 3. Section 017823: "Operation and Maintenance Data 4. Section 017839 "Project Record Documents" 5. Section 017900 "Demonstration and Training" 6. Divisions 02 through 26 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.03 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.04 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Warranties: Provide where specified in other Sections of this Contract. 017700 - Page 1 of 5 C00735C12 1.05 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.06 SUBSTANTIAL COMPLETION PROCEDURES A. Comply with the requirements of Section 00700 and This Section, B. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. C. Submittals Prior to Substantial Completion: Complete the following a minimum of 14 calendar days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Project Representative. Label with manufacturer's name and model number where applicable. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Project Representative's signature for receipt of submittals. 5. Submit test/adjust/balance records. 6. Submit sustainable design information. 7. Submit changeover information related to occupancy, use, operation, and maintenance. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 14 calendar days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, the Project Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Project Representative will prepare the Certificate of Substantial Completion letter after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Project Representative, that must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 017700 - Page 2 of 5 C00735C12 1.07 FINAL COMPLETION PROCEDURES A. Comply with the requirements of Section 00700 and this Section. B. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to the Payment Procedures requirements. 2. List of Incomplete Items: Submit copy of the Project Representative's Substantial Completion inspection list of items to be completed or corrected. Copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Instruct Metro Transit personnel in operation, adjustment, and maintenance of products, equipment, and systems. C. Inspection: Comply with the requirements of Section 00700 and this Section. Submit a written request for final inspection to determine acceptance. On receipt of request the Project Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.08 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 1.09 SUBMITTAL OF PROJECT WARRANTIES A. Comply with the requirements of Section 00700 and this Section. B. Time of Submittal: Submit written warranties prior to application for final payment. 1. Submit on request of Project Representative for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit rights under warranty. 2. For items delayed beyond date of substantial Completion, provide updated submittal within 10 calendar days of acceptance of delayed item, listing date of acceptance of delayed item as start of warranty period. C. Organize warranty documents into an orderly sequence based on the table of contents of the Contract Documents 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, and thickness as necessary to accommodate contents. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 017700 - Page 3 of 5 C00735C12 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 PRODUCTS 2.01 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, conflict with LEED requirements, or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS -37, or if GS -37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 EXECUTION 3.01 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural 017700 - Page 4 of 5 C00735C12 E weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows, inside and out. Remove glazing compounds and other noticeable, vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. I. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. o. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. p. Leave Project clean and ready for occupancy. 3.02 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned -out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION 017700 017700 - Page 5 of 5 C00735C12 SECTION 017823 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. ' Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. . 5. Systems and equipment maintenance manuals. 1.02 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. Comply with the requirements of Section 00700. 1. Submit two copy of the completed volume containing all operation and maintenance data prior to submittal of a payment request indicating work is complete. Within 30 days, Project Representative will review and return comment on whether content of operations and maintenance submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. An acceptable volume shall be submitted and accepted prior to written request for Contract acceptance. B. Format: Submit operations and maintenance manuals for review and for final acceptance in one or both of the following formats: 1. PDF electronic file. Assemble each manual into a composite electronically indexed file. a. Name each indexed document file in` composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. b. Enable inserted reviewer comments on draft submittals. 2. Review Submittal: a. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Project Representative will return a copy with comments. 3. Final Acceptance Submittal: a. Submit five final revised volumes and five electronically scanned versions within 45 calendar days after final inspection. 4. Manual Final Submittal: Submit each manual in final form prior to commencing demonstration and training. 017823 - Page 1 of 6 C00735C12 PART 2 PRODUCTS 2.01 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS A. Directory: Prepare a single, comprehensive directory of emergency, operation, and maintenance data and materials, listing items and their location to facilitate ready access to desired information. B. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. C. Title Page: Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of the Facility 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Commissioning Authority. 7. Cross-reference to related systems in other operation and maintenance manuals. D. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in the Contract Documents. E. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Provide name and address of manufacturer, nearest representative, and nearest supplier of equipment and parts for each system, subsystem and equipment. 2. Each manufacturer's brochure and manual shall be labeled with the equipment name and equipment number as it appears in the Contract. Modify manufacturers' brochures to identify and describe operation and maintenance procedures only of the systems, subsystems and equipment included and installed as a part of this Contract. Neatly cross out, eliminate, or annotate to exclude extraneous material. 3. Identify the following: a. Significant design criteria including control diagrams with internal and connection wiring indicated, exploded or cut views of equipment if available, and plan and section views with detail or table references. b. Parts list for each component including generic title and identification number. c. Operating instructions including step-by-step procedures for starting, operating and stopping equipment under specified modes of operation. d. Maintenance instructions including lubrication information, recommended steps and schedules for maintenance, disassembly, repair and reassembly instructions for overhaul of equipment. e. Field changes. 017823 - Page 2 of 6 C00735C12 F. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. G. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl -covered, binders, in thickness necessary to accommodate contents, sized to hold 8 -1/2 -by -11 -inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, subject matter of contents -and indicate Specification Section number on bottom of spine Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic equipment. 4. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.02 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. .9. Precautions against improper use. 017823 - Page 3 of 6 C00735C12 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.03 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross- reference Specification Section number and title in the Product Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. 017823 - Page 4 of 6 C00735C12 D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 2.04 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in the Documents. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 017823 - Page 5 of 6 C00735C12 F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. PART 3 EXECUTION 3.01 MANUAL PREPARATION A. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. B. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. C. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. D. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. END OF SECTION 017823 017823 - Page 6 of 6 C00735C12 SECTION 017839 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General Terms and Supplementarl Conditions and other Division 01 Specification Sections, apply to this Section 1.02 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications 3. Record Product Data. B. Related Requirements: 1. Section 00700: "General Terms and Conditions" 2. Section 017823 "Operation and Maintenance Data" 3. Section 012900: "Measurement and Payment". 4. Divisions 02 through 26 Sections for specific requirements for project record documents of the Work in those Sections. 1.03 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Provide the Project Representative, prior to request for final payment, one neatly and legibly marked set of full size record drawings accurately showing the final as built location along with changes made during construction. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one paper copy of each submittal 1. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked -up Product Data as a component of manual. D. Miscellaneous Record Submittals" See other Specification Sections for miscellaneous record-keeping requirements and submittals in connection with various construction activities. Submit annotated PDF electronic files and directories of each submittal. 017839 - Page 1 of 3 C00735C12 PART 2 PRODUCTS 2.01 RECORD DRAWINGS A. Record Prints: Maintain one set of marked -up paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised Drawings as modifications are issued. 1. Description: Record information on the Drawings for the following conditions: a. Actual dimensions, arrangement and materials used when different than shown on the Drawings. b. Changes made by Change Order. c. Changes made by the Contractor. 2. Provide additional drawings or mark on the Drawings for the following: a. Where conflicts exist in the requirements specified in the Contract, comply with the most stringent requirements. Comply with Section 00700. b. Underground utilities including the location of lines and appurtenances. Show the actual size and types of material used. Show locations by facility coordinates or dimension to permanent surface structures. c. Electrical schedules and diagrams as follows: i. Conduit and cable schedules listing actual conduit sizes and routing along with the actual cables carried in each. Information is to be based on field cable pulling records. ii. Electrical power and lighting panel schedules reflecting actual circuit assignments based on field work and functional verification. iii. Electrical schematics and interconnection diagrams for field -wired control circuits, factory -wired equipment that has been field modified and Contractor - designed control systems. The drawings shall be accurate with respect to equipment numbers, connections between devices, cable and terminal numbers, and operational explanations. d. Other drawings as required in the Specifications and Drawings. 3. Tolerances: Minimum requirements for accuracy of underground utilities and appurtenances are as follows. a. Piping and tanks, including all vents, drains, sewer and process lines: i. Horizontal location of center line to plus or minus 0.1 feet. ii. Vertical location as depth of cover to finish grade elevations plus or minus 0.1 feet. b. Conduits and cables at beginning and end of straight runs: i. Horizontal location of center line to plus or minus 0.1 feet. ii. Vertical location as depth of cover to final grade elevations plus or minus 0.5 feet. iii. Show actual conduit arrangement. 4. Embedded Building Conduit and Piping: The actual arrangement and routing of embedded conduit and piping is relative to its location and proportion to other work. The location does not need to be drawn to scale. 5. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked -up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. 017839 - Page 2 of 3 C00735C12 c. Record and check the markup before enclosing concealed installations. 6. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked -up record prints. 7. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 8. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. 2.02 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 2.03 RECORD PRODUCT DATA A. Preparation" Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data Submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to the Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings were applicable. 2.04 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. B. Format: Submit miscellaneous record submittals as directed by the Project Representative. PART 3 EXECUTION 3.01 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. END OF SECTION 017839 017839 - Page 3 of 3 C00735C12 SECTION 017900 DEMONSTRATION AND TRAINING PART 1 GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for instructing maintenance personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training video recordings. 1.02 INFORMATIONAL SUBMITTALS A. Instruction Program: Submit outline of instructional program for demonstration and training, including a list of training modules and a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. 1. Indicate proposed training modules using manufacturer -produced demonstration and training video recordings for systems, equipment, and products in lieu of video recording of live instructional module. 1.03 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements and experienced in operation and maintenance procedures and training. C. Pre -instruction Conference: Conduct conference at Project site to comply with requirements Review methods and procedures related to demonstration and training. 1.04 COORDINATION A. Coordinate instruction schedule around Metro Transit operations. Adjust schedule as required to minimize disrupting operations and to ensure availability of King County personnel. B. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by the Project Representative. 017900 - Page 1 of 4 C00735C12 PART 2 PRODUCTS 2.01 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and for equipment not part of a system, as required by individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following as applicable to the system, equipment, or component: 1. Basis of System Design, Operational Requirements, and Criteria: Include the following: a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function, f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. b. Operations manuals. c. Maintenance manuals. d. Project record documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. i. Operating procedures for emergencies. J. Operating procedures for system, subsystem, or equipment failure. k. Seasonal and weekend operating instructions. I. Required sequences for electric or electronic systems. m. Special operating instructions and procedures. 017900 - Page 2 of 4 C00735C12 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. d. Economy and efficiency adjustments. 6. Troubleshooting: Include the following: a. Diagnostic instructions. b. Test and inspection procedures. 7. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. PART 3 EXECUTION 3.01 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a training manual. 3.02 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and the Project Representative for number of participants, instruction times, and location. B. Engage qualified instructors to train personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Project Representative will furnish an instructor to describe basis of system design, operational requirements, criteria, and regulatory requirements. 2. The Project Representative will furnish Contractor with names and positions of participants. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with the Project Representative with at least seven calendar days' advance notice. 017900 - Page 3 of 4 C00735C12 D. Training Location and Reference Material: Conduct training on-site in the completed and fully operational facility using the actual equipment in-place. Conduct training using final operation and maintenance data submittals. END OF SECTION 017900 - Page 4 of 4 C00735C12 SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. Commissioning is a designed quality -assurance process for achieving, verifying and documenting that the performance of facilities, systems, and assemblies meet the documented objectives and criteria. The design team, Contractor and subcontractors provide the quality control for the design, the installation and startup of the building systems. The commissioning process provides review and quantitative functional testing in order to formally observe and document that the quality control efforts of the Technical Representative are successfully completed. B. Commissioning includes the completion of a formal commissioning process on the equipment and systems within the Commissioning Scope of Work, as specified within Section 019113. Commissioning is performed by the Commissioning Team under the leadership of the Commissioning Authority (CxA). C. Commissioning Standards: The commissioning process shall be in accordance with: 1. All sections of the Contract Documents 2. The Building Commissioning Association's (BCA) "Essential Attributes of Building Commissioning (1999)" 3. ASHRAE Guideline 0-2005 4. LEED NC Version 2.2 EA Prerequisite 1 Fundamental Commissioning of the Building Energy Systems 5. LEED NC Version 2.2 EA Credit 3 Enhanced Commissioning D. Contractors' Responsibility: The Contractor is responsible for completion of the specified commissioning work. The Contractors' responsibilities include: 1. The General Contractor shall provide a Commissioning Coordinator (CC), as defined in Definition of Terms portion of this section of the specifications. The General Contractor's Commissioning Coordinator is responsible for managing the commissioning work specified for the contractor. 2. The Contractor shall be responsible for providing material, equipment, and labor to participate in the specified commissioning process. The Contractor will assure the participation and co-operation of sub -contractors under their jurisdiction, as required to complete the commissioning process 3. The Contractor will support the commissioning process by integrating it into the construction process and schedule. 019113 - Page 1 of 16 C0073SC12 E. Support of Materials, Equipment and Systems Suppliers: Suppliers of major equipment and systems within the Commissioning Scope of Work (specified elsewhere in Section 019113) shall support the commissioning process. Minimum support shall consist of the following: 1. Submit the manufacturer's installation & startup manuals as a part of the initial equipment submittal in accordance with the equipment specifications. 2. Submit the manufacturer's operating and maintenance manuals as a part of the initial equipment submittal in accordance with the equipment specifications. 3. Assist in developing the final functional test procedures as specified in Sections 019113, 230800, and related sections. 4. Provide authorized startup technician to perform functional performance testing as specified in Sections 019113, 230800, and related sections. 1.02 RELATED SECTIONS A. 230800 — MECHANICAL SYSTEMS COMMISSIONING B. 260051 — BASIC MATERIALS AND METHODS ELECTRICAL MINI -SPEC C. All project specifications related to the "Systems Within The Commissioning Scope Of Work" 1.03 SYSTEMS WITHIN THE COMMISSIONING SCOPE OF WORK A. Mechanical as follows: 1. Heating, ventilating and air conditioning (HVAC) systems 2. Domestic water heating systems B. Building Energy Management and Control System C. Electrical Systems as follows: 1. Lighting Controls (interior and exterior) 2. Standby and uninterruptible power 1.04 SUBMITTALS Provide the following submittals in accordance with the general submittal requirements specified elsewhere in Division 1: A. Contractor's Systems Readiness Plans as specified in 230800. B. Start-up procedures as required in the specifications for systems and equipment within the commissioning scope of work. This is required for acceptance of initial equipment submittal. C. Equipment Installation, Operation and Maintenance manuals as required in the specifications for systems and equipment within the commissioning scope of work. This is required for acceptance of initial equipment submittal. D. Contractors' review of Initial FPTs.. 019113 - Page 2 of 16 C00735C12 E. LEED Credit 3 Enhanced Commissioning Systems Manual Components 1. Systems one -line schematics 2. Record sequences of operation, control drawings and original set points 3. Operating instructions for integrated building systems 4. Recommended re -calibration schedule and manufacturers recommended procedures (CxA will provide a matrix to be filled in by the contractor) 5. Date major equipment placed into continuous operation, date of most recent servicing, and manufacturer's recommended dates for next servicing (CxA will provide a matrix to be filled in by the contractor) 1.05 DEFINITION OF TERMS A. Acceptance Criteria: Acceptance of the systems is based on the contractor being able to demonstrate that the systems and their components function in accordance with the commissioning acceptance criteria. 1. Installation and static testing acceptance criteria: The acceptance criteria for installation and static testing are the materials and methods requirements specified in Divisions 23 and 26. 2. Functional testing acceptance criteria: The acceptance criteria for functional performance tests are described within the procedures. The functional performance test procedures include descriptions of system's and component's responses that are to be verified. These are the functional testing acceptance criteria. The functional testing acceptance criteria are based on the project documents and the basis of design. B. The Commissioning Plan is a detailed document prepared and maintained by the CxA that describes the entire commissioning process. C. Contractor's System Readiness Checklist: These checklists are provided by the CxA and include equipment installation and start-up items specified to be performed and verified by the Contractor. These checklists shall be completed by the Contractor and returned to the CxA prior to the final CxA installation verification and functional performance testing process. D. CxA Final Installation Verification Process: This process includes the on-site review of related system components for conformance to the Project Documents. The CxA will conduct this review and verify system readiness for final functional testing procedures upon receipt of the Contractor completed Contractor's System Readiness Checklists. The CxA shall document issues identified during this process and assign them to the appropriate party for resolution. E. Functional Performance Testing Process: Functional Performance Testing verifies that the systems perform in accordance with the project documents, the design intent, and the A/E's basis of design. The process includes the documented testing of the systems under actual and simulated operating conditions. Functional Performance Test (FPT) procedures are detailed instructions that allow experienced system technicians to perform the FPTs with repeatable results. The repeatability of the procedures and results validate the tests. Final performance testing of systems will begin only after the Contractor certifies that systems are 100% complete and ready for functional testing, and the CxA has completed the subsequent installation verification process for the systems to be tested. 019113 - Page 3 of 16 C00735C12 F. Commissioning Issues Log: All issues raised during commissioning shall be logged and tracked until they have been resolved. A commissioning issues log shall be maintained by the CxA. The Issues Log includes the description of all issues discovered as a result of the commissioning process. The list also includes the current issues status, assignment to the responsible party and the date of final resolution as confirmed by the CxA. Items listed may include issues where design, products, execution or performance does not appear to satisfy the Project Contract Documents and/or the design intent. The resolution of issues identified on this list may be the responsibility of the Contractor, design team, or the Project Representative. G. Back -Checking: Back -Checking is the process of verifying that commissioning related issues have been resolved by the responsible party. The back -checking process takes place once the Contractor has provided written notification that an issue or issues in the Commissioning Issues Log have been resolved. H. Performance Period: The performance period is a set length of time designated to demonstrate proper facility operation prior to acceptance. The performance period commences after successful completion of other functional testing. Performance data is typically collected via DDC system trend logging or data logging. Evaluation typically includes zone temperature stability, optimum start/stop, warm-up period and other related functions. As part of this process the contractor will be required to set up and provide trends of control system parameters per the direction of the CxA. Trend logging shall be provided in MS Excel and in a graphical plot format that demonstrates the sequences for each piece of equipment as specified in the FPTs. The performance period trend logs will be specified in the Functional Performance Test Procedures. I. Seasonal or Deferred Testing: This testing is completed during conditions that do not occur during the initial functional testing period; for example during design or seasonal transition temperatures. Seasonal or Deferred FPTs are a limited sub -set of the original tests and are designed to evaluate capacity and systems' interaction. Final Commissioning Report: The Final Commissioning Report contains a summary description of the commissioning process as it occurred, and the final versions of all commissioning documentation. The Final Commissioning Report shall be prepared by the Commissioning Authority. K. Initial Commissioning Coordination Meeting: This meeting is intended to present the Commissioning Plan to the Contractor and is typically scheduled to occur after bid award and prior to installation of commissioned systems. L. The Commissioning Team: Commissioning is performed by the Commissioning Team, which consist of the following: 1. Project Representative, 2. Commissioning Authority, 3. Commissioning Coordinator, 4. Technical Representative, 5. All subcontractors performing work on the equipment and systems within the commissioning scope of work, and 6. All materials and equipment suppliers supplying equipment and systems within the commissioning scope of work. 019113 - Page 4 of 16 C00735C12 The commissioning team is coordinated by the Commissioning Authority. The Commissioning Coordinator is the on-site coordinator of the commissioning process. M. Commissioning Authority (CxA): The CxA is the commissioning consultant and the coordinator of the Commissioning Team on the behalf of the Project Representative. The CxA oversees the commissioning process and advises on commissioning issues, emphasizing the long-term performance and maintainability of the systems included in the commissioning scope of work. The CxA is required to advise on issues involving the design, construction, testing, adjusting and balancing, or other issues that would compromise the ability of the facility to function as designed. The CxA is authorized to recommend the acceptance, modification, or rejection of all materials, procedures, schedules, tests, reports, or other required commissioning submittals. The CxA is not authorized to change existing contract documents, schedules, costs, or scope of work for any of the parties involved. N. Contractor's Commissioning Coordinator (CC): The Contractor shall provide a Commissioning Coordinator. The CxA and the CC comprise a commissioning management team. While the CxA leads the overall commissioning process, the CC is responsible for managing contractors in their day to day performance of the specified commissioning work. The CC is an employee of the Contractor who is regularly and frequently on site. Qualifications for the Commissioning Coordinator include experience and excellent abilities to schedule, coordinate, and manage mechanical and electrical subcontractors. The following tasks are some of the critical items included in the CC's scope of work: 1. Integrating the specified commissioning activities into an overall construction schedule, updating the schedule, and providing two-week look -ahead schedules showing the upcoming commissioning related activities 2. Providing all commissioning submittals 3. Coordinating training, and ensuring that training is provided in accordance with the commissioning specifications 4. Ensuring that subcontractor and supplier review of the CxA provided FPT procedures and forms is completed and submitted in accordance with the specifications. This includes providing written comments regarding issues from, all required FPT participants pertaining to safety, equipment protection and warranty, and appropriateness of the procedure for the systems as provided, and providing written comments, even if no exception is taken, for every FPT. 5. Coordinating development and submittal of specified flushing, cleaning and start-up procedures; and ensuring that these procedures are completed and documentation is submitted. 6. Providing test reports and progress reports in accordance with the commissioning specifications. 7. Managing the Contractor's development and completion of the System Readiness Plan. 8. Reviewing contractor commissioning documents to assure they are complete 9. Coordinating the start-up witnessing by the Project Representative and CxA. 10. Ensuring that subcontractors perform preliminary testing to verify readiness for final FPT demonstrations; submitting documented verification that systems will pass FPTs with acceptable results as documented in the FPTs; and Coordinating the FPT demonstrations to Project Representative and CxA 11. Managing the contractors' participation in the FPT process as specified in the commissioning specifications. 019113 - Page 5 of 16 C00735C12 12. Managing the contractors' participation in resolution of issues identified during commissioning. 13. Coordinating repeat FPTs that fail due to contract deficiencies until acceptable results are achieved, and managing the reimbursement of costs for repeated tests in accordance with the specifications 1.06 CONSTRUCTION PHASE COMMISSIONING PROCESS OVERVIEW A. AFTER THE BID AWARD and acceptance of mechanical and electrical submittals, the Commissioning Authority will conduct a pre -installation commissioning coordination meeting with the Contractor, Project Representative and the Technical Representative . The CxA will present the commissioning plan, discuss commissioning process in detail, and identify specific commissioning related responsibilities. Milestones shall be discussed, including contractor start-up and testing forms, preliminary O&M manuals, training agendas and other approved submittals needed to complete the plan. The final plan will be developed after the CxA receives all submittals from the contractor and design team. B. The Contractor shall provide the Commissioning Submittals. C. Functional performance Test procedures shall be developed by the CxA with input from the Contractor, Project Representative, and Technical Representative as specified in Part 3. D. Commissioning status meetings shall be scheduled to occur during the construction and closeout phase to monitor progress and to help facilitate the commissioning process. Contractor representatives for commissioned systems shall be required to attend these meetings. Meetings will generally be scheduled to occur with scheduled construction or management meetings. E. The CxA shall perform periodic site visits during construction and identify potential issues in a site report. The Contractor shall review these site reports and resolve issues in accordance with the contract documents. F. The Contractor shall prepare the equipment and systems for startup in accordance with the Project Documents, industry standard guidelines, and the guidelines of the equipment and systems manufacturers. Startup shall be performed by the contractors and manufacturer's startup technicians in accordance with the Project Documents, industry standard guidelines, and the guidelines of the equipment and systems manufacturers. The Contractor shall test the systems to verify that they perform in accordance with the Project Documents, including the Commissioning Functional Performance Test Procedures. The CxA may witness equipment start up and testing. The contractor shall notify the CxA in writing at least 10 working days in advance of the start-up and testing dates so that the CxA can schedule attendance. If the CxA is not notified in advance of a scheduled start-up or testing 'activity, the start-up or testing shall be rescheduled and repeated to the satisfaction of the CxA. When scheduled start-up activities are not executed because of lack of preparation or coordination by the Contractor, the Contractor will be subject to back -charges in accordance with the contract documents. 019113 - Page 6 of 16 C00735C12 G. Once the Contractor has provided the CxA with written verification (Contractor's System Readiness Checklists) indicating completion of installation procedures, the Commissioning Authority will conduct a final on-site system readiness review of the specific systems and equipment to be commissioned. Issues noted during this process will be documented by the CxA in the Commissioning Issues List. H. Upon confirmation of system readiness and receipt of the preliminary balancing (TAB) report, functional performance testing shall be scheduled. Functional testing shall not commence until all critical issues identified during the Installation Verification Process are resolved. 1. Issues noted during the functional performance tests will be documented by the CxA. When easily corrected, issues will be resolved at the time of discovery. The appropriate contractor will resolve all other issues at a later time. Issues will be tracked by issue number, responsible party, status and activity date. 'The contractor shall be responsible for reporting, in writing, to the CxA when issues have been resolved so that the CxA can verify the resolution. J. The construction phase commissioning process will be complete when all noted issues have been corrected, proved to be in compliance with the Project Documents or otherwise resolved to the satisfaction of the Project Representative. 1.07 CLOSEOUT PHASE COMMISSIONING PROCESS OVERVIEW A. Closeout contractor responsibilities include completion and submission of the Project Closeout Checklist for commissioned systems. Project closeout requirements and a draft checklist are included in this section. B. Training on related systems and equipment operation and maintenance . shall be scheduled after commissioning is satisfactorily completed, O&M manuals have been accepted and delivered, and systems are verified to be complete and functional. Each Contractor is responsible to provide a topical outline of all subjects to be covered in the training session(s), the expected length of time for the training sessions, and a brief resume listing the qualifications of the proposed training presenters for CxA and Project Representative's review and approval. Training will be coordinated and provided per the approved training plan. The contractor will document the actual training including the dates and times of actual training, actual trainer, actual training with elements of the agenda completed and sign -off of the participants. The CxA shall provide a form for this documentation. C. Upon request, the Contractor is responsible for providing the CxA with copies of all balancing reports, as -built drawings and O&M manuals relevant to the systems commissioned. The CxA will review this material for compliance with Project Documents and will note and report all issues for resolution by the responsible party. D. Upon completion of all commissioning activities the CxA will prepare and submit the Final Commissioning Report detailing the commissioning plan and all commissioning activities. 019113 - Page 7 of 16 C00735C12 1.08 BACK -CHARGING A. The Contractor is responsible for scheduling and coordinating commissioning activities, and for providing systems and equipment that comply with the project acceptance criteria. The Contractor shall reimburse the costs of commissioning activities that must be repeated because of a lack of preparation or coordination by the Contractor. 1. Repeated system readiness verification: The CxA will back -check the specified sample of the Contractor's completed System Readiness Forms. This documentation shall be consistent with the actual condition of the systems. CxA back -checking that documents discrepancies between the Contractor's forms and the actual state of the systems, equipment, or components due to a lack of preparation by the contractor shall be subject to back -charging. 2. Repeated witnessing of FPT demonstrations: As specified in this section, the Contractor demonstrates the functional performance tests after they have verified that performing the FPTs will yield the documented acceptable results. The cost of witnessing demonstrations that do not demonstrate specified acceptance criteria due to a lack of preparation by the contractor shall be subject to back -charging. 3. Repeated back -checking: Issues identified during the commissioning process, including site observations, systems readiness verification and functional testing, will be logged in the commissioning issues log. The Contractor shall submit a brief written statement of when and how each issue has been resolved, • using issues response forms provided by the CxA. If the back -checked issues that have not been resolved as reported the associated cost of the unsuccessful back -check shall be subject to back -charging. PART 2 PRODUCTS 2.01 CONTRACTOR SYSTEMS READINESS CHECKLISTS A. The Contractor shall maintain and complete copies of the Contractor's System Readiness Forms, which will be provided by the CxA. Working drafts will be created based on actual submittal data and contractor reviews. Checklist forms and supporting documents shall be signed by the Contractor and submitted to the CxA upon completion. B. Completion of these items shall not release the Contractor from their responsibility to complete other specified requirements of the Project Contract Documents. 2.02 STARTUP PROCEDURES AND FORMS A. Startup procedures and checklists for equipment within the commissioning scope of work shall be submitted for review as a part of the equipment submittal. Minimum startup procedures are specified in the specifications for systems and equipment within the commissioning scope of work. Procedures shall also include all installation and start-up procedures and checklists that are provided by the equipment or system manufacturer. The accepted startup documentation shall be completed by the Contractor and submitted to the CxA for review and inclusion within the Final Commissioning Report. 019113 - Page 8 of 16 C00735C12 2.03 TEST INSTRUMENTATION A. The equipment used by the contractor for calibration, TAB and preparing the systems for functional testing shall be available for demonstrating functional testing to the Commissioning Authority. B. The•test equipment shall be provided in sufficient quantities to execute functional testing in an expedient fashion. C. The test equipment shall be suitable for testing and calibration with accuracy and tolerances necessary to demonstrate that system performance is in accordance with the basis of design. D. Equipment used for functional testing sensors and gages shall be certified to an accuracy of 10% of the smallest tolerance to be measured. For example, if a temperature gage is required to be +2 degrees F, the calibration device must have a minimum accuracy of +0.2 degrees F. E. Instrumentation used for functional testing system performance must have a minimum repeatability and accuracy of ± 1.0% of the acceptance criteria being measured. For example: if a supply temperature of 50 degrees F is being verified, the repeatability and accuracy of the test instrument must be at least ± 0.5 degrees F. F. The test equipment shall have calibration certification per equipment manufacturer's interval level or within one year if not specified. 2.04 PROJECT CLOSE-OUT CHECKLIST A. The Contractor shall complete and sign the Commissioning Project Closeout Checklist to indicate completion of Contractor's specified responsibilities regarding: arrangements for post -construction testing, spare parts, final O&M manuals, as -built documents, O&M training, performance testing, indoor air quality testing and any other requirements that occur just prior to acceptance of the project. Initial forms are provided in the project specifications; however, working drafts will be created based on actual submittal data and contractor reviews. PART 3 EXECUTION 3.01 DOCUMENTATION A. All checklists, start-up documentation, test forms and other commissioning related documentation required by contract shall be neatly completed and submitted to the CxA in a clear and easily readable condition. B. All required checklists, start-up documentation, test forms and other commissioning related documentation shall be submitted to the CxA in accordance with the commissioning and construction schedule. 019113 - Page 9 of 16 C00735C12 C. When the Contractor is unable to comply with an item as listed on the checklist or form, the Contractor shall immediately notify the CxA in writing as to the reasons for non- compliance. 3.02 COMMISSIONING MEETINGS: A. Commissioning meetings provide an opportunity for direct coordination and prompt resolution of commissioning issues. The CC coordinates chairs and provides notes for these meetings. Participants include the CC, CxA, Project Representative, Technical Representative, the contractor, and key subcontractors and equipment suppliers as needed. Commissioning meetings shall be held in accordance with the following requirements 1. Commissioning meetings shall be held as needed and generally in conjunction with the regular construction meetings until startup and / or functional testing of major equipment begins. The CC, Project Representative, CxA, and all subcontractors listed as members of the Commissioning Team shall attend these meetings. The attendance of other commissioning team members may be required if necessary to efficiently address the meeting's agenda. 2. While startup and functional testing are occurring, commissioning meetings shall be held as needed and generally in conjunction with the regular construction meetings. The CC, CxA, Project Representative, and subcontractors responsible for installing the system(s) shall attend these meetings. The attendance of other commissioning team members may be required if necessary to efficiently address the meeting's agenda. 3. Commissioning Site Observations: The Commissioning Authority will perform periodic site observations. Reports will be submitted to the CxR and the CC. Copies will be simultaneously distributed to the rest of the commissioning team. Issues identified during the site observations will be logged in the master commissioning issues log. 3.03 COMMISSIONING ISSUES LOG A. Issues identified during the commissioning process, including site observations, pre - functional testing verification and functional testing, will be logged in the commissioning issues log. The CxA will maintain the master log. For, each issue, the CxA will make a recommendation regarding who they believe is in the best position to provide the resolution. It is the Contractor's responsibility, however, to manage issue resolution, including the determination of how the issue will be resolved and who will do the work. B. Each issue in the list will be classified with a "status" of either "resolved", "unresolved" or "resolved -unverified". Resolved issues are closed — having either been addressed by the Contractor and verified as corrected by the CxA, or accepted by the Project Representative. Resolved—unverified issues have been reported as resolved by the Contractor, but are not yet verified by the CxA as resolved. Unresolved issues have not been reported as addressed by the Contractor. Updated unresolved issues lists will be distributed to team in MS Excel format. C. When a commissioning issue is resolved the Contractor shall submit the list with a written response describing when and how the issue is resolved. When a commissioning issue is resolved the Contractor shall submit the list with a written 019113 - Page 10 of 16 C00735C12 response describing when and how the issue is resolved. BACK -CHARGING shall apply to issues that have not been resolved as reported. 3.04 PRE -FUNCTIONAL TESTING VERIFICATION A. Contractor's Systems Readiness & Startup Activities: In preparation for the system readiness and startup, the contractor performs work in accordance with the contract bid documents, such as flushing and pressure testing piping systems, TAB, startup and contractor QC testing. The CC coordinates the subcontractors to verify and document that: 1. Piping and duct systems have been cleaned, flushed and tested in accordance with the contract documents 2. Equipment is installed and placed into operation in accordance with the manufacturers' requirements and contract documents. 3. The contractor shall perform equipment start-up per the accepted start-up plan and start-up forms. The contractor shall correct issues as they are discovered and submit the successfully completed start-up documentation to the CxA. 4. Equipment is accessible for maintenance, operation, and testing 5. All necessary instrumentation and flow control devices are provided, and sensors are properly located 6. Equipment startup is performed in accordance with the contract documents, the equipment manufacture's recommendations and good industry practices 7. TAB is provided in accordance with the contract documents. B. CxA Scope of Work: The CxA's scope of work for pertaining to these activities shall consist of the following. The CC shall coordinate with the contractors and suppliers accordingly. The CxA shall receive a minimum of 10 working days advanced notice for any activity to be witnessed: 1. Review the contractor's startup, testing, and TAB plans. Review completed documentation and include them in the final commissioning report. 2. For piping systems, review the contractors' pressure testing and flushing plans for compliance with the specifications. Review completed documentation and include it in the final commissioning report. 3. Witness the TAB contractor's demonstration of 10% of TAB measurements and settings. 4. For startup of major equipment: a. The CxA shall review the Contractor/supplier's startup and test plan b. The CxA shall meet with the startup tech at the time of startup to discuss the startup plan. c. The CxA shall be available via phone to answer questions during the startup period. d. The CxA shall meet with the startup tech at the end of startup period to review and discuss the reports. e. The startup tech shall demonstrate to the CxA any acceptance criteria included in the FPTs. f. Startup reports shall be included in the final commissioning report. 019113 - Page 11 of 16 C00735C12 3.05 SYSTEM READINESS DOCUMENTATION A. The CxA creates System Readiness Forms for the Contractor, which document that the equipment has been provided in accordance with the project requirements and is ready for functional testing. B. The contractor completes and signs the forms and submits them for CxA review. The CC shall review and sign off on all System Readiness Forms prior to submittal to the CxA C. The CxA shall review all System Readiness Forms and supporting documentation from installation and start-up activities. The CxA randomly double-checks the Contractor's forms. D. Acceptable results must be demonstrated for the entire sample. If the actual state of the system, equipment, or component is not consistent with the state documented in readiness form, the readiness forms for all similar systems equipment or components will be double-checked. Whenever the double-checking results are not acceptable, the Contractors shall make corrections and the FPT shall be demonstrated again in accordance with the commissioning specifications. The contractor must have approval from the Project Representative to proceed with testing 3.06 FUNCTIONAL PERFORMANCE TESTS (FPTS) A. Functional performance testing of commissioned systems shall begin after all critical issues discovered during the installation verification process have been corrected. B. The procedure for developing and performing the FPTs shall be as follows. 1. The Contractor shall provide the equipment and commissioning submittals as specified in the project documents. 2. The Commissioning Authority shall draft the FPT procedures. The draft procedures shall be submitted to the Commissioning Team for review. 3. Each contractor and equipment supplier that is specified as an FPT participant in the FPT Summary Tables in Section 230800 shall participate in the development and performance of the associated FPTs. Each FPT participant shall provide written comments on the associated FPT regarding each of the following issues: a. Verify that the procedures can be performed without compromising the safety of the participants. b. Verify that the procedures can be performed without compromising the warranties of equipment, components, and systems. c. Verify that the procedure is appropriate for the equipment, components, and systems as provided d. At the contractor's option, make recommendations to incorporate the FPTs into the contractor's in-house startup and QC testing process. 4. The CxA shall complete the working drafts of the FPTs 5. The Contractors shall provide the personnel, expertise and test equipment to operate and maintain the systems during testing. 6. The Contractor shall test all systems within the commissioning scope of work, using the FPTs until the acceptable results specified in the FPT procedure are verified and documented. If necessary to obtain acceptable results, the Contractor may consult with the CxA to acquire clarification and resolve issues. 019113 - Page 12 of 16 C00735C12 7. The Contractor shall submit documentation that verifies that the acceptable results specified in the FPT procedures have been verified and that they are ready to demonstrate the FPTs with acceptable results. Acceptable documentation consist of completed FPT record forms which document acceptable FPT results, or indication on the Systems Readiness Checklists that the Contractor's pre -functional testing has verified that functional performance testing of the equipment and associated system demonstrates the acceptable results specified in 230800. 8. The contractors shall verify and document acceptable FPTs results for all equipment components and systems. The FPTs may be demonstrated for a sample of the systems that comply with all of the following criteria. This process is referred to in this document as "demonstration sampling." a. There shall be many of the systems with similar components that have identical sequences of operation which are implemented using identical control software programming. b. The components and systems to be included in the Demonstration Samples shall be chosen by the Project Representative at the time of demonstration. c. The sample size shall be in accordance with the Functional Performance Test (FPT) Demonstration Sampling Tables in Sections 230800. d. Acceptable results must be demonstrated for the entire sample. If the FPT results are not acceptable due to a lack of preparation or coordination by the Contractor for any system or component sampled, the FPT shall be demonstrated for all of the systems and components for which it was written. Whenever the demonstrated results are not acceptable, the contractors shall make corrections and the FPT shall be demonstrated again. 9. The CC is responsible for scheduling and coordinating functional testing activities. The Contractor shall demonstrate the functional performance tests after they have verified that performing the FPTs will yield the documented acceptable results. The contractor is subject to back -charging, as specified herein, if acceptable results are not demonstrated because of work that should have been verified during pre - demonstration testing. Acceptable results must be obtained during a single demonstration. No more than two delays of less than 15 minutes each are acceptable for each test. C. In addition to participating in functional tests developed by the CxA, the Contractor shall be required to complete all start-up and testing procedures as specified elsewhere in the Project Contract Documents. 3.07 ISSUE CORRECTION A. Issues entered into the Commissioning Issues Log, shall be resolved by the Contractor in a timely manner. The Contractor shall submit a brief written statement of when and how each issue has been resolved, using issues response forms provided by the CxA. 3.08 PERFORMANCE PERIOD A. Functional performance testing shall include a performance period test plan, which includes measured variables and success criteria based on performance characteristics described in the Project Documents. The CxA will provide the Control System Contractor with a list of required trend log definitions to be implemented as a basis for reviewing performance during this period. 019113 - Page 13 of 16 C00735C12 B. The Contractor will review the performance period test plan and set up the trend log definitions from the CxA. The trending shall be provided by the contractor in both a text and graphic format with related system parameters grouped together for easy comparison. If DDC system resident memory is limited or there are other issues with the trending requirements, the Contractor will notify the CxA and request the CxA redefine the test plan. C. The performance period shall be as specified in the FPTs. If failures are encountered, the performance period shall be aborted. After corrections are made, the performance period shall be re -started at day one. 3.09 SYSTEMS ACCEPTANCE A. Equipment and systems shall not be accepted until all commissioning activities are complete and the performance period standards have been met. 3.10 PROJECT CLOSEOUT A. Post construction contractor responsibilities include completion and submission of the Project Closeout Checklist for each commissioned system to the CxA, to verify completion of contractual obligations. Project closeout requirements, tracking sheet and checklists are included in Schedule A located at the end of this section. B. Training on related systems and equipment operation and maintenance shall only be scheduled to commence after functional testing is satisfactorily completed, O&M manuals have been delivered and approved, and systems are verified to be 100% complete and functional. The Contractor is responsible to provide a topical outline of all subjects to be covered in the training session(s), the expected length of time for the training sessions, and a brief resume listing the qualifications of the proposed training presenters. The CC is responsible for developing the training plan with input from the contractor and directing any video taping efforts. The CC is responsible for coordinating training and to verify execution of the training plan. C. Upon request, the Contractor is responsible for providing the CxA with copies of all balancing reports, as -built drawings and O&M manuals relevant to the systems commissioned. The CxA will review this material for compliance with Project Documents and will note and report all issues for resolution by the responsible party. D. Upon completion of all commissioning activities the CxA will prepare and submit the Final Commissioning Report detailing the commissioning plan and all commissioning activities and recommendation of acceptance. The CC will support this effort by coordinating the contractor provided documentation. 3.11 DEFERRED AND SEASONAL TESTING A. Deferred or Seasonal testing requirements are specified in Section 230800. B. In addition, after system acceptance, a system optimization and set point determination plan will be developed by the Project Representative, design team and CxA. 019113 - Page 14 of 16 C00735C12 C. The Contractor shall provide labor and material for seasonal testing and make corrections to any Contractor related issues discovered. END OF SECTION 019113 019113 - Page 15 of 16 C00735C12 SCHEDULE 1 — A for SECTION 019113 GENERAL CONTRACTOR'S COMMISSIONING CLOSEOUT CHECKLIST INSTRUCTIONS: Contractor's Commissioning Coordinator shall verify completion of all items, sign and return the checklist to the Commissioning Authority as an indication of final completion with all installation criteria as specified in the Project Contract Documents. PROJECT CLOSEOUT CHECKLIST: ❑ Training has been completed in compliance with specifications. ❑ I, O&M Manuals are complete and submitted. ❑ Copies of the final approved System Readiness Report have been provided to the CxA — in paper and electronic format. ❑ Warranties have been provided. ❑ Record drawings have been updated as -built. ❑ Required spares have been submitted and receipt of materials signed. ❑ Contractor considers all specified close-out requirements to be complete. ❑ Provisions/arrangements for End of Warranty Review are set up. ❑ Provisions/arrangements for Seasonal and Deferred Testing are set up. PLEASE NOTE: This checklist is not intended to represent all the requirements of the Project Documents within this section. Completion of the items on this checklist does not release the contractor from their contractual obligation to complete all the work as detailed within the entire specification section. Signed: —Date: Company 019113 - Page 16 of 16 C00735C12 DIVISION 02 EXISTING SITE CONDITIONS DIVISION 07 THERMAL AND MOISTURE PROTECTION DIVISION 21 FIRE PROTECTION SYSTEMS SECTION 022600 HAZARDOUS MATERIALS INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This Section provides information pursuant to 29 CFR 1926.1101, Chapter 296-62-07721 WAC, Chapter 296-155-17606 WAC, and to all other applicable regulations and requirements concerning the reporting of asbestos, lead, polycarbonated biphenols (PCBs), and other hazardous materials in the areas affected,by the work under this Contract. B. Related Sections: 1. Section 013529— Health and Safety. 1.02 REPORT A. King County has determined that the areas to be worked in/materials to be worked on or removed do not appear to contain asbestos, or PCBs. 1. This determination has been made based on the reasonable certainty that, due to the characteristics of the Work Site and the scope of the Project, no asbestos or PCBs -containing materials exist at the site, or, if existing, will be disturbed by the work under this Contract. B. Lead may be present in small quantities at some existing roof penetrations. 1. This determination has been made based on the reasonable certainty that, due to the characteristics of the Work Site and the scope of the Project, small amounts of lead -containing materials may exist at the site, and may be disturbed by the work under this Contract. 2. This suspect material is identified in the Roof Detail Drawings for replacement with 'specified soft metal'. 1.03 CONTRACTOR'S RESPONSIBILITIES A. For Contractor's responsibilities upon detecting suspect materials refer to Section 013529 Health and Safety. 1.04 KING COUNTY'S RESPONSIBILITIES A. Upon notification by the Contractor of the existence of suspect material not identified in this section, the Project Representative will have said material inspected and analyzed for the presence of asbestos, lead, PCBs, or other hazardous substances. B. If the suspect material proves positive for asbestos, lead, PCBs, or other hazardous substances, King County will take the necessary actions for handling the material to 022600-1 C0073SC12 obtain compliance with all applicable regulatory requirements so that the Contractor may then proceed once notified in writing by the Project Representative. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 022600-2 C00736C12 SECTION 024119 SELECTIVE DEMOLITION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. General provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of the building. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. Related Requirements: 1. Section 011000 - Summary 2. Section 013300 - Submittals Procedures 3. Section 013529 - Health and Safety Procedures 4. Section 015000 - Temporary Facilities and Controls 5. Section 017419 - Construction Waste Management and Disposal 6. Section 022600 - Hazardous Materials Information 1.03 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to King County. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.04 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to King County that may be uncovered during demolition remain the property of King County. 1. Carefully salvage in a manner to prevent damage and promptly return to King County. 024119-1 C00735C12 1.05 PREDEMOLITION MEETINGS A. Predemolition Conference: Conduct conference at Project site. 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review structural load limitations of existing structure. 3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 5. Review areas where existing construction is to remain and requires protection. 1.06 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control, and for noise control. Indicate proposed locations and construction of barriers. B. Schedule of Selective Demolition Activities: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure King County's on-site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of King County Metro Transit's continuing occupancy of portions of existing building and partial occupancy of completed Work. C. Predemolition Photographs or Video: Show existing conditions of adjoining construction, including finish surfaces, that might be misconstrued as damage caused by demolition operations. D. Qualification Data: For refrigerant recovery technician. E. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. F. Inventory: Submit a list of items to be removed and salvaged and deliver to King County Project Representative prior to start of demolition. G. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. 1.07 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. 024119-2 C00735C12 B. Landfill Records: Provide in compliance with Division 01 Section "Construction Waste Management and Disposal". 1. Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.08 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. 1.09 FIELD CONDITIONS A. King County Metro Transit may occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so King County Metro Transit's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by King County as far as practical. 1. Before selective demolition, coordinate with King County for items to be removed by King County personnel. C. Notify King County Project Representative of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: Comply with the requirements of section 022600 "Hazardous Materials Information". E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. 1.10 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. 1. Verify presence of existing warranties with King County Project Representative. 2. At the direction of the King County Project Representative, notify warrantor prior to start, and on completion of selective demolition. Obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. 1.11 COORDINATION A. Arrange selective demolition schedule so as not to interfere with Owner's operations. Comply with the requirements of Section 011000 "Summary". 024119-3 C00735C12 PART 2 PRODUCTS 2.01 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1. Comply with the requirements of any Permits and conditions issued for the Work by state, local and federal jurisdictional authorities. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 EXECUTION 3.01 GENERAL A. Notify the Project Representative 48 hours prior to beginning demolition work. 3.02 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review Project Documents of existing construction and Record Documents of other existing conditions and hazardous material information provided by King County. King County does not guarantee that existing conditions are same as those indicated in Project Record Documents. 1. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to King County Project Representative. C. At the direction of the King County Project Representative, Perform or engage professional engineer to perform an engineering survey of condition of building to determine whether removing any element or any planned construction activities might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. 1. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. D. Survey of Existing Conditions: Record existing conditions by use of measured drawings, preconstruction photographs or preconstruction videotapes. 1. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 3.03 PREPARATION A. Refrigerant: Before starting demolition, remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction. 024119-4 C00735C12 3.04 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of the site and building(s). 3. Disconnect, demolish, and remove fire -suppression systems, plumbing, HVAC and other systems, equipment, and components indicated on the Drawings to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material and leave in place. c. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material and leave in place. 3.05 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Section 015000 "Temporary Facilities and Controls." B. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of 024119-6 C00735C12 construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. C. Remove temporary barricades and protections where hazards no longer exist. 3.06 SELECTIVE DEMOLITION, GENERAL A. Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and in compliance with these Contract Documents: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire - suppression devices during flame -cutting operations. 4. Maintain adequate ventilation when using cutting torches. 5. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 6. 8. Remove items and materials and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 7. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 8. Dispose of demolished items and materials promptly. Comply with requirements in Section 017419 "Construction Waste Management and Disposal." 9. Repair to original condition, or replace in kind, property that is damaged. B. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. C. Removed and Salvaged Items: 1. Clean salvaged items. 2. Store items in a secure area until delivery to King County. 3. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Protect items from damage during transport and storage. 024119-6 C00735C12 3. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by King County Project Representative, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.07 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Asphalt or Portland Cement Concrete: Where chipping or milling of existing asphalt or Portland cement concrete is required, perform the work in a manner that contains and exhausts concrete dust to a bag filter or other means of complete containment and capture. 1. Neatly cut and remove materials, and prepare all openings to receive new work. 2. Where removal of partial sections of pavement is required, sawcut the pavement in straight lines and to flat vertical faces. 3. Before proceeding with new work, obtain acceptance from the King County Project Representative that the selective demolition work is in compliance with these Specifications. If not in compliance, redo the work as directed by the Project Representative at no additional cost to King County. B. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." C. Roofing: Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weathertight. See other Sections in these Contract Documents for new roofing requirements. 1. Remove existing roof membrane, flashings, copings, and roof accessories as required by the Work. 2. Remove existing roofing system down to substrate, as required by the Work. 3.08 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and recycle or dispose of them according to Section 017419 "Construction Waste Management and Disposal". B. Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain King County's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Section 015000 "Temporary Facilities and Controls". 024119-7 C00735C12 .C. Burning: Do not burn demolished materials. 3.09 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. END OF SECTION 024119-8 C00735C12 SECTION 072100 THERMAL INSULATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This portion of the specification describes materials and workmanship required for the installation of insulation over the existing metal deck and the existing concrete deck on the CSC Building in relation to the Paint Booth Fan Replacement. B. Section Includes: 1. Foam -plastic board insulation. 2. Cellulosic -fiber board. 3. Vapor retarders. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.04 INFORMATIONAL SUBMITTALS A. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. B. Research/Evaluation Reports: For foam -plastic insulation, from ICC -ES, 1.05 PERFORMANCE REQUIREMENTS A. First Insulation Layer for Metal Decking: 1. Insulation shall be fastened to meet FM 1-90 requirements according to membrane manufacturer's FM listings. Refer to FM Loss Prevention Data Sheet 1-29 for increased fastener requirements at perimeter and corners. B. Cover Board: 2. Cover board insulation shall be fully adhered in a solid mopping of specified hot adhesive, at a rate of 30 lbs. per 100 square feet. All insulation shall be fully bonded to the first layer of insulation. 072100-1 C00735C12 1.06 QUALITY ASSURANCE A. Surface -Burning Characteristics: As determined by testing identical products accord- ing to ASTM E 84.by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1.07 PROJECT CONDITION A. All insulation materials must be approved by the warrantor of primary roof membrane materials. Samples should be provided to the manufacturer and written approval from the warrantor of primary roof membrane materials is required before ordering these materials for the project. B. Insulation boards shall be full size except when cutting is required at roof edges and openings. Boards that are broken, cracked, have been exposed to moisture, or are otherwise damaged shall not be used. C. The proper installation and fit of wood nailers, blocking, and other rough carpentry in appropriate locations shall be verified by the King County Project Representative pri- or to installation of roof insulation. D. Caution shall be exercised with construction traffic to avoid damage to existing or new insulation. Breaking or crushing of insulation is unacceptable and any damaged insulation shall be replaced at the contractor's expense. E. Insulation shall be laid with end joints staggered and all joints tight; however, boards shall not be forced into place. F. No more insulation shall be installed or exposed during any work period than can be covered by all plies of roofing during the same work period. At the end of the work period, temporary edge seals shall be installed to protect the roof insulation. Upon resumption of work, they must be removed. Such seals shall consist of strips of roof- ing felt applied and top coated with specified inter -ply adhesive. G. Insulation surfaces shall be cleared of all debris before roofing is placed. H. All precautions should be made to prevent bitumen drippage during and after appli- cation of insulation and roofing materials. 1.08 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during instal- lation. Proper storage on or off the site shall be the responsibility of the roofing contractor. B. Protect foam -plastic board insulation as follows: 1. Do not expose to sunlight except to necessary extent for period of installation and concealment. 072100-2 C00735C12 2. Protect against ignition at all times. Do not deliver foam -plastic board materials to Project site before installation time. 3. Quickly complete installation and concealment of foam -plastic board insulation in each area of construction. PART 2 PRODUCTS 2.01 INSULATION A. Insulation Types: 1. All Roof Areas: a. First Layer(s): Polyisocyanurate ASTM C1289-14, Type 11, Class I, Grade 2, minimum 20 psi, maximum thickness of 3" per layer. Manufacturers: Subject to compliance with requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: (1) Atlas Roofing Corporation. (2) Dow Chemical Company (The). (3) Rmax, Inc. (4) Approved equal. b. Second Layer: Wood Fiberboard .5", ASTM C208-12, Type II, Grade, 6 -side asphalt saturated. c. Cricketing on Top -Slope Side of New Curbs: '/"-inch/foot, Perlite, ASTM C728-13 or Polyisocyanurate, ASTM C1289-14, Type II, Class I, Grade 2, minimum 20 psi. B. Tapered edge strip: ASTM C728-13, perlite. tapered from 1-5/8 inch to 1/8 inch (on twelve inch dimension), size 12 x 48 inches or as approved by the system warran- tor's representative. C. Cants: ASTM C728-13, perlite, factory fabricated. D. Nailers/Lumber: Southern Pine, yellow pine, douglas fir, spruce, ponderosa pine, larch or Hemlock and shall meet the following minimum grade requirement of con- struction standard (75% #1 and 25% #2); free from warping and visible decay. Lum- ber shall be graded according to the standard grading rules of the Southern Pine In- spection Bureau, the West Coast Lumber Inspection Bureau, or the Western Wood Products Association. E. Metal roof deck: Gage, rib depth, rib configuration - match existing; three span; lapped and stitched joints. F. Polyisocyanurate Insulation Fasteners: 1. Fasteners: a. ES Products Inc. Bristol, RI. b. ITW Buildex Itasca, IL. c. Olympic Manufacturing Group Inc. New Rochelle, NY. d. Simplex Nails Americus, GA e. Powers Rawl, Powers Fastening Inc. New Rochelle, NY f. Construction Fasteners Wyomissing, PA 072100-3 C00735C12 g. Or approved equal G. Adhesive for Bonding Insulation: Type III Hot Asphalt, ASTM D 312. Product with demonstrated capability to bond insulation securely to substrates without damaging insulation and substrates. 2.02 VAPOR RETARDERS A. Polyethylene Vapor Retarders: ASTM D 4397, 6 mils minimum thickness, with maximum permeance rating of 0.13 perm. B. Reinforced -Polyethylene Vapor Retarders: Two outer layers of polyethylene film laminated to an inner reinforcing layer consisting of either nylon cord or polyester scrim and weighing not less than 25 lb/1000 sq. ft. (12 kg/100 sq. m), with maximum permeance rating of 0.0507 perm (2.9 ng/Pa x s x sq. m). C. Fire -Retardant, Reinforced -Polyethylene Vapor Retarders: Two outer layers of polyethylene film laminated to an inner reinforcing layer consisting of either nonwoven grid of nylon cord or polyester scrim and weighing not less than 22 Ib/1000 sq. ft. (10 kg/100 sq. m), with maximum permeance rating of 0.1317 perm and with flame -spread and smoke -developed indexes of not more than 5 and 60, respectively, per ASTM E 84. D. Vapor -Retarder Tape: Pressure -sensitive tape of type recommended by vapor - retarder manufacturer for sealing joints and penetrations in vapor retarder. E. Vapor -Retarder Fasteners: Pancake -head, self -tapping steel drill screws; with fender washers. F. Single -Component Nonsag Urethane Sealant: ASTM C 920, Type I, Grade NS, Class 25, Use NT related to exposure, and Use O related to vapor -barrier -related substrates. G. Adhesive for Vapor Retarders: Product recommended by vapor -retarder manufacturer and has demonstrated capability to bond vapor retarders securely to substrates indicated. 2.03 INSULATION FASTENERS A. Adhesively Attached, Spindle -Type Anchors: Plate welded to projecting spindle; capable of holding insulation of specified thickness securely in position indicated with self-locking washer in place. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. AGM Industries, Inc.; Series T TACTOO Insul-Hangers. b. Gemco; Spindle Type. c. Approved equal. 2. Plate: Perforated, galvanized carbon -steel sheet, 0.030 inch thick by 2 inches square. 3. Spindle: Copper -coated, low -carbon steel; fully annealed; 0.105 inch in diameter; length to suit depth of insulation indicated. 072100-4 C00735C12 B. Adhesively Attached, Angle -Shaped, Spindle -Type Anchors: Angle welded to projecting spindle; capable of holding insulation of specified thickness securely in position indicated with self-locking washer in place. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Gemco; 90 -Degree Insulation Hangers. b. Approved equal. 2. Angle: Formed from 0.030 -inch- thick, perforated, galvanized carbon -steel sheet with each leg 2 inches (50 mm) square. 3. Spindle: Copper -coated, low -carbon steel; fully annealed; 0.105 inch in diameter; length to suit depth of insulation indicated. C. Insulation -Retaining Washers: Self-locking washers formed from 0.016 -inch- thick galvanized -steel sheet, with beveled edge for increased stiffness, sized as required to hold insulation securely in place, but not less than 1-1/2 inches square or in diameter. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. AGM Industries, Inc.; RC150 SC150. b. Gemco; Dome -Cap R-150 S-150. c. Approved equal. 2. Protect ends with capped self-locking washers incorporating a spring steel insert to ensure permanent retention of cap in the following locations: a. Where indicated. D. Anchor Adhesive: Product with demonstrated capability to bond insulation anchors securely to substrates indicated without damaging insulation, fasteners, and substrates. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. AGM Industries, Inc.; TACTOO Adhesive. b. Gemco; Tuff Bond Hanger Adhesive. c. Approved equal. PART 3 EXECUTION 3.01 PREPARATION A. Clean substrates of substances that are harmful to insulation or vapor retarders, including removing projections capable of puncturing vapor retarders, or that interfere with insulation attachment. B. Prior to installing insulation, deck must be inspected and accepted by the roofing contractor and roofing system warrantor. All deficiencies must be corrected prior to start of work. C. The roofing contractor shall perform all other work of preparing the deck. When insulation is applied, the deck shall be dry and free of dew, frost, ice, and snow. 072100-5 C00735C12 3.02 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications indicated. B. Extend insulation to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. C. Provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. 3.03 INSTALLATION OF INSULATION FOR FRAMED CONSTRUCTION A. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. B. Foam -Plastic Board Insulation: Seal joints between units by applying adhesive, mastic, or sealant to edges of each unit to form a tight seal as units are shoved into place. Fill voids in completed installation with adhesive, mastic, or sealant as recommended by insulation manufacturer. C. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions. 3.04 INSTALLATION OF VAPOR RETARDERS A. Place vapor retarders on side of construction indicated on Drawings. Extend vapor retarders to extremities of areas to protect from vapor transmission. Secure vapor retarders in place with adhesives or other anchorage system as indicated. Extend vapor retarders to cover miscellaneous voids in insulated substrates, including those filled with loose -fiber insulation. B. Seal vertical joints in vapor retarders over framing by lapping no fewer than two studs. 1. Fasten vapor retarders to wood framing at top, end, and bottom edges; at perimeter of wall openings; and at lap joints. Space fasteners 16 inches o.c. 2. Before installing vapor retarders, apply urethane sealant to flanges of metal framing including runner tracks, metal studs, and framing around door and window openings. Seal overlapping joints in vapor retarders with vapor -retarder tape according to vapor -retarder manufacturer's written instructions. Seal butt joints with vapor -retarder tape. Locate all joints over framing members or other solid substrates. 3. Firmly attach vapor retarders to metal framing and solid substrates with vapor - retarder fasteners as recommended by vapor -retarder manufacturer. 072100-6 C00736C12 C. Seal joints caused by pipes, conduits, electrical boxes, and similar items penetrating vapor retarders with vapor -retarder tape to create an airtight seal between penetrating objects and vapor retarders. D. Repair tears or punctures in vapor retarders immediately before concealment by other work. Cover with vapor -retarder tape or another layer of vapor retarders. 3.05 NEW EQUIPMENT CURB CRICKETING A. Insulation used for 1/2" —inch/foot sloped cricketing shall be installed on the top side of all curbed projections to eliminate standing water behind curbs. B. Cricketing shall be installed in a manner that adequately and successfully directs water to the existing drain locations. Ponding water will not be accepted. 3.06 TAPERED EDGE INSTALLATION A. Tapered edge strips shall be installed per manufacturer's recommendations and within NRCA guidelines. B. Tapered edge strips are to be installed around all drains to form a continuous 48 -inch square sump. 3.07 CANTS A. Cant strips shall be installed at all 90 -degree angles where the horizontal installation of insulation meets the vertical sides of roof penetrations and walls. Cants must be installed prior to application of membrane and flashings. 3.08 PROTECTION A. Protect installed insulation and vapor retarders from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 072100-7 C00735C12 SECTION 075200 MODIFIED BITUMINOUS ROOFING SYSTEM PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This section includes modified bituminous membrane roofing in conjunction with the Paint Booth Fan Replacement and as needed to match the existing roof system and maintain the existing manufacturer's roof warranty. The roof application consists of a hot asphalt applied modified bitumen built-up roofing membrane assembly with a gravel weathering surface set in rubber modified asphalt. B. Related Sections: 1. Section 072100 —Thermal Insulation 2. Section 076200 — Sheet Metal Flashing and Trim 1.03 QUALITY ASSURANCE A. General: 1. Obtain primary roofing materials from a single manufacturer. Provide secondary materials as recommended by manufacturer of primary materials. 2. Roofing materials, installation methods and workmanship shall be in strict accordance with the material manufacturer's recommendations, the latest NRCA roofing manual, SMACNA manual, Factory Mutual, Underwriters Laboratory and ASTM standards. Where these are in conflict, the most stringent shall apply. Where the requirements of the Specifications and Drawings exceed those of the manufacturer, the Specifications and Drawings shall take precedence unless said requirements will void the Manufacturer's Certificate of Warranty. Ensure that all conflicts are resolved before proceeding. 3. No roofing work shall be done in rainy or foggy weather or when there is 30% or greater chance of precipitation or other conditions may adversely affect the desired results. Installation of the roofing system shall not begin until all moisture has been totally dried from the roofing area. B. Qualification of Installers: Installation of roofing system shall be performed by a single Contractor or Roofing contractor with at least 3 years experience and has complete familiarity with the roof system specified and the Roofing Manufacturer's recommended methods of installation. The Contractor or the Contractor's roofing subcontractor shall be certified by the Roofing manufacturer to install the roofing system specified and has installed at least three similar roofing systems for that manufacturer within the last 3 years. 075200-1 C00735C12 C. Roofing manufacturer/supplier must be: 1. Manufacturer of existing roof system or manufacturer that would assume the remaining 13 years of the existing 20 year labor and material warranty and that would meet product requirements as described in this section. 2. Be an Associate Member in good standing with National Roofing Contractor's Association (NRCA). 3. An ISO 9001:2008 compliant and registered as to their quality system. D. Material manufacturer/supplier must supply a field representative to perform periodic inspections throughout the course of the Contract to ensure that the roofing system is installed in accordance with manufacturer installation procedures as needed to meet warranty requirements. See also 1.08.A Field Quality Control. E. Any deficiencies noted during inspections must be corrected by the Contractor and approved by the material manufacturer/supplier's field representative and the King County Project Representative. See 1.06.A. F. Material Samples: During the course of the work, the King County Project Representative shall be allowed to secure samples of the materials being used from the containers on the job site and submit them to an independent testing laboratory for comparison. All non -approved material installed or stored shall be removed from the construction site until it has been tested. Installed materials that do not conform to the Contract shall be removed by the Contractor at no additional cost to King County. G. If test results prove that a material is not functionally equal to specified material: 1. Contractor shall pay for all testing. 2. Installed, non -approved materials must be removed by the contractor at no additional cost to King County. 3. Remaining work shall be completed with specified materials. 1.04 REGULATORY REQUIRMENTS A. Construction shall be in accordance with the International Building Code Chapter 15, current edition and any state or local amendments. 1.05 PERFORMANCE REQUIREMENTS A. FM Approvals Listing: Install roof membrane, base flashings, and component materials system in accordance with Factory Mutual guidelines. 1. System shall have performance approval as follows. a. Fire/Windstorm Classification: Class 1A-90 b. Hail Resistance Rating: SH c. Wind Uplift Resistance: ANSI/FM Approvals 4474. See Roof System Assembly. B. System shall have UL -listing as Class A Roofing System. 075200-2 C00735C12 C. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by membrane roofing manufacturer based on testing and field experience. D. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. 1.06 PRE -ROOFING CONFERENCE A. A pre -roofing conference shall be held at the project site in advance of the time scheduled for roofing work. The purpose of this conference is to review requirements for the work and conditions that could possibly interfere with successful performance of the work. This conference shall review existing conditions and deck surfaces, roof insulation, roofing, flashing, and any other items related to the roof system. Every party who is concerned with the work, or required to coordinate with it or to protect it thereafter, should attend this conference, including the King County Project Representative, the existing roofing system warrantor, the Contractor, and the Contractor's roofing subcontractor (if applicable) A record of all decisions and agreements made at this meeting, as well as a list of attendees shall be recorded for the job record. The King County Project Representative is responsible for this documentation and shall initiate and chair this meeting. 1.07 SUBMITTALS A. The Contractor shall provide the following submittals in accordance with Section 013300: 1. Accredited independent testing laboratory certificate verifying physical ' performance attributes of the roof system assembly match the specified roof system assembly requirements. 2. Manufacturer's technical product data, installation instructions and recommendations for each type of roofing product required. Include data substantiating that materials comply with specified requirements. Include certification that materials are "asbestos free". 3. Provide independent laboratory testing showing that materials provided conform to all requirements specified herein, and are chemically and physically ' compatible with each other and are suitable for inclusion within the total roof system specified herein. 4. Sample of the Manufacturer's Certificate of Warranty complying with provisions of this section. 5. Statement of Certification of the Contractor or Contractor's roofing subcontractor by manufacturer. 6. Shop drawings showing layout of perimeter cricketing, details of construction and identification of materials. 7. Letter from material supplier signed by a corporate officer, on company stationary, confirming that all bidding documents have been approved, that the site has been inspected and meets the requirements for suitability, and that the specified warranty shall be provided upon satisfactory completion of the project. 075200-3 C00735C12 1.08 FIELD QUALITY CONTROL A. Manufacturer's Responsibilities: Manufacturer's field representative shall be available within 24 hours -notice during the entire course of the roofing work for site inspection and consultation. B. Contractor's Responsibilities: 1. Keep King County Project Representative and manufacturer's field representative informed of project schedule and status. 2. Keep a written diary of visits to the job site by representatives of the roofing materials manufacturer. Date, time and pertinent comments shall be recorded in the diary. Submit a copy to the King County Project Representative each week per the requirements of this Section. 3. A thermometer shall be installed and working on the asphalt kettle; a second thermometer shall be available on the kettle discharge at the roof to ensure that all manufacturer's temperature requirements are within required tolerances. 4. Cut roof cores if directed by the King County Project Representative to determine quality of new roof membrane and replace and patch cores to a watertight condition. In addition an infrared survey of the completed membrane may be performed by the King County Project Representative or roof infrared survey contractor hired by the King County Project Representative prior to final acceptance. When the roof cores or the infrared survey disclose material deficiency or wetness, deficiencies shall be corrected in accordance with manufacturer's instructions and specifications. 1.09 FIRE AND SMOKE PROTECTION A. Kettles shall be located so as to prevent damage to buildings or other property. They shall not be positioned on roof decks. Mops shall be spun at the end of work periods to separate the strands, and shall be stored in that condition to prevent spontaneous combustion. Fire extinguishers shall be provided near kettles for immediate use. Follow the terms and conditions of the approved permit. 1.10 SAFETY PRECAUTIONS A. Comply with the requirements of Section 013529 Health and Safety, with strict adherence to the applicable state and federal safety rules and the approved, submitted project -specific Accident Prevention Program and Health and Safety Plan. 1.11 PRODUCT DELIVERY, STORAGE, AND HANDLING A. The Contractor, upon receiving materials from the manufacturer at his shop, shall store said materials either in a heated building or in a warehouse or similar type structure at ambient temperature and humidity. Conditions should be.such that the moisture content of felts at time of use does not exceed the equilibrium moisture content (EMC) at 75% RH. B. Materials shall be delivered to the site in an undamaged and dry condition and stored in the staging areas as shown on the Contract drawings or on the roof as approved by the King County Project Representative. Material received that is not dry or is otherwise damaged shall be rejected. 075200-4 C00735C12 C. Storage under polyethylene or similar non -breathing film stock shall not be permitted. Rolls of flashing and felts shall be stacked on their ends and never in contact with the ground. Bituminous emulsions shall be stored at temperatures above freezing. D. Proper storage on or off the site shall be the responsibility of the Contractor. E. Any unused roofing remaining on the roof at the end of the workday shall be returned to storage. F. Do not place or store roofing aggregate in piles on the roof. Roofing aggregate shall be conveyed to the roof surface and immediately embedded into the new weathering surface adhesive. 1.12 ROOFING WARRANTY A. The existing labor and material manufacturer's warranty must be maintained for the remaining 13 years of said warranty. B. Warranty shall cover both labor and materials to replace work due to poor workmanship or sub -standard materials. PART 2 — PRODUCTS 2.01 GENERAL A. Comply with the requirements of these documents and the Manufacturer's requirements for maintenance of the existing Warranty. Use existing roofing system as Basis of Design to maintain Warranty from existing manufacturer (Viridian). B. All components shall be products compatible with roof system and certified by the roofing material manufacturer as a single -source warranty roof system. All materials shall be certified as "asbestos free". 2.02 ROOF SYSTEM ASSEMBLY A. Roof System Description: Hot asphalt applied multiple layer modified bitumen roof assembly system with an aggregate gravel surfacing set in a flood coat of rubber modified hot asphalt. 075200-5 C00735C 12 B. Roof System Physical Features Test Fire Resistance Minimum No. of Reinforcing Plies Maximum No. of Reinforcing Plies Hail Resistance (Material must be weathered for 1000 hrs. in a fluorescent ultraviolet condensation type weathering apparatus before testing for hail resistance.) Wind Uplift Resistance Waterproofing Integrity (Water Leakage Test) Resistance to Foot Traffic System Testing for Asbestos Content,% Zero 2.03 ROOFING SYSTEM MATERIALS A. Sheet Materials Typical Value Test Method Pass, Class "A" UL 790/ASTM E108 Four ASTM D 2829 Four ASTM D 2829 Pass — Severe hail resistance FM 4470 Steel Deck = 1-150 psf FM 4470 No sign of water leakage during FM 4470 7 -day period or during or after the pressure cycles No sign of tearing or cracking FM 4470 EPA/600/R-931116 1. Base Sheet: SBS -Modified Asphalt Roofing Sheet ASTM D 6162, Grade S, Type II,- SBS -modified asphalt sheet (reinforced with a combination of polyester fabric and glass fibers); smooth surfaced; suitable for application method specified. Basis of Design: Pika Ply Hi -Tec 60 Type II by Viridian Systems Inc. 2. Ply Sheets: Glass -Fiber Base -Ply Sheet, ASTM D 2178, Type IV, asphalt - impregnated, glass -fiber felt. Basis of Design: HK Glass Ply, Type IV by Viridian Systems Inc. 3. Base Flashing Sheet: See base sheet paragraph above. The material description for Base Flashing Sheets shall be identical to the Base Sheets. 4. Flashing Top Sheets: Basis of Design, Pika Ply Hi -Tec Granule by Viridian Systems, Inc., or approved equal. B. Adhesives: 1. Inter -Ply Adhesive: Basis of Design: BUR Plus 102 by Viridian Systems Inc., or approved equal. C. Flood Coat/Gravel Surfacing Adhesive: 1. Basis of Design: Basis of Design: by Viridian Systems Inc., or approved equal. D. Related Roofing System Materials 1. Asphalt Primer: Basis of Design: by Viridian Systems Inc., or approved equal. 2. Asphaltic Mastic: Basis of Design: by Viridian Systems Inc., or approved equal. 3. Reinforcing Mesh: Basis of Design: by Viridian Systems Inc., or approved equal. 4. Elastomeric Sealant: Basis of Design: by Viridian Systems Inc., or approved equal. 075200-6 C00735C12 E. Roofing Gravel Ballast: ASTM D1863-83, Clean, washed roof gravel, or approved equal. Do not use: Joplin chats, scoria, limestone, volcanic rock, crushed oyster and clam shells, crushed brick tile, or cinders. Samples of gravel are to be submitted to manufacturer's representative and owner's King County Project Representative for approval prior to application. F. Miscellaneous Materials: 1. Walk -Way Pads: Bituminous, as recommended by the membrane manufacturer, minimum 3/4 -inch thick. 2.04 AUXILIARY ROOFING MEMBRANE MATERIALS A. General: Auxiliary materials recommended by roofing manufacturer for intended use and compatible with roofing membrane. 1. Liquid -type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. 2. Adhesives and sealants that are not on the exterior side of weather barrier shall comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): a. Plastic Foam Adhesives: 50 g/L. b. Multipurpose Construction Adhesives: 70 g/L. c. Fiberglass Adhesives: 80 g/L. d. Contact Adhesives: 80 g/L. e. Other Adhesives: 250 g/L. f. Non -membrane Roof Sealants: 300 g/L. g. Sealant Primers for Nonporous Substrates: 250 g/L. h. Sealant Primers for Porous Substrates: 775 g/L. B. Asphalt Primer: Meet or exceed ASTM D 41. C. Asphalt Roofing Cement: ASTM D 4586, asbestos free. Mastic Sealant: Polyisobutylene, plain or modified bitumen; non -hardening, non -migrating, non -skinning, and nondrying. D. Fasteners: Factory -coated steel fasteners and metal or plastic plates complying with corrosion -resistance provisions in FM Approvals 4470, designed for fastening roofing membrane components to substrate; tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer. E. White Reflective Aggregate Surfacing: 3/8" aggregate surfacing conforming to the reflectivity and emissivity Performance Requirements of this Section. F. Miscellaneous Accessories: Provide those recommended by roofing system manufacturer. G. Insulation Cant Strips: ASTM C 728, perlite insulation board. 075200-7 C00735C12 H. Metal Flashing Sheet: As specified in Section 076200 "Sheet Metal Flashing and Trim." I. Miscellaneous Accessories: Provide those recommended by roofing system manufacturer. J. Roof Insulation: As specified in Section 072100 "Thermal Insulation". PART 3 - EXECUTION 3.01 PREPARATION A. Field Measurements: 1. The Contractor shall have sole responsibility for the accuracy of measurements, and for estimate of material quantities required and necessary to satisfy the requirements of these Documents. B. Protection: 1. Applicators shall be responsible for protection of property during course of work. This includes daily clean-up of roofing materials "tracked" onto adjacent surfaces. C. Adjoining Roof Surface: 1. Applicator shall carefully spud gravel from adjoining roof area to receive new roofing. 2. New roofing shall tie onto existing roof a minimum of 4'. 3. After spudding gravel, the exposed membrane shall be cleaned and primed prior too application of new roof membrane. 3.02 INSULATION A. Comply with the requirements of Section 072100 Thermal Insulation. 3.03 MEMBRANE A. Base Sheet Installation: 1. The base sheet must be installed per manufacturer's recommendation and within NRCA guidelines. 2. One ply of base sheet shall be embedded into fluid, continuous applications of hot adhesive. Begin at the starting/low point of the roof and run to the ridge or high point of roof. 3. The asphalt shall be heated in accordance with the Equiviscous Temperature (EVT) concept and applied within the labeled EVT temperature range (EVT ± 25°F [± 14°C]). Asphalt adhesive application shall result in approximately 25 pounds of asphalt (± 25% on a total job average basis) per 100 square feet. B. Ply Sheet Installation: 1. The ply sheets shall be installed per manufacturer's recommendation and within NRCA guidelines. 075200-8 C00735C12 2. Three plies of ply sheet shall be embedded into fluid, continuous applications of hot adhesive. The starter sheets and plies shall begin at the starting/low point of the roof and run parallel to the ridge or high point of roof. 3. Starter sheets shall be installed to maintain a minimum 2" side lap and there shall be a minimum of three plies at all locations. Starter strips shall be installed according to NRCA guidelines. 4. The asphalt shall be heated in accordance with the Equiviscous Temperature (EVT) concept and applied within the labeled EVT temperature range (EVT ± 25°F [± 140C]). Asphalt application shall result in approximately 25 pounds of asphalt (± 25% on a total job average basis) per 100 square feet between each ply. C. Membrane installation further requirements: 1. Place ply sheets to ensure water will flow over or parallel to, but never against, exposed edges. 2. Ply should never touch ply even at roof edges, laps, tapered edge strips, and cants. 3. Apply hot melt adhesive no more than ten feet ahead of each roll being embedded. 4. Avoid excessive application of asphalt adhesive over top ply, leave top ply exposed with minimal asphalt at ply lines. 5. Light brooming is required to aid adhesion of ply sheets, base sheets, and/or cap sheets. 6. Avoid walking on the new membrane during application and brooming and avoid traffic on the newly installed membrane assembly until approval has been given by the King County Project Representative and/or manufacturer's field representative. 7. Overlap previous day's work 24 inches. 8. Lap ply sheet ends six inches. Stagger end laps twelve inches minimum. 9. Fit plies into roof drain rims, install metal flashing and finishing plies, secure clamping collars, and install domes. 10. Cut out fishmouths/side laps that are not completely sealed. Replace all sheets that are not fully and continuously bonded. 11. Roof is to be inspected and approved by representative from roof system warrantor before application of surfacing. D. Walk Pad Installation: 1. Install new walk pads according to the walk pad location plan included in these documents and as directed by the manufacturer's field representative and the King County Project Representative. Walk pads shall be installed in the surfacing adhesive prior to application of the aggregate surfacing. E. Surfacing Installation: 1. Apply rubberized asphalt floodcoat at a rate of 7 gallons per 100 sq. ft. Immediately broadcast specified aggregate into hot adhesive at a rate sufficient to completely cover the adhesive. 3.04 DAILY WATERSTOP/TIE-INS A. Install "deadman" insulation filler at insulation staggers. 075200-9 C00735C12 B. Extend roofing plies at least twelve inches onto prepared area of adjacent roofing. Embed plies into Specified Interply Adhesive. Strip edges with twelve -inch wide ply sheet embedded completely in alternate uniform courses of Specified Interply Adhesive. C. At beginning of next day's work, remove temporary connection by cutting felts evenly along edge of existing roof system. Remove "deadman" insulation fillers. 3.05 ADJUSTING AND CLEANING A. Repair of Deficiencies: Installations or details noted as deficient during inspections must be repaired and corrected by applicator, and made ready for re -inspection within five working days. B. Clean up: Immediately upon job completion, roof membrane and flashing surfaces shall be cleaned of debris. 3.06 ROOF TRAFFIC C. After work on roof is started, no traffic will be permitted on the roof other than that necessary for the roofing application and inspection. Materials shall not be piled on the roof to the extent that design live loads are exceeded. Roofing materials shall not be transported over unfinished or finished roofing or existing roofs unless adequate protection is provided. D. Any damage to existing roofs shall be repaired as directed by King County Project Representative at no expense to King County. 3.07 PROTECTION AGAINST SOILAGE A. Surface of walls, walks, pavements, adjacent property, etc., shall be protected as necessary to prevent soiling or other damage resulting from the application of roofing or transporting of materials. If surfaces are stained or damaged in any way, they shall be restored by this contractor, at no cost to King County, in a manner acceptable to the King County Project Representative. B. Felt envelopes shall be installed where required to prevent bitumen drippage. Refer to NRCA manual for felt enveloping techniques. 3.08 WORK SEQUENCE A. Once work is started on a roof or section, it shall continue without undue delay until that section is completed before starting another. The installation of flashings shall immediately follow application of the roofing. 3.09 FINAL INSPECTION A. Upon completion of the installation, an inspection shall be made by the King County Project Representative and the Manufacturer's field representative to ascertain that the roofing system has been installed according to the roofing system warrantor's 075200-10 C00735C12 published specifications and details. The warranty will be issued upon approval of the installation and payment for all materials and fees. END OF SECTION 075200-11 C00735C12 SECTION 076200 SHEET METAL FLASHING AND TRIM PART 1 -GENERAL 1.01 SUMMARY A. Section includes formed sheet metal fabrications and equipment support flashing. B. Work shall be in accordance with Architectural Sheet Metal Manual, latest edition, as issued by Sheet Metal and Air Conditioning Contractors' National Association, Inc., (SMACNA). C. Related Sections: 1. Section 072100 —Thermal Insulation 2. Section 075200 — Modified Bituminous Roofing System 1.02 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies as indicated shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Fabricate and install roof edge flashing and copings capable of resisting the following forces according to recommendations in FMG Loss Prevention Data Sheet 1-49: C. Wind Zone 3: For velocity pressures of 46 to 104 Ibf/sq. ft.: 208-Ibf/sq. ft. perimeter uplift force, 312-Ibf/sq. ft. corner uplift force, and 104-Ibf/sq. ft. outward force. D. Manufactured Coping: 1. Coping system shall be tested by an independent third party per ANSI/SPRI ES - 1 design test requirements. 2. Coping system shall be tested in accordance with Factory Mutual Global "Approval Standard for Roof Perimeter Flashing Class Number 4435". 3. Attachment of the perimeter wood blocking shall be installed in accordance with Factory Mutual Global "Property Loss Data Sheets 1-49". 4. Provide documentation verifying that the sum of postconsumer recycle content plus 1/2 of the pre -consumer content constitutes at least 20%, based on cost, of the total value of the manufactured coping materials in the project. E. Thermal Movements: Provide sheet metal flashing, trim, and manufactured coping systems that allow for thermal movements from ambient and surface temperature changes. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. 076200-1 C00735C12 1.03 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Samples for Initial Selection: For each type of sheet metal flashing, trim, and accessory indicated with factory -applied color finishes involving color selection. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Sheet Metal Flashing: 12 inches long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Copings: Made from 12 inch lengths of full-size components including fasteners, cover joints, accessories, and attachments. 3. Trim, Metal Closures, Expansion Joints, Joint Intersections, and Miscellaneous Fabrications: 12 inches long and in required profile. Include fasteners and other exposed accessories. 4. Accessories and Miscellaneous Materials: Full-size Sample. D. Shop Drawings: For manufactured coping system. 1. Include plans, elevations, expansion -joint locations, keyed details, and attachments to other work. Distinguish between plant- and field -assembled work. Include the following: a. Details for expansion and contraction; locations of expansion joints, including direction of expansion and contraction. b. Pattern of seams and layout of fasteners, cleats, clips, and other attachments. c. Details of termination points and assemblies, including fixed points. d. Details of special conditions. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified fabricator. B. Manufactured Copings: 1. Product Test Reports: Provide Test Results for Design Pressures indicated in Performance Requirements. a. Design Pressures: Provide documentation confirming that the product and installation methods conform to the requirements for the specified wind loads in accordance with Chapter 16, Figure 1609 of the International Building Code and tested for resistance in accordance with ANSI/ SPRI ES -1. C. Warranty: Sample of special warranty. 1.05 CLOSEOUT SUBMITTALS A. Maintenance Data: For sheet metal flashing, trim, and accessories to include in maintenance manuals. 076200-2 C00735C12 1.06 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. All materials described herein shall be furnished and installed by the roofing contractor unless specifically noted otherwise. B. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to the extent necessary for the period of sheet metal flashing and trim installation. 1.08 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration. 1. Coping Warranty: Shall be included as part of the 20 year roof system warranty as provided by the roof system manufacturer. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 -PRODUCTS 2.01 SHEET METALS A. Stainless Steel Sheet: ASTM A240 or ASTM A666, Type 304, dead soft, fully annealed. 1. Finish: 2D dull, cold rolled. 2. Surface: Smooth, flat. 3. Thickness: 0.019 inch. B. Plumbing vents/soldered lead boots: 1. Prefabricated plumbing vent flashings, 4 Ib lead (Portal Boots are not acceptable) C. Shop fabricated metal components including, metal skirt counter flashing, counter flashing, etc. 1. Twenty-four (24) gage minimum, galvanized steel; commercial quality, Fed. Spec. QQ-S-775, Type 1, Class D or ASTM A 526 or locking -forming quality 076200-3 C00735C12 E ASTM A 527. G90 coating in accordance with ASTM A 525. All sheet metal to be pre -painted. 2. Paint finish at Exposed Side: Factory applied baked -on two (2) coat system comprised of one (1) coat full 70% resin fluorocarbon (polyvinylidene fluoride PVF2) by Kynar 500 over a smooth coat of corrosion- resistant epoxy- based primer. Color as selected by the King County Project Representative. 3. Finish at underside: wash -coat over a coat of corrosion -resistant epoxy based primer. 2.02 BASE FLASHING MATERIALS: A. Base Flashing Materials: Comply with requirements of Section 075200 Modified Bituminous Membrane Roofing. 2.03 TYPICAL MECHANICAL FASTENERS A. Sheet Metal to Masonry: 1. Tapcon 1/4 inch diameter, Phillips flat head anchor with EPDM washer by Buildex Div. of ITW, Itasca, IL, or equal. 2. Length: Sufficient to provide 1-1/4 inch embedment. B. Sheet Metal to Curbs: 1. Fab-lok Fac 10-8 stainless steel screw, aluminum sleeve by Fabco Fastening Systems, West Newton, PA, or equal. C. Stainless sheet steel to wood blocking: 1. Roofing nails: galvanized steel wire, flat head, diamond point, round, barbed shank. 2. Length: Sufficient to penetrate wood blocking 1-1/4 inches minimum. D. Galvanized sheet steel to wood blocking: 1. Roofing nails; galvanized steel wire, flat head, diamond point, round, barbed shank. 2. Length: Sufficient to penetrate wood blocking 1-1/4 inches minimum. E. Base Flashing to Masonry: 1. Masonry nail by Simplex Nail, Inc., Americus, GA, or equal. 2. Round Cap Masonry Nail by Hillwood Mfg. co., Cleveland, OH, or equal. F. Plywood to Concrete.- 1. oncrete.1. #14 Heavy Duty Roofing Fastener, thread diameter of .245 shank diameter of .190, #3 Phillips head style, of sufficient length to penetrate into the concrete by 1-1/4 inches diameter, by Olympic Fasteners, Agawam, MA. or equal. 2.04 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet: Minimum 30 to 40 mils thick, consisting of slip -resisting polyethylene -film top surface laminated to layer of butyl or SBS - modified asphalt adhesive, with release -paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970; stable after testing at 240 deg F. 2. Low -Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 deg F. 076200-4 C00735C12 3. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: i. Grace Construction Products, a unit of W. R. Grace & Co.; Ultra. ii. Henry Company; Blueskin PE200 HT. iii. Approved equal. B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. 2. Fasteners for Stainless -Steel Sheet: Series 300 stainless steel. C. Solder: 1. For Stainless Steel: ASTM B 32, Grade Sn60, with an acid flux of type recommended by stainless-steel sheet manufacturer. D. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. E. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; low modulus; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. G. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam -cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. 2.05 - EXECU MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. 2.06 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" or "The NRCA Roofing and Waterproofing Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 076200-5 C00735C12 3. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8 -inch offset of adjoining faces and of alignment of matching profiles. C. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant. D. Expansion Provisions: Where lapped expansion provisions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. 1. Sizes as recommended by SMACNA's "Architectural Sheet Metal Manual" and by FMG Loss Prevention Data Sheet 1-49 for application, but not less than thickness of metal being secured. F. Seams for metals being soldered: Fabricate nonmoving seams with flat -lock seams. Tin edges to be seamed, form seams, and solder. G. Seams for aluminum sheet and metals with painted, coated or lacquered finishes: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. H. Do not use graphite pencils to mark metal surfaces. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. B. Seams for metals being soldered: Fabricate nonmoving seams with flat -lock seams. Tin edges to be seamed, form seams, and solder. C. Seams for aluminum sheet and metals with painted, coated or lacquered finishes: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. D. Do not use graphite pencils to mark metal surfaces. 076200-6 C00735C12 2.07 ROOF DRAINAGE SHEET METAL FABRICATIONS A. Parapet Overflow Scuppers: Fabricate scuppers of dimensions required with closure flange trim to exterior, 4 -inch- wide wall flanges to interior, and base extending 4 inches beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. Fabricate from the following materials: 1. Stainless Steel: 0.019 inch thick. 2.08 LOW -SLOPE ROOF SHEET METAL FABRICATIONS A. Roof -Edge Flashing (Gravel Stop) and Fascia Cap: Fabricate in minimum 96 -inch - long, but not exceeding 10 -foot- long, sections. Furnish with 6 -inch- wide, joint cover plates. 1. Joint Style: As indicated and as approved by King County Project Representative. 2. Fabricate from: Stainless Steel: 0.019 inch thick. B. Counterflashing: Fabricate from Stainless Steel: 0.019 inch thick. C. Flashing Receivers: Fabricate from Stainless Steel: 0.016 inch thick. D. Roof -Penetration Flashing: Fabricate from Stainless Steel: 0.019 inch thick. 2.09 MISCELLANEOUS SHEET METAL FABRICATIONS A. Equipment Support Flashing: Fabricate from Stainless Steel: 0.019 inch thick. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. B.. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 UNDERLAYMENT INSTALLATION A. General: Install underlayment below manufactured coping and as indicated on Drawings. 076200-7 C00735C12 B. Self -Adhering Sheet Underlayment: Install self -adhering sheet underlayment, wrinkle free. Apply primer if required by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3-1/2 inches. Roll laps with roller. Cover underlayment within 14 days. 3.03 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. 7. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate wood sheathing not less than 1-1/4 inches for nails and not less than 3/4 inch for wood screws metal decking not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal joints as shown and as required for watertight construction. 1. Where sealant -filled joints are used, embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to•completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 076200-8 C00735C12 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant -type joints at temperatures below 40 deg F. F. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre -tin edges of sheets to be soldered to a width of 1-1/2 inches, except reduce pre - tinning where pre -tinned surface would show in completed Work. 1. Do not solder metallic -coated steel and aluminum sheet. 2. Pre -tinning is not required for zinc -tin alloy -coated stainless steel and zinc -tin alloy -coated copper. 3. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 4. Stainless -Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. 5. Copper Soldering: Tin edges of uncoated copper sheets using solder for copper. 3.04 ROOF DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof drainage items to produce complete roof drainage system according to SMACNA recommendations and as indicated. Coordinate installation of roof perimeter flashing with installation of roof drainage system. B. Parapet Overflow Scuppers: Install scuppers where indicated through parapet. Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and seal with elastomeric sealant to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Solder or seal with elastomeric sealant exterior wall scupper flanges into back of conductor head. 3.05 ROOF FLASHING INSTALLATION A. Manufactured Coping: 1. Contractor shall install a moisture proof membrane to isolate treated wood blocking from galvanized cleats. 2. Follow warrantor's installation instructions to insure proper design and installation. 3. Prior to fabrication, it is the responsibility of the Contractor to field verify the as - built condition, to coordinate the field requirements of details of the manufactured system with the manufacturer, and to obtain approval by the King County Project Representative for Shop Drawings specified in this Section. B. Pipe or Post Counterflashing: Install counterflashing umbrella with flush -fitting collar with top edge flared for elastomeric sealant, extending a minimum of 4 inches over base flashing. Install stainless-steel draw band and tighten. 076200-9 C00736C12 C. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches over base flashing. Lap counterflashing joints a minimum of 4 inches and bed with sealant. Secure in a waterproof manner by means of snap -in installation and sealant or lead wedges and sealant or interlocking folded seam or blind rivets and sealant. D. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Seal with butyl sealant and clamp flashing to pipes that penetrate roof. Install a self adhering EPDM membrane over the top of the clamp and seal and clamp the EPDM. 3.06 MISCELLANEOUS FLASHING INSTALLATION A. Equipment Support Flashing: Coordinate installation of equipment support flashing with existing configuration of installed equipment and installation of new roofing. Weld or seal flashing with elastomeric sealant to equipment support member. 3.07 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8 -inch offset of adjoining faces and of alignment of matching profiles. B. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." 3.08 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. D. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of installation, remove unused materials and clean finished surfaces. Maintain in a clean condition during construction. E. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 076200-10 C00735C12 SECTION 210500 COMMON WORK RESULTS FOR FIRE SUPPRESSION PART1 GENERAL 1.01 WORK INCLUDED A. Work includes fire protection system modifications indicated on the drawings and specified. The Bid and Contract Documents and General Requirements of the specification are a part of this division of the specification. Where the word "provide" is used, it means "furnish and install complete and ready for use". Provide supervision, labor, material, equipment, and machinery intended/necessary to complete the mechanical systems. Provide finished work, tested and ready for operation. 1.02 DRAWINGS A. Drawings are diagrammatic, indicating the general arrangement of systems and work, and do not attempt to show exact details or all offsets in piping and ductwork. Do not scale drawings. Examine the drawings for exact location of fixtures and equipment. Where they are not definitely located, obtain this information from the King County Project Representative. 1.03 EQUIPMENT DEVIATIONS A. Specific manufacturers and model numbers are noted to indicate a standard of design and are not intended to be restrictive. B. Where the term "or approved equal" is used, refer to spec section 00100. C. When submitting an alternative and/or substitute product, Contractor shall include complete product literature of original specified item, refer to spec section 00700. D. Provide redesign to any part of the work resulting from the use of equipment and material other than specified or indicated on the drawings. Obtain approval of redesign from the King County Project Representative. Redesign cost and additional construction cost resulting from the redesign shall be at the Contractor's expense. 1.04 SHOP DRAWING AND SUBMITTAL DATA A. Check and verify field measurements and requirements. Submit promptly, so as not to delay the work, seven copies, checked and approved by the Contractor, of all shop drawings, submittal data, and layout drawings. The King County Project Representative will check and review with reasonable promptness the shop drawings and submittal data only for conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Make corrections required by the King County Project Representative and re -submit to the King County Project Representative seven corrected copies. The King County Project Representative's review of the shop drawings and submittal data shall not relieve the Contractor from responsibilities for deviation from the Contract 210500-1 C00735C12 Documents unless the Contractor has in writing called to the King County Project Representative's attention deviation at the time of submission and secured the King County Project Representative's written approval, nor shall it relieve the Contractor from responsibility for errors in the shop drawings and submittal data. B. The shop drawings and submittal data for the material and equipment shall be submitted at one time. Each copy shall be in a three ring binder, indexed, properly labeled; indicating specific material or equipment for which it is to be used and the specification section and paragraph number relating to the submitted item. C. Review, approve and stamp shop drawings and submittal data before submission to the King County Project Representative. Notify the King County Project Representative in writing of any deviation from the requirements of the Contract Documents. D. Failure to submit shop drawings and submittal data in ample time for checking and review shall not entitle the Contractor to an extension of contract time. E. See individual specification sections for required submittal data. 1.05 CODES AND STANDARDS A. Give necessary notices, obtain permits and pay taxes, fees and other costs, including utility connections or extensions for the work. File necessary drawings, prepare documents and obtain necessary approvals of governmental departments having jurisdiction. Include all costs associated with notices, permits, taxes, fees, utility connections or extensions, government approvals and other related costs in original bid. Obtain required certificates of inspection for work and deliver to the King County Project Representative before request for acceptance and final payment for the work. See Section 014126 Permits. B. Contractor shall be required to obtain all permits from the AHJ. C. Comply with laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work. If the Contractor observes that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the King County Project Representative in writing and any necessary changes shall be accomplished by appropriate modification. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without notice to the King County Project Representative, he shall assume full responsibility, and shall bear all costs. D. Material and equipment within the scope of this project shall be listed by the Underwriters' Laboratories and/or approved by FM Global for the purpose for which they are used and shall bear their listing mark and shall comply with the applicable standards and codes listed below: 1. ASTM A 53 — Pipe, Steel, Black, Welded and Seamless. 2. ASTM A 135 — Electric — Resistance — Welded Steel Pipe. 3. ANSI B16.4 — Cast Iron Threaded Fittings, 4. ASTM A 536 — Grooved Fittings 5. ANSI A13.1 — Pipe Marking System. 6. International Building Code (IBC) — Latest Edition accepted by the local AHJ. 7. International Fire Code (IFC) — Latest Edition accepted by the local AHJ. 8. National Fire Protection Association (NFPA) 210500-2 C00735C12 9. NFPA 13 Standard for the Installation of Sprinkler Systems — Latest Edition accepted by local Authority Having Jurisdiction (AHJ). 10. NFPA 14 Standard for the Installation of Standpipe and Hose Systems — Latest Edition accepted by local Authority Having Jurisdiction (AHJ). 11. Underwriters Laboratory (UL) 12. UL Fire Protection Equipment Directory — Latest Edition. 13. FM Global (FM) 14. FM Approval Guide — Latest Edition 15. FM Loss Prevention Data Sheets: a. 2-8 Earthquake Protection for Sprinkler Systems b. 2-8N Installation of Sprinkler Systems c. 3-26 Fire Protection Water Demand for Non -Storage Sprinklered Properties 1.06 COOPERATION WITH OTHER TRADES A. Give full cooperation to other trades and furnish in writing to other trades, with copies to the King County Project Representative, any information necessary to permit the work of all trades to be installed satisfactorily and with the least possible interference or delay. B. Where fire protection work will be installed in close proximity to, or will interfere with work of other trades, assist in working out space conditions to make a satisfactory adjustment. If work is installed before coordinating with other trades, or if it causes any interference with work of other trades, make the necessary changes in the work to correct the conditions and bear all costs. C. Furnish to other trades necessary templates, patterns, setting drawings and shop details for the proper installation of work and for the purpose of coordinating adjacent work. 1.07 SAFETY A. The Contractor is solely and completely responsible for the Contractor's safety precautions, or to means, methods, techniques, sequences or procedures required for the Contractor to perform his work and for the conditions of the job site, including safety of persons and property during performance of work. This requirement applies continuously and is not limited to normal working hours. Comply with "Safety and Health Regulations for Construction", Volume 36, No. 75, Part II of the Federal Register by the U.S. Department of Labor. Provide required safety measures and consult with the state or federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether compliance with state or federal regulations exists. 1.08 PROTECTION A. Protect work and material from damage and be liable for damage. B. Be responsible for work and equipment until finally inspected, tested and accepted; protect work against theft, injury or damage; and carefully store material and equipment received on site which are not immediately installed. Close open ends of work with temporary covers or plugs during storage and construction to prevent entry of obstructing material. 210500-3 C00735C12 1.09 SCAFFOLDING, RIGGING AND HOISTING A. Provide ladders, scaffolding, rigging, hoisting and services necessary for delivery into the premises and erection of any equipment and apparatus and execution for the work. Remove same from premises when no longer required. 1.10 MATERIAL AND WORKMANSHIP A. Materials and equipment required for the work shall be new and shall be furnished, delivered, erected, installed, connected and finished in every detail; and shall be selected and arranged to fit properly into the building spaces. Where no specific kind or quality of material is given, an article as approved by the King County Project Representative shall be provided. B. Furnish the services of an experienced superintendent, who shall be constantly in charge of the work. C. Equipment and materials shall be installed with the approval of the King County Project Representative in accordance with the recommendations of the manufacturer. This includes the performance of such tests as the manufacturer recommends. 1.11 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCT (NOT APPLICABLE) PART 3 EXECUTION 3.01 DRAWINGS A. Follow drawings in laying out work and check drawings of other trades to verify spaces in which work will be installed. Maintain maximum headroom. If space conditions appear inadequate, notify the King County Project Representative before proceeding with the work. Make reasonable modifications in the work without extra cost as needed to prevent conflict with work of other trades and for proper execution of the work. 3.02 ACCESSIBILITY A. Install the work with adequate clearances throughout the project, including being responsible for the sufficiency of the size of shafts, chases, double partitions and suspended ceilings. Cooperate with other trades where work is in the same space. Such spaces and clearances shall be kept to the minimum size required. 210500-4 C00735C12 Locate all equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from drawings may be made to allow for better accessibility and any change shall be approved by the King County Project Representative. 3.03 ELECTRICAL CONNECTIONS A. The Contractor shall provide wiring, except temperature control wiring, equipment control wiring and interlock wiring. The Contractor shall provide fire alarm wiring complete from power -source to equipment junction box, including power wiring through starters. 3.04 CUTTING AND PATCHING A. Provide drilling, coring, cutting and patching necessary to install the work specified in this division. Patching shall match adjacent surfaces and comply with Division 07 sections. B. Coordinate cutting and patching work with others affected affected by. 3.05 RECORD DRAWINGS A. Within 30 days after the date of system acceptance, provide record drawings in compliance with section 017839 Project Record Documents. Record drawings shall include as a minimum the location and performance data on each piece of equipment and general configuration of pipe distribution system of the actual installation. Record drawings shall also incorporate any fire protection work which deviates from the contract drawings, including changes resulting from addenda, Requests for Information and Change Orders. Neatly draft changes on clean "hard copy" drawings to show the work clearly in the actual locations as built. 3.06 CLEANING A. Promptly remove waste material and rubbish caused by the work. Prior to substantial completion of the work, clean dirt and debris from the mechanical installation, including equipment, piping, duct work and plumbing fixtures. B. Upon completion of the project and after cleaning is complete and before project is air balanced, provide clean air filters throughout. 3.07 WARRANTY A. All work, material and equipment to be free from defects. Correct all defects and failures occurring within one year from date of final acceptance without cost to the Owner except when such failure is due to neglect or carelessness by the Owner, as determined by the King County Project Representative. B. The warranty disregards shorter time limits by any manufacturer of equipment provided. C. Make all necessary adjustments and corrections during first year of operation. The fact that the King County Project Representative was present during any 210500-5 C00735C12 construction does not relieve the Contractor from responsibility for defects discovered after completion of the work. 3.08 ASBESTOS, LEAD, AND PCBs A. Comply with the requirements of Section 022600 Hazardous Material Information. END OF SECTION 210500-6 C00735C12 SECTION 211000 AUTOMATIC FIRE PROTECTION SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED A. Modification of the existing sprinkler system as indicated on the drawings and as further required by these specifications. 1.02 CODES AND STANDARDS A. ASTM A 53 — Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded -and Seamless. B. ASTM A 135 — Electric — Resistance — Welded Steel Pipe. C. ASTM B16.4 — Cast Iron Threaded Fittings. D. ASTM A 47 — Ferritic Malleable Iron Castings. E. ASTM A 536 - Standard Specification for Ductile Iron Castings F. ASTM D2000 — Rubber products in automotive Applications. G. ASME A13.1 — Pipe Marking System. H. ANSI Z53.1 — Safety Color Code for Marking Physical Hazards I. International Building Code (IBC) — Latest Edition accepted by the local AHJ. J. International Fire Code (IFC) — Latest Edition accepted by the local AHJ. K. National Fire Protection Association (NFPA) 1. NFPA 13 Standard for the Installation of Sprinkler Systems — Latest Edition accepted by local Authority Having Jurisdiction (AHJ). 2. NFPA 13: Handbook of Automatic Sprinkler Systems. L. Underwriters Laboratory (UL) 1. UL Fire Protection Equipment Directory — Latest Edition. M. FM Global (FM) 1. FM Approval Guide — Latest Edition 2. FM Loss Prevention Data Sheets: a. 2-8 Earthquake Protection for Sprinkler Systems b. 2-8N Installation of Sprinkler Systems N. National Institute for Certification Engineering Technologies (NICET) 1.03 RELATED WORK 211000-1 C00735C12 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 210500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. 1.04 APPROVALS A. Systems will require approval by the local Authority Having Jurisdiction (AHJ). B. For purposes of code compliance, the local Authority Having Jurisdiction (AHJ) will be the City of Tukwila Fire Marshal. C. Where there are conflicts between the AHJ and the referenced codes and standards, the more stringent shall apply. If there is a question of interpretation as to which is more stringent, it shall be decided by the King County Project Representative. 1.05 SUBMITTALS A. Submit as one package each item specified in this section according to the Conditions of the Contract, specification Division 1, and section 210500. Partial submittals shall not be accepted. B. Manufacturer's Literature and Data: 1. Piping materials, including sprinkler specialty fittings 2. Pipe hangers and supports, including seismic restraints 3. Valves, including listed fire -protection valves, unlisted general -duty valves, and specialty valves and trim 4. Sprinklers, escutcheons, and guards. Include sprinkler flow characteristics, mounting, finish, and other pertinent data 5. Alarm devices, including electrical data 6. Other equipment, not listed but integral to the fire protection system. C. Shop Drawings 1. Approved sprinkler drawings. 2. Sprinkler design shall be signed by a NICET level III or higher professional. Include sprinkler design professional's Registration of Certification. 3. Detailed drawings shall be in accordance with NFPA 13. Drawings shall be stamped by the sprinkler design professional and include all new sprinklers and piping. Drawings are subject to change during bidding and construction periods. Any wall and/or ceiling changes occurring prior to the submittal of Contractor's shop drawings shall be incorporated into the Contractor's detailed design at no additional contract cost. D. Submit hydraulic calculations for each sprinkler system in accordance with NFPA 13. E. Operation and Maintenance Data for sprinkler specialties to include in emergency, operation and maintenance manuals. F. Recommended preventative maintenance schedule. 211000-2 C00735C12 1.06 DRAWINGS OF RECORD A. Updating drawings: Provide and keep up-to-date a complete record set of approved shop drawings, corrected daily to show every change from the approved shop drawings. Keep this set of prints on the job site and use only as a record set. The King County Project Representative shall review the up-to-date drawings each month by the King County Project Representative prior to the application for payment. B. Final record set: Upon completion of the work, submit the record drawings and hydraulic calculations for approval by the King County Project Representative. After receiving approval, use the record set to produce hard copy as -built drawings as black line on reproducible paper and AutoCad files of the complete installation. Turn over to the King County Project Representative the record set of reproducible paper drawings and AutoCad files and hydraulic calculations. Comply with the requirements of Section 017839 Project Record Documents. PART2 PRODUCT 2.01 PIPING A. Underground and overhead piping shall conform to NFPA 13. 2.02 FITTINGS A. Materials shall conform to NFPA 13. B. 2-1/2 inch and smaller: ANSI/ASME B16.4, class 125 cast iron, threaded. (Hot dip galvanized for dry pipe). C. 3 inch thru 10- inch: Roll -groove or cut -groove fittings, full flow, malleable iron, ASTM A 47 or ductile iron, ASTM A 536. (Hot -dipped galvanized for dry pipe).Victaulic or Gruvlok. 2.03 HANGERS AND SUPPORTS A. Hangers: Provide hangers to support all piping in perfect alignment without sagging or interference, to permit free expansion and contraction, and meet the requirements of NFPA 13. B. Pipe rings: Pipe rings shall be galvanized Tolco Fig. 200, Anvil International or approved equal. For end of branch line restraint provide Tolco Fig. 25 restrainer, Anvil International, or approved equal or installation method. C. Hanger rods: Hanger rods shall be electro -galvanized. D. C -clamps: Equip all c -clamps (beam clamps) with earthquake retaining straps. 211000-3 C00735C12 E. Concrete anchors: Concrete expansion anchors shall be Hilti, Phillips, Impex, ITW, or approved equal. F. Explosive anchors: Explosive type fasteners are not permitted. 2.04 VALVES A. All valves shall be UL listed. B. Low Point Drain and Inspectors Test Valves: 1" gate valve, bronze body, 150 psig, rising stem, screwed, with plug (or 112" orifice for test valve). C. Gate Valves over 2 inches: Iron body, bronze trim, rising stem and handwheel, OS&Y, single wedge, flanged or grooved ends. 2.05 FIRE SPRINKLER HEADS A. Sprinklers shall be UL listed, with 175-psig minimum pressure rating. In areas with dropped ceilings, use pendent type, semi recessed, chrome plated, glass bulb head, '/2 inch orifice, rated for 165°F unless otherwise noted, or required by NFPA 13. Provide with escutcheon plate. B. In the Middle Coach Paint booth, Cripple Paint Booth, and in associated ductwork or plenums (airstreams with elevated -temperature cure cycles), sprinkler heads shall be rated for 212°F. All heads located in booth shall be covered with a 1 mil thick plastic bag secured to the head with a small cable tie. C. In unfinished areas, and areas without dropped ceilings, use upright type, bronze heads, glass bulb, '/2 inch orifice, rated at 165°F unless otherwise noted, or required by NFPA 13. D. Additional sprinkler heads shall be located in each exhaust duct and stack of the paint booths. Provide a duct access door adjacent to the head. Cover the heads located in the duct with a 1 mil thick plastic bag secured to the head with a small cable tie. PART 3 EXECUTION 3.01 GENERAL A. The material and equipment furnished and installed by the Contractor shall be first - quality, new, full-size and weight, free from any defects, in first-class condition and standard in every respect. B. Where two or more units of the same class of equipment are required, these units shall be the product of the same manufacturer. C. Storage and handling of all material shall be done such that they are at all times protected against loss and damage. D. The materials comprising the fire protection system and its appurtenances shall be installed as described herein and on the plans and as required by the applicable 211000-4 C00735C12 codes, listed authorities and manufacturers recommendations. E. In the event of conflict between the plans and specifications, the decision of the King County Project Representative shall be final. F. The mechanical drawings do not attempt to show complete details of building construction, which affect the installation. Refer to the architectural, structural and electrical drawings for additional building details which affect the installation of the work covered under this unit of contract. G. Inspection of the site is mandatory. Determine the extent of difficulties and obstacles likely to be encountered in the installation of the work before preparing bid. H. Drawings do not attempt to show exact details of all piping, and no extra payment will be allowed for obstruction by work of other trades or local obstructions to the work under this contract which require offsets. I. Where diagrams have been made to show piping connections, the Contractor is cautioned that these diagrams shall not be used for obtaining material quantities. J. Changes in location of equipment or piping, advisable in the opinion of the Contractor, shall be submitted to the King County Project Representative for approval before proceeding with the work. K. All measurements and dimensions shall be verified at the site. All equipment shall be adjusted and left in a condition satisfactory to the King County Project Representative. L. Before starting work, carefully examine the site and all of the architectural, structural, electrical and utility drawings to be thoroughly familiar with the conditions governing the work on this project. M. Call to the attention of the King County Project Representative any error or conflict or discrepancy in the plans or specifications coming to his attention; Contractor is not to proceed with any questionable items of work until clarification of same has been made. N. Supplementary details and plans shall be supplied as required and they will become a part of the Contract Documents. O. Coordination of the work with all of the other crafts employed on the project is mandatory. 3.02 EXAMINATION A. Verify installation conditions satisfactory to receive work of this section. Do not install until unsatisfactory conditions are corrected. 3.03 PREPARATION A. Coordinate shut down of fire protection system with King County Project Representative 48 hours in advance. 211000-5 C00735C12 B. Ream pipe and tube ends to full inside diameter. C. Remove burrs, scale and foreign material, inside and outside, before assembly. 3.04 INSTALLATION A. Install the work in accordance with NFPA 13, Contract Documents, accepted Shop Drawings, and manufacturer's instructions, and with the following inclusions. Where these conflict, obtain direction from King County Project Representative. 1. Sleeves: Provide where pipes pass through walls, floors, and ceilings. 2. Give exact locations for openings through walls and set all sleeves and cutouts in concrete work before said work is done 3. Ensure sprinkler piping penetrations of the fire walls or floor are sealed tightly with fire -stopping. 4. Flexible connections: Provide flexible connections at locations recommended or required by NFPA 13. 5. Earthquake protection: Provide earthquake sway bracing and other precautions in accordance with NFPA 13 and FM Global Loss Prevention Data Sheet 2-8. 6. Sprinkler heads: a. Install sprinkler heads in accordance with NFPA 13 and the Drawings. The number of heads shown is approximate and shall be increased without change in the contract price where necessary to meet codes and approval. b. Heads shall be aligned with other heads, lighting fixtures and registers, in the room in a symmetrical pattern. c. Provide escutcheons in finished areas. d. Provide wire guards on heads in mechanical rooms of other areas where heads are subject to damage. 7. Do not cover or enclose work until it has been inspected and approved by the AHJ . Uncover work covered or enclosed before inspection and approval. After it has been inspected and approved, make repairs and replacements at no additional cost. Notify inspector 7 days prior to inspection. 8. Install piping as concealed work in finished areas unless shown otherwise. 9. Run piping parallel to column lines, perpendicular to floor unless shown otherwise on Drawings. Group piping wherever practical at common elevations. Install piping to conserve building space and not interfere with use of space and other work. 10. Allow sufficient clearance for insulation, access to valves, equipment, and walkways. 11. Do not cut or weld to any structural member unless shown on the Drawings or approved by the King County Project Representative. 12. Install pipe without springing or forcing. 13. Unless otherwise detailed, allow 6 -inch minimum clearance between pipe and nearest construction, piping, conduit, or equipment. 14. Inspector test valve: Provide at the highest hydraulically most remote part of the system in relation to the riser assembly. Locate conveniently accessible 5 feet above the floor. Discharge water from valves outside building at a safe location which will not damage landscaping or building. 15. Flush underground mains and lead-in connections in accordance with NFPA 13 before connection of the sprinkler system and testing. 16. System drainage: Install system to fully drain once filled with water. Slope piping to riser if possible. Otherwise slope'to low point drains. Pipe drains outside of building in a location which will not damage landscaping or building. 211000-6 C00735C12 B. Identification: Section 230553 and the following requirements specific to wet pipe sprinkler systems: 1. Identify piping in accordance with ASME A13.1 and ANSI Z53.1. 2. Identify risers, valves and system trim with tags as to function. 3. Identify risers by valve number. C. Pipe Hangers and Supports 1. Provide hangars and supports in accordance with NFPA 13 and with the following additions. a. Install hangers to provide minimum 1/2 inch space between pipe surface and adjacent work. b. Place a hanger within 12 inches of each horizontal elbow. c. Use hangers with 1-1/2 inch minimum vertical adjustment. d. Support riser piping independently of connected horizontal piping. 3.05 ACCESS A. Provide handhole access to all in -duct or other concealed sprinkler heads. 3.06 CLEANING AND ADJUSTING A. At the completion of the work, all parts of the installation shall be thoroughly cleaned. Clean up and remove from the premises all refuse material, crates and rubbish arising from this work. Proper adjustment of all devices shall be made and proper operation shall be demonstrated as required by the King County Project Representative. 3.07 TESTS AND INSPECTION A. All tests required shall be performed and certificates transmitted to the authorities having jurisdiction (AHJ). An inspection of the system will be made by the AHJ and the King County Project Representative and any discrepancies which are a part of the Contract shall be corrected prior to final acceptance. 3.08 SHUTDOWN OF EXISTING SYSTEMS A. Any shutdowns of existing water distribution systems, fire sprinkler systems, domestic water systems or fire alarm systems shall be approved by the King County Project Representative. Provide advance written notice at least 14 days prior to the shutdown to the King County Project Representative. 3.09 DRAINS A. Auxiliary drains: Provide auxiliary drains at all low points of the system, where the trapped section of pipe exceeds 5 gallons. 1. Provide an auxiliary drain for each floor of the building within a building stairwell hydraulically remote from the floor control assembly. 2. The drain shall consist of, as a minimum, a valve, a %-inch brass nipple with %- inch male hose threads, and cap. Locate auxiliary drains in unfinished areas without suspended ceiling wherever possible. In finished areas, with lathe and plaster or GWB locate the hose bib within six inches of an access panel, minimum 12" x 12". If located in bathrooms the panel is to be stainless steel. 211000-7 C00735C12 3.10 EARTHQUAKE BRACING A. Install earthquake bracing in accordance with NFPA 13 and as clarified in the Handbook of Automatic Sprinkler Systems. Provide earthquake bracing as follows, but not limited to these locations: 1. Lateral bracing: Provide lateral bracing at least every. 40 feet, regardless of length of hanger. 2. Longitudinal bracing: Provide longitudinal bracing at least every 80 feet for long straight runs of main. 3. Flexible couplings: Brace all flexible couplings, except for risers where flexibility is required. Provide four-way bracing for all tees, elbows, and offsets. 3.11 INSPECTION, PUNCH LIST AND HYDROSTATIC TESTS A. Hydrostatic testing of aboveground piping: Install above -ground piping in such a manner that there will be no visible leakage or drop in gauge pressure when the system is subjected to the hydrostatic pressure test. Test shall be in conformance with NFPA 13. Contractor shall repair any leaks or drips immediately. Do not use additives and corrosive chemicals, sodium silicate or derivatives of sodium silicate, brine, or other corrosive chemicals for testing systems or stopping leaks. B. Inspection of piping before installation of wall/ceiling material: Piping, hangers and sway bracing shall be considered satisfactorily installed when the installation is in conformance with the Contractor's approved shop drawings and NFPA 13. The Fire Department Representative shall approve any deviations from the approved shop drawings. When, in the opinion of the Fire Department Representative, the installation deviates greatly from the approved shop drawings, revised shop drawings and hydraulic calculations may be required to verify the installation. C. Final piping inspection: Final sprinkler head placement shall be considered satisfactorily complete when all sprinkler heads are installed in accordance with their listing or approval and Contractor's approved shop drawings. The Contractor may be required to relocate or add additional sprinkler heads if proper sprinkler coverage is not provided due to unforseen or modified architectural conditions. D. Punch list: Should the results of the inspection/test not be satisfactory to the Fire Department representative, deficiencies will be recorded on a punch list and delivered to Contractor. Make corrections within two weeks of receipt of the punch list, no exceptions, at the Contractor's expense; a re-inspection/test will be made. E. Certificate of completion: Deliver a completed Contractor's Test and Materials Certificate to the King County Project Representative upon satisfactory completion of the work. END OF SECTION 211000-8 C00735C12 DIVISION 23 HEATING VENTILATING AND AIR CONDITIONING SECTION 230500 COMMON WORK RESULTS FOR HVAC PART1 GENERAL 1.01 WORK INCLUDED A. Work includes complete mechanical systems indicated on the drawings and specified. The Bid and Contract Documents and General Requirements of the specification are a part of this division of the specification. Where the word "provide" is used, it means "furnish and install complete and ready for use". Provide supervision, labor, material, equipment, and machinery intended/necessary to complete the mechanical systems. Provide finished work, tested and ready for operation. 1.02 CODES AND STANDARDS A. NEMA Standard MG 1 — Motors and Generators B. IEEE Standard 85 — Test Procedure for Airborne Sound Measurements on Rotating Electric Machinery C. IEEE Standard 117 — Test Procedure for Evaluation of Systems of Insulating Materials for Random -Wound AC Electric Machinery D. ABMA Standard 20 — Radial Bearings of Ball, Cylindrical Roller and Spherical Roller Types - Metric Design E. ASTM 13117 — Standard Practice for Operating Salt Spray (Fog) Apparatus 1.03 DRAWINGS A. Drawings are diagrammatic, indicating the general arrangement of systems and work, and do not attempt to show exact details or all offsets in piping and ductwork. Do not scale drawings. Examine the all drawings for exact location of fixtures and equipment. Where they are not definitely located, obtain this information from the King County Project Representative. 1.04 EQUIPMENT DEVIATIONS A. Specific manufacturers and model numbers are noted to indicate a standard of design and are not intended to be restrictive. B. Where the term "or approved equal' is used, refer to section 00100. C. When submitting an alternative and/or substitute product, Contractor shall include . complete product literature of original specified item. Refer to section 007000. D. Provide redesign to any part of the work resulting from the use of equipment and material other than specified or indicated on the drawings. Obtain approval of redesign from the King County Project Representative. Redesign cost and 230500-1 C00735C12 additional construction cost resulting from the redesign shall be at the Contractor's expense. 1.05 SHOP DRAWING AND SUBMITTAL DATA A. Check and verify field measurements and requirements. Submit promptly, so as not to delay the work, seven (7) copies, checked and approved by the Contractor, of all shop drawings, submittal data, and layout drawings. The King County Project Representative will check and review with reasonable promptness the shop drawings and submittal data only for conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Make corrections required by the King County Project Representative and re -submit to the King County Project Representative seven (7) corrected copies. The King County Project Representative's review of the shop drawings and submittal data shall not relieve the Contractor from responsibilities for deviation from the Contract Documents unless the Contractor has in writing called to the King County Project Representative's attention deviation at the time of submission and secured the King County Project Representative's written approval, nor shall it relieve the Contractor from responsibility for errors in the shop drawings and submittal data. B. The shop drawings and submittal data for the material and equipment shall be submitted at one time. Each copy shall be in a three ring binder, indexed, and properly labeled indicating specific material or equipment for which it is to be used and the specification section and paragraph number relating to the submitted item. C. Review, approve and stamp shop drawings and submittal data before submission to the King County Project Representative. Notify the King County Project Representative in writing of any deviation from the requirements of the Contract Documents. D. Failure to submit shop drawings and submittal data in ample time for checking and review shall not entitle the Contractor to an extension of contract time. E. See individual specification sections for required submittal data. 1.06 CODES AND STANDARDS A. Give necessary notices, obtain permits and pay taxes, fees and other costs, including utility connections or extensions for the work. File necessary drawings, prepare documents and obtain necessary approvals of governmental departments having jurisdiction. Include all costs associated with notices, permits, taxes, fees, utility connections or extensions, government approvals and other related costs in original bid. Obtain required certificates of inspection for work and deliver to the King County Project Representative before request for acceptance and final payment for the work. See Section 014126 Permits. B. Contractor shall be required to obtain all permits from the AHJ, not listed in section 014126 Permits. C. Comply with laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work. If the Contractor observes that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the King County Project Representative in writing and any necessary 230500-2 C00735C12 changes shall be accomplished by appropriate modification. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without notice to the King County Project Representative, he shall assume full responsibility, and shall bear all costs. D. Material and equipment within the scope of the UL Testing Laboratory Service shall be listed by the Underwriters' Laboratories for the purpose for which they are used and shall bear their listing mark. 1.07 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCTS 2.01 AIR SOLENOID VALVES A. Valve assembly shall be an explosion proof, water proof, and electrically controlled solenoid valve selected to match size and electrical requirements of installation. B. Valve assembly shall be a 2 -way ASCO General Service Solenoid Valve series 8210 or equal. 2.02 VARIABLE SPEED MOTORS A. Scope: This specification details the mechanical and electrical requirements for energy-efficient, totally enclosed fan -cooled and totally enclosed non -ventilated squirrel -cage induction motors, NEMA frame size 182T through 449T. B. General: 1. All motors covered by this specification shall conform to the latest applicable requirements of NEMA, IEEE, ANSI and NEC standards. 2. Motors are to be designed for continuous duty for 3-phase, 60HZ, 200, 230, 230/460 or 575 operation, NEMA design B. 3. Ratings to be based on a 40 degree C. ambient, 3,300 foot (1000m) altitude or lower operation, with a maximum temperature rise of 80 degree C. by resistance at 1.0 service factor, and 90 degree C. rise at 1.15SF thru 150HP. 4. Motors shall be furnished with Class F insulation, 1.15 service factor but shall be selected for operation within their full load rating without applying the service factor. 5. Motors shall be of a premium efficient design and shall be different from the manufacturer's standard efficient product. 6. Motors for variable frequency drive (VFD) operation shall be inverter duty rated. C. Bearings and Lubrication: 1. Bearings shall be ball, open, single row, deep groove. Conrad type, and shall have a Class 3 internal fit conforming to AFBMA Std. 20. For Belted duty applications, drive end bearings may be cylindrical roller type. 230600-3 C00735C12 2. Bearing shall be selected to provide L10 rating life of 17,500 hours minimum for belted applications. 100,000 hours minimum for flexible direct coupled applications. Calculations shall be based on external loads using NEMA belted applications limits per MG1-14.07 and typical sheave weights and internal loads defined by the manufacturer including magnetic pull and rotating assembly weight. 3. Bearing temperature rise at rated load shall not exceed 60 degrees C at 3600 rpm or 50 degree C at 1800 rpm and slower. Temperature rise is to be measured by RTD or thermocouple at bearing outer race. 4. Bearing AFBMA identification number shall be stamped on motor nameplate. 5. Motor lubrication system shall consist of a grease inlet on motor bracket with capped grease fitting on inlet, grease relief plug 180 degree from inlet, grease reservoir in cast inner cap. 6. Motor to be greased by manufacturer with a premium moisture resistant polyurea thickened grease containing rust inhibitors and suitable for operation over temperature from -25 degree C to 120 degree C. 7. Bearings shall be protected by bearing isolators on both ends of the motor. D. Enclosures: 1. Motor enclosure including frame with integrally cast feet, end brackets, locking bearing inner caps, fan guards, conduit box and cover shall be cast iron, ASTM Type A-48, Class 25 or better. 2. Motor conduit box shall be cast iron construction, rotatable in 90 degree increments, diagonally split with tapped NPT threaded conduit entrance hole. Neoprene conduit box cover gasket and neoprene lead seal gasket between box and motor frame shall be furnished. Provision for grounding shall be provided in the conduit box utilizing a mounted clamp -type ground lug. 3. External cooling fan shall be corrosion -resistant, non -sparking, bi-directional, keyed, clamped and shouldered on the motor shaft. 4. Motor rotor construction shall be die cast aluminum or fabricated copper or their respected alloys. Rotors on frames 213T and above shall be keyed to shaft and rotating assembly dynamically balanced to .0005 inches peak to peak 182T - 326T frames, and .00075 inches peak to peak 364T -449T frames. Balanced weights, if required, shall be secured to the rotor resistance ring or fan blades by rivets. Machine screws and nuts are prohibited. The entire rotating assembly between bearing inner caps shall be coated with a corrosion -resistant epoxy. 5. Stainless steel automatic breather drains shall be provided in the lowest part of both front and back end brackets to allow drainage of condensation. 6. All mounting hardware shall be hex head, high strength, SAE Grade 5, plated for corrosion protection. Screwdriver slot fasteners are prohibited. A forged steel shouldered eyebolt shall be provided on all frames. Eyebolt receptacle shall be threaded and designed to prevent moisture or foreign material from entering motor when eyebolt is removed. 7. Corrosion -resistant stainless steel nameplate shall be affixed to motor frame with stainless steel or brass drive pins. Nameplate(s) shall include all required NEMA data and AFBMA bearing numbers, and connection diagram for dual voltage motors. 8. An external V -Ring shaft slinger shall be provided on both shaft extensions 254T and larger, on the drive shaft only 182T -215T to minimize entrance of moisture or foreign material into bearing cavity, 9. Frame to end bracket assembly of machined parts shall be protected and sealed by application of thick corrosion -resistant material to the machine surfaces prior to assembly. 230500-4 C00735C12 10. All motor parts including frame, brackets, fan cover, and terminal box shall receive a minimum of two coats of high grade epoxy paint. Motor assembly shall satisfactorily withstand salt spray tests for corrosion per ASTM B-117 for 96 hours. E. Electrical: 1. All motors shall successfully operate under power supply variations per NEMA MG1-14.30, 2. All motors shall be NEMA Design B with torque and starting currents in accordance with NEMA MG1-12.35 and 12.38 except in special applications requiring higher starting torques where NEMA Design C is permitted. 3. Motors shall have copper windings. 4. Motor insulation system shall be Class F minimum, utilizing materials and insulation systems evaluated in accordance with IEEE 117 classification tests. 5. Motor leads shall be non -wicking type, Class F temperature rating or better and permanently numbered for identification. 6. Entire wound and insulated stator shall receive additional coating of epoxy paint on all air gap surfaces to protect against moisture and corrosion. 7. Each completed and assembled motor shall receive a routine factory test per NEMA standards. F. Sound Transmission: 1. The no-load sound pressure level, based on the A -weighted scale at 3 feet when measured in accordance with IEEE Std. 85 should not exceed 85 DBA. G. Efficiency: 1. All motors shall be of an energy-efficient design, different from the manufacturer's standard product through the use of premium materials, design and improved manufacturing process. Energy efficient design shall reduce motor losses approximately 40 percent from standard efficient designs, and minimum efficiencies shall exceed NEMA Premium efficiencies listed in NEMA Table MG1-12.6C. 2. Motor efficiency shall be determined in accordance with NEMA Standard MG1- 12.54 and full load efficiency labeled on motor nameplate in accordance with NEMA standard MG1-12.55. H. Manufacturer: 1. Motor shall be Reliance XE or equal of Toshiba, G.E., Siemens, or approved equal. I. Motors and equipment shall be provided for current characteristics as indicated on the electrical drawings. J. Provide motor starters, disconnect switches and thermal heaters for motors. 1. Flush -mount in wall, wherever possible, in finished areas. 2. Provide magnetic starters of size required with thermal overload protection and interlock contacts. Provide hand -off -auto switch on cover of individually mounted starters. 3. Provide motor control push button and hand -off -auto. 4. Fan control switches: provide with pilot light and engraved, laminated phenolic nameplate. 5. Provide engraved, laminated phenolic nameplate on each control switch and magnetic starter. 230500-5 C00735C12 6. Unless mounted in an equipment cabinet, enclosures shall be NEMA -31R. Voltage of contactors shall be in accordance with circuit voltage controlled. Contactors shall be sized in accordance with NEMA standards. 7. Furnish wiring diagrams to the electrician for all line -voltage motor control systems. Provide complete protection, including a thermal heater in each phase leg for all motor starters. 8. Motor disconnect switches shall be mounted adjacent to, but not on the equipment served. See electrical specification and drawings. PART 3 EXECUTION 3.01 DRAWINGS A. Follow drawings in laying out work and check drawings of other trades to verify spaces in which work will be installed. Maintain maximum headroom. If space conditions appear inadequate, notify the King County Project Representative before proceeding with the work. Make reasonable modifications in the work without extra cost as needed to prevent conflict with work of other trades and for proper execution of the work. 3.02 COOPERATION WITH OTHER TRADES A. Give full cooperation to other trades and furnish in writing to other trades, with copies to the King County Project Representative, any information necessary to permit the work of all trades to be installed satisfactorily and with the least possible interference or delay. B. Where mechanical work will be installed in close proximity to, or will interfere with work of other trades, assist in working out space conditions to make a satisfactory adjustment. If work is installed before coordinating with other trades, or if it causes any interference with work of other trades, make the necessary changes in the work to correct the conditions and bear all costs. C. Furnish to other trades necessary templates, patterns, setting drawings and shop details for the proper installation of work and for the purpose of coordinating adjacent work. 3.03 SAFETY A. The Contractor is solely and completely responsible for Contractor's safety precautions, or to means, methods, techniques, sequences or procedures required for the Contractor to perform his work and for the conditions of the job site, including safety of persons and property during performance of work. This requirement applies continuously and is not limited to normal working hours. Comply with "Safety and Health Regulations for Construction", Volume 36, No. 75, Part II of the Federal Register by the U.S. Department of Labor. Provide required safety measures and consult with the state or federal safety inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether compliance with state or federal regulations exists. 3.04 PROTECTION 230500-6 C00735C12 A. Protect work and material from damage and be liable for damage. B. Be responsible for work and equipment until finally inspected, tested and accepted; protect work against theft, injury or damage; and carefully store material and equipment received on site which are not immediately installed. Close open ends of ,work with temporary covers or plugs during storage and construction to prevent entry of obstructing material. 3.05 SCAFFOLDING, RIGGING AND HOISTING A. Provide ladders, scaffolding, rigging, hoisting and services necessary for delivery into the premises and erection of any equipment and apparatus and execution for the work. Remove same from premises when no longer required. 3.06 MATERIAL AND WORKMANSHIP A. Materials and equipment required for the work shall be new and shall be furnished, delivered, erected, installed, connected and finished in every detail; and shall be selected and arranged to fit properly into the building spaces. Where no specific kind or quality of material is given, an article as approved by the King County Project Representative shall be provided. B. Furnish the services of an experienced superintendent, who shall be constantly in charge of the work. C. Equipment and materials shall be installed with the approval of the King County Project Representative in accordance with the recommendations of the manufacturer. This includes the performance of such tests as the manufacturer recommends. D. Provide equipment in the mid- range of written performance documentation to allow for adjustment. 3.07 ACCESSIBILITY A. Install the work with adequate clearances throughout the project, including being responsible for the sufficiency of the size of shafts, chases, double partitions and suspended ceilings. Cooperate with other trades where work is in the same space. Such spaces and clearances shall be kept to the minimum size required. B. Locate all equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from drawings may be made to allow for better accessibility and any change shall be approved by the King County Project Representative. C. The Contractor shall coordinate the exact locations of access panels for each concealed valve, control damper or other device requiring service. Submit locations of these panels in sufficient time to be installed in the normal course of work. 3.08 ELECTRICAL CONNECTIONS A. Provide wiring, temperature control wiring, equipment control wiring and interlock wiring. The Contractor shall provide power wiring complete from power source to 230500-7 C00735C12 motor or equipment junction box, including power wiring through starters. Contractor shall provide starters and disconnect switches not factory -mounted on equipment. Refer to section 260051 Basic Materials and Methods Electrical Mini - Spec. B. Provide temperature control wiring, interlock wiring and equipment control wiring, regardless of voltage, for the equipment furnished or installed under division 23 sections of this specification. C. Motors and equipment shall be provided for current characteristics as indicated on the electrical drawings. 3.09 CUTTING AND PATCHING A. Provide drilling, coring, cutting and patching necessary to install the work specified in this division. Patching shall match adjacent surfaces and comply with Division 07 sections. B. No structural members shall be cut without the approval of the King County Project Representative, and cutting shall be done in a manner directed by him. Do not damage or endanger any portion of the project or work of the Owner or any other separate Contractor by drilling, coring, cutting, patching, excavating and backfilling. C. Coordinate cutting and patching work with others. 3.10 OPERATING INSTRUCTIONS9 A. Upon completion of the work, furnish the necessary skilled labor and helpers for operating the systems and equipment for a period of two (2) days of eight (8) hours each, or as otherwise specified. Give at least one (1) week notice to the King County Project Representative in advance of this period. During this period, instruct the Owner or his representative fully in the operation, adjustment and maintenance of all equipment furnished. The training of the appropriate maintenance staff for each equipment type and/or system shall include, as a minimum, the following: 1. System/Equipment overview (what it is, what it does and which other systems and/or equipment does it interface with). 2. Review of the available O&M materials. 3. Review of the Record Drawings on the subject system/equipment. 4. Hands-on demonstration of all normal maintenance procedures, normal operating modes, and all emergency shutdown and start-up procedures. 5. Hands on demonstration of system operation for booth operators. 3.11 MECHANICAL EQUIPMENT MANUALS A. Upon completion of the work and prior to acceptance of the mechanical work, prepare servicing manuals in accordance with industry accepted standards describing the requirements of mechanical equipment provided under this division of the specification. B. As a minimum, include in the manuals: 1. Submittal data stating equipment size and selected options for each piece of equipment requiring maintenance. 2. Maintenance schedules 230500-8 C00735C12 3. Manufacturers' operation and maintenance instructions with parts list specific to the equipment installed, with extraneous matter removed or neatly marked out. Routine maintenance actions shall be clearly identified together with supplementary drawings and information where necessary to describe and itemize servicing. 4. Provide a table of contents with all contents listed in an orderly presentation. 5. Manufacturers' printed warranties 6. Names, addresses and phone numbers of General Contractor, Mechanical Contractor(s) and all other related Subcontractors. 7. Names, addresses and phone numbers of equipment suppliers. 8. Names, addresses and phone numbers of at least two service agencies. 9. HVAC controls system maintenance and calibration information, including wiring diagrams, schematics and control sequence descriptions. Desired or field determined set -points shall be permanently recorded on control drawings at control devices, or for digital control systems, in programming comments. 10. A complete narrative of how each system is intended to operate. A Sequence of Operation is not acceptable as a narrative for this requirement. Narrative shall include: a. A detailed explanation of the original design intent. b. The basis of design (how the design was selected to meet the design intent). c. A detailed explanation of how new equipment is to interface with existing equipment or systems (where applicable). d. Suggested set points. C. Data in manuals shall be neat, clean copies. Drawings shall be accordion -folded. Manufacturers' advertising literature or catalogs will not be acceptable for operating and maintenance instruction. D. Place data for the manual in hardcover 3 -ring loose-leaf notebooks. Label bound edge of notebooks with the name of the building, Owner, name of the project, year of completion and the words "Mechanical Equipment". Label front of notebooks with the name of the Owner, name of the building, name of the project, Owner's project number, date, General Contractor, Mechanical Subcontractor, Architect and Mechanical Engineer, and others, as applicable. E. Submit one copy of the data in a preliminary draft form to the King County Project Representative for approval prior to preparing finished copies. F. Provide two (2) copies of the finished manuals to the King County Project Representative. 3.12 RECORD DRAWINGS A. Within 30 days after the date of system acceptance, provide record drawings in compliance with Section 017839 Project Record Documents. Record drawings shall include as a minimum the location and performance data on each piece of equipment, general configuration of duct and pipe distribution system, including sizes, and the terminal air and water design flow rates of the actual installation. Record drawings shall also incorporate any mechanical work which deviates from the contract drawings, including changes resulting from addenda, Requests For Information and Change Orders. Provide record drawings in accordance with Division 1 requirements. 230500-9 C00735C12 3.13 CLEANING A. Promptly remove waste material and rubbish caused by the work. Prior to substantial completion of the work, clean dirt and debris from the mechanical installation, including equipment, piping, and ductwork. B. Upon completion of the project and after cleaning is complete and before project is air balanced, provide clean air filters throughout. 3.14 WARRANTY A. All work, material and equipment to be free from defects. Correct all defects and failures occurring within one year from date of final acceptance without cost to the Owner except when such failure is due to neglect or carelessness by the Owner, as determined by the King County Project Representative. B. The warranty disregards shorter time limits by any manufacturer of equipment provided. C. Make all necessary adjustments and corrections during first year of operation. The fact that the King County Project Representative was present during any construction does not relieve the Contractor from responsibility for defects discovered after completion of the work. 3.15 ASBESTOS, LEAD, AND PCBs A. Comply with the requirements of Section 022600 Hazardous Material Information. END OF SECTION 230500-10 C00735C12 SECTION 230529 PIPING AND MECHANICAL EQUIPMENT SUPPORT PART1 GENERAL 1.01 WORK INCLUDED A. Equipment bases and supports. B. Seismic protection of piping and equipment. 1.02 PERFORMANCE REQUIREMENTS A. Piping and Equipment Delegated Design: Design all piping and equipment for seismic protection including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria listed. B. Guy Wire Delegated Design: Design all guy wires and associated anchorage for seismic and wind protection including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria listed. C. Seismic and Wind Performance and design criteria: Provide equipment and all associated anchorage capable of withstanding the effects of wind and earthquake motions determined according to the project design criteria indicated on the project drawings and by the 2012 IBC and ASCE 7-10. 1.03 SUBMITTALS A. Theses submittal requirements are in addition to other submittal requirements stated elsewhere in the contract documents. B. Construction Documents: Prepare in accordance with ASCE 7-10 Section 13.2.7, sealed and signed by the registered design professional responsible for their preparation. D. Component Certification: Mechanical and electrical components shall meet the Component Certification requirements of ASCE 7-10, Section 13.2.2 including submission of manufacturer's certificates of compliance for review by the King County Project Representative. E. Shop Drawings: Submit shop drawings for all attachments to the structure. These attachments include, but are not limited to, seismic and wind bracing for equipment. F. Structural Calculations: Submit calculations sealed and signed by the registered design professional responsible for their preparation. G. Contractor's Statement of Responsibility: Submit in accordance with the International Building Code 1704.4. 230529-1 C00735C12 H. Equipment bases and supports. I. Overturn force calculations 1.04 CODES AND STANDARDS A. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) publication "Seismic Restraint Manual - Guidelines for Mechanical Systems" B. ASTM A123 — Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Pro2s C. The International Building Code for seismic protection of equipment. 1.05 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART2 PRODUCT 2.01 ACCEPTABLE MANUFACTURERS A. Pipe hangers and supports: 1. Anvil, Erico, Grabler, Fee & Mason, Unistrut, Superstrut or equal. B. Expansion Devices, Guides and Anchors: 1. Adsco, Advance Thermal Systems, ITT -Grinnell, Keflex, Elcen, Aeroquip-Barco, or approved equal. 2.02 STRUCTURAL ATTACHMENTS A. Steel Structural Clamps: 1. Beam clamps, brackets, channel clamps and bar joist clips select to suit structural system and meet loading recommendations of manufacturer. B. Attachment into existing concrete or masonry wall: 1. Self -drill type Red Head, Phillips Anchors or equal. Do not use power driven inserts. 2.03 EQUIPMENT BASES AND SUPPORTS A. Structural steel frame supports shall have all joints welded. Galvanize after fabrication to ASTM A123 requirements. 2.04 SEISMIC PROTECTION COMPONENTS 230529-2 C00735C12 A. Select hangers, supports and attachments for compliance with ASCE 7-10 and SMACNA Seismic Restrain Manual. PART 3 EXECUTION 3.01 HANGER SPACING FOR PIPING A. Horizontal Steel Pipe: Maximum hanger spacing and minimum hanger rod diameters as follows: 1/2 and 3/4 -inch pipe 5 -foots an 3/8 -inch rod 1 and 1 -1/4 -inch pipe 7 -foots an 3/8 -inch rod 1 -1/2 -inch pipe 9 -foots an 3/8 -inch rod 2 -inch pipe 10 -foots an 3/8 -inch rod 2-1/2 and 3 -inch 2i2e 12 -foots an 1/2 -inch rod 4 -inch pipe 14 -foots an 5/8 -inch rod 6 -inch pipe 17 -foots an 3/4 -inch rod 8 -inch pipe 19 -foots an 3/4 -inch rod 10 -inch pipe 22 -foots an 7/8 -inch rod B. Provide additional hangers or supports at concentrated loads such as valves, to maintain alignment and prevent sagging. C. Vertical Piping Supports: 1. Support piping at each floor. 2. Provide intermediate supports to prevent excessive pipe movement. D. Provide a minimum of 2 hangers per pipe section for grooved joint pipe. 3.02 INSTALLATION OF PIPE HANGERS AND SUPPORTS A. Size pipe rings and clamps to pass around the pipe, except on piping with a vapor barrier on the insulation, then size rings and clamps to pass around the outside of the insulation utilizing insulation protection shields Anvil Fig. 167 or equal. Provide rigid inserts as required to prevent crushing of insulation. B. Install vertical piping supports to allow for pipe movement due to thermal expansion and contraction. C. Do not support any pipe from any other pipe. D. Provide special hangers and supports for vibration control in critical areas. See Vibration Isolation Section. E. Install steel backing in walls as required to support piping hung from steel stud walls.. F. Embed concrete inserts in new cast -in-place concrete. With concrete joist framing, place inserts at bottom of joists wherever possible. If closely spaced steel prevents such placement, provide Parker Kalon Type U -Drive screws or equal and attach to sheetmetal pan forms. 230629-3 C00735C12 G. Provide bored, drilled or reamed holes for all bolting to miscellaneous structural metals, frames or for mounts or supports. Flame cut, punched or hand sawn holes will not be accepted. H. Install anchor bolts for all mechanical equipment and piping as required. Tightly fit and clamp base -supported equipment anchor bolts at all equipment support points. Provide locknuts where equipment is hung. 3.03 EQUIPMENT BASES AND SUPPORTS A. Provide structural steel frame supports for equipment where indicated on drawings. Bolt to structure according to Seismic requirements and Structural details. 3.04 SEISMIC PROTECTION OF PIPING (DELEGATED DESIGN) A. Seismic Restraints: 1. Provide seismic protection for all piping in accordance with the most current edition of the SMACNA publication "Seismic Restraint Manual - Guidelines for Mechanical Systems", Hazard Level A. 3.05 SEISMIC PROTECTION OF EQUIPMENT (DELEGATED DESIGN) A. Provide seismic protection for all equipment in accordance with the International Building Code, and all local amendments, most recently adopted by the authority having jurisdiction. B. Overturning force calculations for equipment shall be prepared per ASCE7-10, reviewed and stamped by a professional engineer, and submitted. C. Overturning force calculations shall be used to determine anchor bolt size and locations. END OF SECTION 230529-4 C00735C12 SECTION 230548 VIBRATION ISOLATION PART1 GENERAL 1.01 WORK INCLUDED 230548-1 C00735C12 A. Mechanical Equipment Isolators B. Thrust Restraints C. Equipment Vibration Isolation Bases D. Pipe and Duct Isolators 1.02 REQUIRED SUBMITTAL DATA A. Mechanical Equipment Isolators B. Thrust Restraints C. Equipment Vibration Isolation Bases 1.03 CODES AND STANDARDS A. ASHRAE Handbook "HVAC Applications", latest version. 1.04 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART2 PRODUCT 2.01 MANUFACTURERS A. Kinetics Noise Control, Mason Industries, Amber -Booth, Vibrex, Flexonics, or equal. 2.02 FLEXIBLE PIPE CONNECTORS A. Braided type, threaded ends for 2 -inch and smaller, flanged ends for 2 -1/2 -inch and larger. B. Stainless steel for steel pipe. 230548-1 C00735C12 C. Bronze for copper pipe. 2.03 MECHANICAL EQUIPMENT VIBRATION ISOLATORS A. Rubber Pads 1. Single layer: ribbed neoprene, per manufacturer's recommended application, Kinetics Type NPS or NPD, Mason, or equal. 2. Multi -layer Mason Industries Type WMSW, Kinetics or equal. 3. Multi -layer to receive leveling bolts Mason Industries Type MBSW, Kinetics, or equal. 4. Multi -layer requiring equipment anchoring Mason Industries Type SW, Kinetics, or equal. B. Glass fiber pad Kinetics Type KIP, Mason, or equal. C. Floor spring mounts with seismic protection: restrained spring mounts Kinetics Type FHS with NPS rubber pad bonded to mounting plate, Mason, or equal. D. Floor spring mounts, all -welded construction with rubber pad bonded to mounting plate: 1. Un -housed stable spring, with ratio of horizontal to vertical spring constant not less than 1.0, and built-in leveling bolts. Provide springs with an additional overload capacity of 50 percent. E. Spring hanger: Kinetics SFH, Mason, or equal. F. Seismic snubber: non -contact type, welded steel, Kinetics KSS, Mason, or equal. G. Thrust restraint: Kinetics HSR, Mason, or equal. PART 3 EXECUTION 3.01 BASE, ISOLATOR AND DEFLECTION FOR EQUIPMENT A. Isolate mechanical equipment in accordance with the latest version of the ASHRAE Applications Handbook, Sound and Vibration Control Chapter, "Selection Guide for Vibration Isolation" Table and accompanying notes. Internally -isolated equipment need not receive additional isolation. Select base, isolators and deflection for floor - mounted, ceiling hung or roof -mounted equipment from the "Floor Span" column most closely matching the building structure. B. Select base, isolators and deflection for equipment mounted on grade support slabs from the "Slab on Grade" column. 3.02 PIPING, DUCTING AND EQUIPMENT A. Flexible Connectors 1. Provide flexible pipe connectors at piping connections to equipment mounted or suspended with external vibration isolators and where indicated on the drawings. 230548-2 C00735C12 2. Align bolt holes on flanged flexible connectors with bolt holes in companion flanges to prevent twisting of connector and install threaded flexible connectors to avoid twisting. 3. Do not use flexible connectors to compensate for misalignment of piping. 4. Install flexible connections at right angles to the direction of the vibration to avoid compression and extension of the connector from equipment motion. B. Pipe Sleeves 1. Where pipes pass through walls, ceilings or floors (except slab -on -grade), install pipe sleeves and fill space between pipe and sleeve as specified in Section 230500. C. Pipe and Duct Isolators 1. Provide spring isolators on piping connected to isolated mechanical equipment as follows: up to 4 -inch diameter, first 3 points of support; 5 -inch to 8 -inch diameter, first 4 points of support; 10 -inch diameter and over, first 6 points of support. 2. Provide spring isolators on ducts where noted on drawings. 3. Static deflection of first point shall be twice deflection of isolated equipment. D. Equipment Bases 1. Install bases dead level. 2. Install inertia bases with a minimum clearance of 2 -inches under base, other bases with a minimum clearance of 1 -inch under base. E. Provide thrust restraints at all in-line vane -axial fans and where indicated on the drawings. END OF SECTION 230548-3 C00735C12 SECTION 230553 MECHANICAL PAINTING AND IDENTIFICATION PART1 GENERAL 1.01 WORK INCLUDED A. Mechanical systems painting B. Mechanical systems identification and flow arrows C. Repainting of factory finished equipment 1.02 CODES AND STANDARDS A. ASME A13.1 - Scheme for the Identification of Piping Systems. 1.03 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. 1.04 DEFINITIONS A. "Concealed" work is defined as work installed within pipe shafts, duct spaces, above furred or hung ceilings, or otherwise built into the building and not exposed to view. B. "Exposed" work is defined as work in walkway tunnels, Mechanical and Fan Rooms, exterior to building (including rooftops), all occupied areas and all other areas not defined as "concealed". 1.05 MANUFACTURERS A. General: Acceptable manufacturers are Quigley, Cowman and Campbell, Fuller, General Paint, Sherwin-Williams, Glidden Manufacture, or equal. PART2 PRODUCTS 2.01 PAINT A. Industrial Enamel: Paint shall be Alkyd base, Quigley AAA, Sherwin-Williams "Kem- Lustral", Glidden "Daylite" enamel, or approved equal. 230553-1 C00735C12 B. Primer for Steel Surfaces: Zinc -chromate primer, Cowman & Campbell No. 1134, Sherwin-Williams, or approved equal. C. Primer for zinc -coated surfaces: Metallic zinc -zinc oxide primer, W.P. Fuller No. 7747, Glidden "Rustmaster" or Dupont "Dulux", or equal. D. Primer -Sealer for Insulated Surfaces: Resin -type primer sealer. 2.02 PIPING IDENTIFICATION BANDS AND FLOW ARROWS A. Snap -around markers with UV resistant inks and vinyl. Marker construction, size, color, letter type and wording shall be in conformance with AMSE 13.1 — Scheme for the Identification of Piping Systems. Provide custom markers for unique service and where pressure, temperature or other conditions of the service vary in the project. Manufacturer shall be Seton, Zeston or equal. 2.03 PIPING IDENTIFICATION BANDS AND FLOW ARROWS A. Seton contact type adhesive backed, Zeston or approved equal. 1 -1/8 -inch wide for lines up through 3 -inch, 2 -inch wide for larger pipes. 2.04 MECHANICAL EQUIPMENT IDENTIFICATION A. Painted lettering on side of unit facing building center. Size, font and style to match existing units. PART 3 EXECUTION 3.01 PAINTING A. Paint all exposed mechanical equipment. Undamaged factory -finished equipment need not be repainted B. Color of paint shall be a standard manufacturer's color as selected by King County Project Representative C. Repaint damaged factory finished equipment. D. Use skilled painters; paints, well mixed; each coat to have slight variation in color from the preceding, for ready identification. E. Clean grease, dirt, wax and scale from surfaces before painting. F. Cleaning Solvents: Mineral Spirits; remove cleaning solvent cloths from building each day. G. Metal Surfaces: 1. In General: 3 mils minimum dry film thickness; apply one priming coat and one finish coat of acrylic base paint and additional coats as required to obtain minimum dry film thickness. 230553-2 C00735C12 2. Outside Building: 4 mils minimum thickness; apply prime coat and two finish coats of acrylic base paint and additional coats as required to obtain minimum dry film thickness. 3. Insulation Surfaces: 3 mils minimum dry film thickness; apply one coat of primer -sealer, and one coat of acrylic base paint and additional coats as required to obtain minimum dry film thickness. 3.02 IDENTIFICATION AND FLOW ARROWS A. Identify and provide flow direction arrows on all piping and equipment, B. Apply piping identification bands and flow arrows on 10 -foot centers in general, 20 - foot centers in open areas where pipe is exposed, and wherever a pipe leaves or enters any wall, floor, ceiling or foundation. Place the proper band on pipe at each valve, branch connection, manifold, entrance and exit from a tank, vessel, or piece of equipment. Apply after paint work is completed. C. Label each piece of mechanical equipment and system with equipment or system name lettered thereon with 2 -inch high block style black paint letters. END OF SECTION 230553-3 C00735C12 SECTION 230593 BALANCING AIR AND WATER SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED A. Air Systems Balancing B. Balancing Reports C. Measure airflows and re -sheave existing AMU -2 & 3 as required to restore design airflows 1.02 CODES AND STANDARDS A. National Environmental Balancing Bureau (NEBB) B. Associated Air Balance'Council (AABC) 1.03 REQUIRED SUBMITTAL DATA A. Systems Balancing Contractor Certification 1.04 SYSTEMS BALANCING CONTRACTOR A. Systems balancing contractors: Neudorfer Engineers or Environmental Testing and Balancing or approved equal. B. Qualification requirements: 1. Must have minimum five (5) years experience record in systems balancing. 2. Must have sufficient experience on projects similar to this project. Submit lists of projects to demonstrate this experience. 1.05 COORDINATION WITH COMMISSIONING A. Upon completion of the work, provide the necessary skilled labor, helpers, materials and equipment to support the commissioning work. See Section 230800. During the commissioning, coordinate with the commissioning company and make all adjustments required to demonstrate systems are working properly. 1.06 CODES AND STANDARDS A. Washington State Non-residential Energy Code (WSNREC), latest adopted version. 1.07 PROCEDURES A. Use procedures in accordance with the Associated Air Balance Council's "National Standard for Field Measurements and Instrumentation - Total System Balance", 230593-1 C00735C12 Volume One, No. 81266. B. Use instrumentation application methods in accordance with A.A.B.C. or N.E.B.B. procedures. C. Obtain confirmation from Contractor that systems to be balanced are complete and functioning per design intent prior to commencing balancing. 1.08 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCT 2.01 BALANCING REPORT A. Provide a preliminary balancing report for the review by the King County Project Representative. B. Provide three (3) sets of final balancing reports incorporating comments made on the preliminary report, and one electronic copy of balancing report in .pdf format. C. Include in report: Project Name, Owner, Engineer, Systems Balancing Subcontractor, other data necessary to describe activity and the status of the systems plus the following data: 1. Fans: a. Installation data: (1) Manufacturer and model (2) Size (3) Arrangement, discharge and class (4) Motor HP, voltage, phase, cycles and full load amps 1) Identification data b. Design data: (1) Total CFM (2) Unit inlet, unit outlet and fan total static pressures (3) Motor HP, rpm and amp (4) Fan rpm (5) Fan BHP c. Fan recorded data: (1) CFM (2) Static pressure (3) Rpm (4) Motor operating amp (5) No-load amp 230593-2 C00735C12 (6) Motor operating BHP (7) Drive sizes (sheaves, belts, and shaft) (8) Return and Outside Air: a. CFM of return and outside air at required maximum return air, at required minimum outside air. 2. Individual air terminals: a. Supply return or exhaust terminal identification (location and number designation) b. Manufacturer's catalog identification and type c. Applicable factors for application, velocity, area, etc., and designated area d. Design and recorded velocities - fpm e. Design and recorded quantities — CFM 3. Duct systems (where individual air terminals are not accessible or measurable): a. Duct CFM - mains, branches, (maximum and minimum): (1) Duct size(s) (2) Number of pressure readings (3) Sum of velocity measurements (4) Average velocity (5) Duct recorded CFM (6) Duct design CFM 4. Gas-fired Furnaces: a. Design data and recorded data: (1) MBH (2) Entering gas pressure (3) Entering and leaving air temperature (4) CFM (5) Air velocity (6) Air pressure drop (7) Induction fan motor HP, voltage, phase and full load amp (8) Identification data PART 3 EXECUTION 3.01 PROCEDURES A. Obtain confirmation from Contractor that systems to be balanced are complete and functioning per design intent prior to commencing balancing. B. Obtain approval from the King County Project Representative prior to commencing balancing. 3.02 INSTRUMENTS A. Use accurate and recently calibrated instruments. Provide instrument calibration history if requested by the King County Project Representative. 3.03 BALANCING AGENDA A. Submit balancing agenda prior to start of work. Include the following in the agenda: 230593-3 C00735C12 1. General description of each air and water system with its associated equipment and operating cycles for heating and cooling. 2. A complete listing of all flow (air and water) and air terminal measurements to be performed. 3. For each specific procedure specify type of instrument to be used and air terminal correction factors where applicable. 4. Include in agenda sample forms showing application of procedure to typical systems. 3.04 GENERAL PROCEDURES A. All HVAC systems shall be balanced in accordance with generally accepted engineering standards. Air and water flow rates shall be measured and adjusted to deliver final flow rates within 10% of design rates, except variable flow distribution systems need not be balanced upstream of the controlling device (for example, VAV box or control valve). Provide a written balance report to the King County Project Representative as specified herein. B. Complete system balancing prior to the final inspection of the building. 3.05 AIR SYSTEM PROCEDURES A. Air systems shall be balanced in a manner to minimize throttling losses. Regardless of whether fan is constant or variable speed, belt -driven fan speed shall be adjusted to meet design flow conditions. Exceptions follow: 1. Fans with motors of 1 hp or less and not noted for a second set of sheaves on the fan schedule. 2. When throttling results in no greater than 5% of the nameplate horsepower draw above that required if the sheaves were replaced. B. Following fan installation and initial balancing, provide direction for sheave replacement necessary to balance the systems. Following sheave change, make final measurements to confirm design flow conditions. C. Make air quantity measurements in ducts with a Pitot tube traverse of the entire cross sectional area of the duct. D. Prior to balancing systems with filters racks, install temporary filter media in all filter housings of constant -volume systems. Blank -off enough filter sections with cardboard or other material to create an additional 0.75" w.g. across all of the filters (to simulate loaded filter condition). E. Volume control devices to regulate air quantities of air terminals only to the extent that adjustments do not create objectionable air motion or sound levels. Volume control by means of air terminal adjustment or duct internal devices other than dampers is not permitted. F. Adjust and balance the air system as necessary to accommodate field conditions and occupant comfort. Provide necessary fan adjustments, pulley changes and damper adjustments. END OF SECTION 230593-4 C00735C12 SECTION 230700 HVAC INSULATION PART1 GENERAL 1.01 WORK INCLUDED A. Duct Insulation 1.02 REQUIRED SUBMITTAL DATA A. Duct Insulation 1.03 CODES AND STANDARDS A. General 1. NFPA 90A and 90B, UL -181 (Class 1) and UL -723 2. Washington State Non-residential Energy Code (WSNREC), latest adopted version. B. For Elastomeric Material 1. ASTM E-84-75 C. For Flame Spread and Fuel Contributed and Smoke 1. UL Standard No. 723, NFPA Standard No. 255 and ASTM Standard No. E-84 1.04 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART2 PRODUCT 2.01 GENERAL A. Materials shall be of the highest grade. Adhesives, sealers, vapor coatings, etc., shall be compatible with the materials to which they are applied, and shall not corrode, soften or otherwise attack such material in either the wet or dry state. Scrap pieces of insulation shall not be used where a full section will fit. Glass fiber materials which become wet or damaged during installation shall be removed and replaced with new materials. Acceptability of a manufacturer is not to be taken as acceptability of his "usual" or "regular" accessory materials such as facings, adhesives, etc. 230700-1 C00735C12 B. Unless specified otherwise, all facings, coatings, PVC covers and other accessories shall have a fire hazard rating not to exceed 25 for Flame Spread and 50 for Fuel Contributed and Smoke Developed; ratings determined by UL Standard No. 723, NFPA Standard No. 255 or ASTM Standard No. E-84. UL label or listing, or satisfactory test results from the approved testing laboratory, shall be available to indicate that fire hazard ratings for materials do not exceed the above amounts. C. Insulation shall comply with the latest adopted version of the Washington State Non- residential Energy Code. 2.02 ACCEPTABLE MANUFACTURERS A. Product name and numbers listed are Armacell, Owens-Corning Fiberglas, Armstrong Cork Company, and Childers. B. Other acceptable manufacturers are Manville, Certain -Teed, Knauf, or approved equal. 2.03 DUCTS A. Minimum densities and out -of -package thicknesses in accordance with the WSNREC and the International Energy Conservation Code to provide an installed nominal R -value (excluding air film resistance) as follows: Type Location/Situation Installed R -value Supply, Return Not within conditioned space: On exterior of R-7 building, on roof, in attic, in enclosed ceiling space, in walls, in garage, in crawls aces Return Not within conditioned space or insulated R-8 building envelope: exterior of building, roof, attic, enclosed ceiling space, walls, garage, crawls ace Return Not within conditioned space but within R-7 insulated building envelope: attic, enclosed ceiling space, walls, garage, crawls ace B. Ducts routed within building: 1. Insulation for ducts and plenums shall be Fiberglas FRK-25 faced duct wrap. C. Ducts routed outside of building: 1. Insulation for ducts and plenums shall be faced duct wrap. 2. Insulation material shall be a flexible, closed -cell elastomeric insulation in tubular or sheet form. This product meets the requirements as defined in ASTM 534, "Specification for preformed elastomeric cellular thermal insulation in sheet and tubular form." 3. Insulation materials shall have a closed -cell structure to prevent moisture from wicking. 4. Insulation material shall be manufactured without the use of CFCs, HFC's, or HCFC's. It shall also be formaldehyde free, low VOC's, fiber free, dust free, and resists mold and mildew. 5. Materials shall have a flame spread index of less than 25 and a smoke - developed index of less than 50 when tested in accordance with ASTM E 84, 230700-2 C00735C12 latest revision. In addition, the product, when tested, shall not melt or drip flaming particles, the flame shall not be progressive and all materials shall pass simulated end-use fire tests. 6. Materials shall have a maximum thermal conductivity of 0.27 Btu-in./h-ft2-°F at a 75°F mean temperature when tested in accordance with ASTM C 177 or ASTM C 518, latest revisions. 7. Materials shall have a maximum water vapor transmission of 0.08 perm -inches when tested in accordance with ASTM E 96, Procedure A, the latest revision. 2.04 PIPE AND DUCT METAL JACKETING A. Outdoors: 1. The insulated jacketing shall be puncture -resistant metal cladding, maintenance - free white metal surface not needing painting in the future with zero permeability. Insulated jacketing shall be ArmaTuff as manufactured by Armacell LLC or approved equal. 2. Should an inner insulation layer be required, it shall be a single layer with 50% overlap. The insulation shall be flexible elastomeric, closed -cell material to of a thickness to meet the insulation requirements in the table above when combined with the insulated jacketing. Insulation shall comply with ASTM C 534, Type II for sheet materials. Field applied adhesive shall comply with MIL -A -24179A, Type II, Class 3. Insulation shall be ArmaFlex as manufactured by Armacell LLC or approved equal. B. Glass Fiber Insulation: 1. Insulation a. Curved surfaces 10 -inch diameter and less, use pre -molded pipe insulation. Larger sizes, provide Owens-Corning "Pipe Wrap Insulation", CertainTeed "Snap Wrap" or Knauf "Flex Wrap"; maximum "K" value at 75 degrees F of 0.27 Btu-inches/hr/sqft/degrees F; with factory -applied jacket. b. Flat Surfaces: Owens-Corning type 703, CertainTeed "IB300" or Knauf "Elevated Temperature Board"; maximum "K" valve at 75 degrees F of 0.23 Btu- inches/hr/sqft/degrees F. 2. Jacket a. Primary Jacket: All service jacket; factory applied; laminated type with off- white vinyl coating, integral vapor barrier with 0.02 perm rating and 10 x 6 mesh scrim per inch; or type FRK, foil -reinforced kraft jacket with integral vapor barrier, 0.02 perm rating and 10 x 6 mesh scrim per inch. b. Secondary (Outer) Jacket: 6 ounce woven glass fiber cloth. 3. Lagging Adhesive: Borden "Arabol" No. E-1658 or Foster "Lagfas"; non- flammable. C. RIGID INSERTS 1. Manville Thermo -12 pipe insulation, cork, or shaped wood. PART 3 EXECUTION 3.01 PREPARATION A. Install covering after piping, ductwork, and equipment have been tested and approved. 230700-3 C00735C12 B. Ensure surface is clean and dry prior to installation. Ensure insulation is dry before and during application. C. Ensure insulation is continuous through inside walls except at fire walls. D. Deliver material to job site in original non -broken factory packaging, with manufacturer's labels. E. Perform work at ambient and equivalent temperatures as recommended by the manufacturer. 3.02 DUCTS A. Insulate supply, return and outside air ducts inside and outside the conditioned space as indicated in Part 2 of this specification and as indicated on the drawings. B. Adhere insulation to metal with 4 -inch wide strips of insulation bonding adhesive at 8 -inches o.c. Additionally secure insulation to the bottom of rectangular ductwork wider than 24 -inches with Miracle surface anchors or metal stick clips 18 -inches on center. Round duct over 12 -inches in diameter spiral wind over insulation 16 -gauge black annealed wire. Wrap insulation firmly on the ductwork with all circumferential joints butted and longitudinal joints overlapped a minimum of 2 -inches. Secure overlap and 2 -inch facing flange with 9/16 flare -door staples 6 -inches o.c. Tape with 3 -inch -wide foil reinforced Kraft tape. Tape all pin penetrations or punctures in facing. C. Insulate all access panels in ducts with vapor barrier insulation same as duct insulation. Seal edges of insulation on access panel and finish openings to assure accessibility. D. Lined ducts need only be insulated as required to meet the thermal criteria indicated in Part 2 of this specification. E. Install aluminum jackets on all insulated ductwork above the roof and elsewhere where exposed to weather. All jacket joints to overlap 2 -inch minimum. Provide aluminum straps at all joints and on 18 -inch maximum centers with straps tightened to hold jacket tightly to insulation surfaces. At the Contractors option, install aluminum pop rivets for all transverse and longitudinal jacket joints on 9 -inch maximum centers with aluminum straps installed between transverse jacket joints at not more than 18 -inch spacing between straps and joints or between straps. END OF SECTION 230700-4 C00735C12 SECTION 230800 SYSTEMS COMMISSIONING PART1 GENERAL 1.01 WORK INCLUDED A. HVAC Systems Commissioning. B. Coordination with Systems Balancing. 1.02 CODES AND STANDARDS A. National Environmental Balancing Bureau (NEBB). B. Associated Air Balance Council (AABC). 1.03 COMMISSIONING AGENT A. Commissioning Agent will be provided by the Owner and will not be agent of the constructioh Contractor. This section specifies only the duties of the commissioning agent and provides direction for coordination with the Contractor. 1.04 SUBMITTALS A. HVAC Systems Commissioning Plan 1.05 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 23 05 00 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. 1.06 CODES AND STANDARDS A. Washington State Non-residential Energy Code (WSNREC), latest adopted version. PART2 PRODUCT 2.01 INSTRUMENTS A. When instruments are used, they shall be accurate and recently calibrated. Provide instrument calibration history if requested by the King County Project Representative. Use instrumentation application methods in accordance with A.A.B.C. or N.E.B.B. procedures. 230800-1 C00735C12 2.02 COMMISSIONING PLAN A. Submit commissioning plan prior to start of work. As a minimum, include the following in the plan: 1. General description of each air and natural gas system with its associated equipment and operating cycles for heating. 2. A detailed explanation of the original design intent. 3. Equipment and systems to be tested, including the extent of sampling tests. 4. Functions to be tested (for example, calibration, economizer controls, etc.) 5. Conditions under which the test shall be performed (for example, winter design conditions, full outside air, etc.) 6. Measurable criteria for acceptable performance. 7. Include in agenda sample forms showing application of procedure to typical systems. 2.03 PRELIMINARY AND FINAL COMMISSIONING REPORTS A. Provide six (6) sets of commissioning reports: 1. Three (3) submitted in preliminary form to the King County Project Representative 2. Three (3) sets in final form incorporating comments made by the King County Project Representative on the preliminary report. 2.04 COMMISSIONING REQUIREMENTS A. Commissioning shall include, as a minimum: 1. A Commissioning Plan, 2. System Testing and Balancing, 3. Equipment/System Functional Performance Testing, 4. Controls Functional Performance Testing, 5. A Preliminary Commissioning Report, 6. Post Construction Documentation (all), and 7. A Final Commissioning Report. 2.05 SYSTEMS TESTING AND BALANCING A. All HVAC systems shall be balanced in accordance with generally accepted engineering standards, in compliance with the WSNREC and in accordance with specification section 230593 Balancing Air and Water Systems. PART 3 EXECUTION 3.01 FUNCTIONAL PERFORMANCE TESTING A. Equipment/Systems Testing: Functional Performance Testing shall demonstrate the correct installation and operation of each component, system, and system -to -system intertie relationship in accordance with approved plans and specifications. This demonstration is to prove the operation, function, and maintenance serviceability for each of the Commissioned systems. B. Testing shall include all modes of operation, including: 1. All modes as described in the Sequence of Operation, 230800-2 C00735C12 2. Redundant or automatic back-up mode, 3. Verification of gas flow meter reporting to BAS. 4. Performance of alarms, and 5. Mode of operation upon a loss of power and restored power. C. Controls Testing: HVAC control systems shall be tested to ensure that control devices, components, equipment and systems are calibrated, adjusted and operate in accordance with approved plans and specifications. Sequences of operation shall be functionally tested to ensure they operate in accordance with approved plans and specifications. Gas flow metering shall be reporting current values to the building automation system. 3.02 POST CONSTRUCTION COMMISSIONING A. General: Construction documents required for post construction commissioning shall be provided to the King County Project Representative. Drawing notes may refer to specifications for further commissioning requirements. Post construction commissioning shall include, as a minimum, review and approval of Operation and Maintenance Materials, and Record Drawings. B. Operation and Maintenance (O & M) Manuals: The O & M manual shall be in accordance with industry accepted standards, in compliance with the WSNREC and in accordance with specification section Div 23 General Provisions. C. Record Drawings: Provide Record ("As -Built") drawings in accordance with industry accepted standards, in compliance with the WSNREC and in accordance with specification section Div 23 General Provisions. D. Systems Operational Training: The training of the appropriate maintenance staff for each equipment type and/or system shall include, as a minimum, the following: 1. System/Equipment overview (what it is, what it does and which other systems and/or equipment does it interface with). 2. Review of the available O&M materials. 3. Review of the Record Drawings on the subject system/equipment. 4. Hands-on demonstration of all normal maintenance procedures, normal operating modes, and all emergency shutdown and start-up procedures. 3.03 COMMISSIONING REPORTS A. General: The reports shall include Project Name, Agency Owner, Owner's Project Number, Year, Engineer and the Commissioning Agency. The report shall include all observed and measured data to document whether systems are operating to the full intent of the contract documents. As a minimum, the reports shall include the following information. B. Preliminary Commissioning Report: A preliminary report of commissioning test procedures and results shall be completed and provided to the King County Project Representative. The preliminary commissioning report shall identify: 1. Deficiencies found during testing required by this section which have not been corrected at the time of report preparation and the anticipated date of correction. 2. Deferred tests which cannot be performed at the time of report preparation due to climatic conditions. 230800-3 C00735C12 3. Climatic conditions required for performance of the deferred tests, and the anticipated date of each deferred test. C. Final Commissioning Report: A complete report of test procedures and results shall be prepared and filed with the King County Project Representative. Tests which cannot be performed at the time of report preparation due to climatic conditions may be deferred until climatic conditions allow and may be submitted separately. The Final Commissioning Report shall identify: 1. Results of all Functional Performance Tests. 2. Disposition of all deficiencies found during testing, including details of corrective measures used or proposed. 3. All Functional Performance Test procedures used during the commissioning process including measurable criteria for test acceptance, provided herein for repeatability. 3.04 PROCEDURES A. Commissioning shall be performed following installation, clean-up, controls check- out and system start-up to verify proper operation of all features of the systems installed. B. Use procedures in accordance with the Associated Air Balance Council's "National Standard for Field Measurements and Instrumentation - Total System Balance", Volume One, No. 81366. 3.05 COORDINATION A. Prior to the start of the commissioning, confirm notify and coordinate with the piping, sheet metal, controls, balancing, electrical and other related contractors. Obtain the support of these contractors. Upon discovery of a system or portion of a system that is suspected of improper function, notify the appropriate contractor. Allow for a minimum of one repair by the contractor(s) and provide a re -test of the suspected system at no additional cost to the Owner. Document both the initial and final measurements as outlined in PART 2 PRODUCT. END OF SECTION 230800-4 C00735C12 SECTION 230900 AUTOMATIC CONTROLS PART1 GENERAL 1.01 WORK INCLUDED A. Paint Booth Automatic Controls B. LFL Monitoring Sensor C. Commissioning assistance D. The work of this Section requires additions and modifications to the existing Siemens Building Technologies, Inc. Landis Division DDC control system including the design and provision of a direct digital control system to provide the required sequences of operation specified. Controls shall be integrated into the existing system. Contractor shall provide design, programming, graphics creation, materials, and labor for a complete and operable system to matching existing. 1.02 CODES AND STANDARDS A. ANSI C-80.1 American Nati. Stds. Institute, "Zinc -Coated Rigid Steel Conduit" B. ANSI C-80.3 American Natl. Stds. Institute, "Zinc -Coated Electrical Metallic Tubing" C. NEC (NFPA 70) Natl. Fire Protection Association, "National Electrical Code" D. NESC IEEE, "National Electrical Safety Code" E. UL 6 Underwriters Laboratories, "Rigid Metal Electrical Conduit" F. UL 797 Underwriters Laboratories, "Electrical Metallic Tubing" G. UL 1242 Underwriters Laboratories, "Intermediate Metal Conduit' H. WAC 296 Washington Administrative Code, Department of Labor & Industries I. WEC Washington State Energy Code, WAC 51-11 J. IBC International Building Code 1.03 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. 230900-1 C00735C12 C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. 1.04 QUALIFICATIONS A. Approved Manufacturers / Representative: Siemens Building Technologies, Inc. Landis Division / Siemens Building Technologies, Inc. Landis Division; no substitutions. B. Installer: By the local district office of Siemens Building Technologies, Inc. Landis Division or by a Siemens Building Technologies, Inc. Landis Division subcontractor. The entire control system shall be installed by qualified electricians and mechanics, all of whom are properly trained and qualified for the work they perform, and directly supervised by the local representative of the component manufacturer. 1.05 SCOPE A. Engineering, materials and labor to design and install a complete control system for the heating, ventilating. systems. B. All automatic control dampers not provided with mechanical equipment shall be sized and furnished by the controls contractor. C. All automatic control valves not provided with mechanical equipment shall be sized and furnished by the controls contractor. D. The Control Manufacturer shall provide the necessary skilled labor, helpers, materials and equipment to support, coordinate and adjust during the commissioning work (see Section 230800). PART2 PRODUCT 2.01 CONTROL PANEL A. Paint booth control panels shall be capable of modulating and controlling the ventilation and temperature of the paint booth in all control schemes outlined on sheet M6.02 & M6.03. B. Paint booth control panel shall be capable of interfacing with the following instruments: Flammability Monitor, Automatic Control Dampers, Automatic Control Valve, Building DDC System, exhaust fan VFD's, AMU's, Building Fire Alarm System, Paint Booth Door Switch, Paint Booth Lighting, Pressure Sensors, and Temperature Sensors. C. Paint booth control panel shall be gray -painted, NEMA 12 steel, flanged -disconnect, with 3 -point door latch hardware. Multi -door panels will feature mechanically interlocked doors, such that no door may be opened unless power has first been interrupted via disconnect. D. Paint booth control panels shall include control power transformers, fusing and overload protection for any connected motors, automation equipment, and air louvers and ventilation fans, as required, based on total thermal losses of enclosed 230900-2 • C00735C12 electrical equipment. E. Paint booth control panel shall include a fluorescent light fixture, with door switch, for interior lighting. All control panels will bear a UL508 industrial enclosure label. F. Paint booth control panel shall include functioning to: monitor various sensors and switches, located in and around the paint booth; control damper positions, fan speeds, booth lighting, spray air control valve, booth temperature and operating modes; accept operator entered set -points and operating modes; accomplish control strategies described elsewhere in specification documents; display paint booth status and alarm information via operator interface terminals. The paint booth controllers will manage start-up, operation and shutdown of paint booths and all related fans, dampers, lighting and air make-up units. Control panel shall have, at minimum, supply temperature control consisting of up and down buttons with digital display showing selected temperature, digital display showing current supply temperature, emergency system shutdown button, cycle selection dial, system start button, cycle runtime control consisting of up and down buttons with digital display showing selected cycle time. Emergency system shutdown button shall be labeled "VENTILATION SYSTEM EMERGENCY SHUTOFF". G. Paint booth differential pressure and filter pressure drop (clogged) transmitters will be included in the paint booth control panels. All transmitters monitored by the paint booth control panels will produce a 4-20 maDC signal and may be 2 -wire or 4 -wire units. All process switches (such pressure, air flow, etc.) will provide a 'dry -contact' output interface, preferably 'fail-safe', i.e. normally -open contact held closed to signify normal/safe conditions. All equipment status switches will be 'dry -contact' output, normally open held closed to indicate monitored equipment is operating/running. Any 'smart' apparatus will utilize standard MODBUS RTU protocol, or other data communications protocol compatible with paint booth DDC control systems. H. See electrical specifications section for electrical requirements of paint booth control panel. 2.02 INSTRUMENTS A. LFL monitors: Industrial grade flammability analyzer capable of measuring %LFL of paint booth environment continuously during paint booth operation from 0% LFL to 100% LFL within temperature range of 20°F to 140°F and relative humidity between 0% and 100%. Analyzer shall be capable of monitoring a %LFL of airborne solvents commonly used in automotive repair facilities including but not limited to the following list: Ethyl Acetate, Isopropyl Acetate, Ethanol, n -Propanol, Isopropyl Alcohol, n -Propyl Acetate, Acetone, Toluene, Xylene, MEK, Hexane, and Heptane. Analyzer shall be MSA A-ULTIMA X XP or approved equal. B. Control Dampers: Heavy duty industrial grade butterfly type isolation dampers, parallel or opposed blade as required for the installation or as indicated on the drawings. Dampers shall be outfitted with synthetic elastomer seals and shall not leak in excess of 20 cfm per square foot when closing against 4 -inch water gauge. Dampers shall be 16 -gauge galvanized, bronze bearings, and their linkage shall not be exposed to the airstream. Size dampers for proper pressure drop and control characteristics. Outside air and exhaust dampers shall be normally open, return 230900-3 C00735C12 dampers shall be normally closed. C. Air Solenoid Control Valve: See Solenoid Valve under section 230500. 2.03 ELECTRIC WIRING A. This Contractor to do all wiring in connection with the automatic control system. All electric wiring shall be in conduit and be installed strictly in accordance with local and state codes and the electrical division of this specification. B. All wiring and conduit shall be concealed except in Mechanical Rooms. C. Temperature control and interlock wiring shall be provided by the controls Contractor or their authorized distributor. D. The Contractor shall fully coordinate the interconnection of factory assembled portions of system controls, field installed control systems and the electrical power system to provide a complete working installation. E. Power for temperature control equipment shall not be taken from equipment motor leads. Power shall be from circuits dedicated for controls only. 2.04 VARIABLE FREQUENCY DRIVES (VFD) A. Manufacturers: ABB Model ACH550 or equal of Cutler Hammer, Square D, Magnatek, Allen-Bradley, or approved equal. B. The variable speed drives (VFDs) shall be solid state, with a Pulse Width Modulated (PWM) output. The VFD shall employ full wave rectifier (to prevent input line notching), Integral Line Reactor(s), Capacitors, and Insulated Gate Bipolar Transistors (IGBT's) as the output switching device. The drive efficiency shall be 97 percent or better at full speed and full load. Fundamental power factor shall be 0.98 at all speeds and loads. 1. Input 480 VAC plus or minus 10 percent, 3 phase, 57-63 Hz or input 208//240 VAC plus or minus 10 percent, 3 phase, 57-63 Hz. Undervoltage trip at rated input minus 35 percent. Overvoltage trip at rated input plus 30 percent. 2. Interrupt rating 65 kAIC, suitable for use on a circuit capable of delivering not more than 65,000 RMS symmetrical Amps, 480 V maximum. 3. Output frequency 0 to 63 Hz. 4. Environmental Operating Conditions: 0 to 40 degrees Celsius, 0 to 3300 feet above sea level, less than 95 percent humidity, non -condensing. C. The VFD packages located outside shall be as specified herein and be enclosed in a NEMA 250 Type 3R UL listed outdoor enclosure, completely assembled and tested by the manufacturer, and shall have the following design criteria. 1. Shall have a file number with UL. 2. Shall be painted with a powder coat paint system. 3. Shall be force ventilated with a UL listed thermostat to control internal temperature of the cabinet. 4. Shall have a UL listed strip heater to regulate the internal temperature of the cabinet. Units with a light bulb as a means of heating the cabinet are not acceptable. 5. Shall utilize Nema 4X pilots lights. 230900-4 C00735C12 6. Enclosure ventilation openings shall have bird and varmint screening and the inlet shall be filtered. D. VFDs shall have the following standard features: 1. All VFDs shall have the same customer interface, including digital display and keypad, regardless of horsepower rating. The keypad shall be used for local control, for setting all parameters, and for stepping through the displays and menus. The keypad shall be removable, capable of remote mounting, and shall have its own non-volatile memory. The keypad shall allow for uploading and downloading of parameter settings as an aid for startup of multiple VFDs. 2. The keypad shall include Hand -Off Auto membrane selections. Then in "Hand", the VFD shall be started and the speed shall be controlled from the up/down arrows. When in "Off', the VFD shall be stopped. When in "Auto", the VFD shall start via an external contact closure and the VFD speed shall be controlled via an external speed reference. The drive shall incorporate "bumpless transfer" of speed control between "Auto" and "Hand" modes. 3. The VFDs shall utilize pre-programmed application macros specifically designed to facilitate startup. The application macros shall provide one command to reprogram all parameters and customer interfaces for a particular application to reduce programming time. 4. The VFD shall have the ability to automatically restart after an overcurrent, overvoltage, undervoltage, loss of input signal, or protective trip. The number of restart attempts, trial time, and time between reset attempts shall be programmable. 5. The VFD shall be capable of starting into a rotating load (forward or reverse) and accelerate or decelerate to setpoint without safety tripping or component damage (flying start). The VFD shall also be capable of DC injection braking at start to stop a reverse spinning motor prior to ramp. 6. The VFD shall be equipped with an automatic extended control power ride - through circuit, which will utilize the inertia of the load to keep the drive powered. Typical control power ride -through for a fan load shall be 2 seconds minimum. 7. If the input reference (4-20mA or 2-10V) is lost, the VFD shall give the user the option of either (1) stopping and displaying a fault, (2) running at a programmable preset speed, (3) hold the VFD speed based on the last good reference received, or (4) cause a warning to be issued, as selected by the user. The drive shall be programmable to signal this condition via a keypad warning, relay output and/or over the serial communications bus. 8. The terminal strip shall be isolated from the line and ground. 9. The drive shall employ current limit circuits to provide trip -free operation. a. The Slow Current Regulation limit circuit shall be adjustable to 150 percent (minimum) of the VFDs normal duty current rating. This adjustment shall be made via the keypad, and shall be displayed in the actual amps, and not as percent of full load. b. The Current Switch -off limit shall be fixed at 350 percent (minimum, instantaneous) of the VFDs normal duty current rating. 10.. The overload rating of the drive shall be 110 percent of its normal duty current rating for 1 minute in every 10 minutes. 11. DC reactors shall be located on both the positive and negative bus rails to reduce the harmonics to the power line and to increase the fundamental power factor. 12. The VFD shall be capable of sensing a loss of load (broken belt/no water in pump) and signal the loss of load condition. The drive shall be programmable to signal this condition via a keypad warning, relay output and/or over the serial 230900-5 C00735C12 communications bus. Relay outputs shall include programmable time delays that will allow for drive acceleration from zero speed without signaling a false underload condition. 13. The VFD shall have a programmable "Sleep" and "Wake up" functions to allow the drive to be started and stopped from the level of a process feedback or follower signal. E. Compliance: Provide a harmonic analysis certificate specific to this installation for each variable speed drive: 1. Prior to installation, the VFD manufacturer shall provide a certificate testifying that calculations, specific to this installation, showing that the voltage total harmonic distortion shall not exceed 2.5 percent at 90 percent rated nameplate speed and loading at the service entrance to the building and that the current total harmonic distortion shall not exceed 15 percent at 90 percent rated nameplate speed and loading at the service entrance to the building. The results shall be based on a computer aided circuit simulation of the total actual system, with information obtained from the power provider and user. The acceptance of this calculation shall be completed prior to VFD installation. 2. If the voltage total harmonic distortion is greater than 2.5 percent at 90 percent rated nameplate speed and loading at the service entrance to the building or if the current total harmonic distortion exceeds 15 percent at 90 percent rated nameplate speed and loading at the service entrance to the building, then the VFD manufacturer shall provide input line filters sized and provided as required to reduce the voltage and current total harmonic distortion to the acceptable level. F. VFDs shall have the following adjustments: 1. Three programmable critical frequency lockout ranges to prevent VFD from operating the load continuously at an unstable speed. 2. Two PID Setpoint controllers shall be standard in the drive, allowing a pressure or flow signal to be connected to the VFD, using the microprocessor in the VFD for the closed loop control. The VFD shall have 250 mA of 24 VDC auxiliary power and be capable of loop powering a transmitter supplied by others. The auxiliary power supply shall have overload and over current protection. The PID setpoint shall be adjustable from the VFD keypad, analog inputs, or over the communications bus. 3. Two programmable analog inputs shall accept a current or voltage signal for speed reference, or for reference and actual (feedback) signals for PID controller. Analog inputs shall include a filter; programmable from 0.01 to 10 seconds to remove any oscillation in the input signal. The minimum and maximum values (gain and offset) shall be adjustable within the range of 0-20 ma and 0-10 Volts. Additionally, the reference must be able to be scaled so that maximum reference can represent a frequency less than 60 Hertz, without lowering the drive maximum frequency below 60 Hertz. Process variables shall be modifiable by math functions such as multiplication and division between the two signals (fan tracking), high/low select, as well as inverted follower. 4. Six programmable digital inputs for maximum flexibility in interfacing with external devices. One digital input is to be utilized as a customer safety connection point for fire, freeze, and smoke interlocks (Enable). Upon customer reset (reclosure of interlock) drive is to resume normal operation. 5. Two programmable analog output proportional to frequency, motor speed, output voltage, output current, motor torque, motor power (kW), DC bus voltage, active reference, and other data. 230900-6 C00735C12 6. Three programmable digital relay outputs. The relays shall be rated for maximum switching current 8 amps at 24 VDC and 0.4 A at 250 VAC; maximum voltage 300 VDC and 250 VAC; continuous current rating 2 amps RMS. Outputs shall be true form C type contacts; open collector outputs are not acceptable. Relays shall be capable of programmable on and off delay times. 7. Seven programmable preset speeds. 8. Two independently adjustable accel and decel ramps. These ramp times shall be adjustable from 1 to 1800 seconds. 9. The VFD shall ramp or coast to a stop, as selected by the user. G. The following operating information displays shall be standard on the VFD digital display. All applicable operating values shall be capable of being displayed in engineering (user) units. A minimum of two operating values from the list below shall be capable of being displayed at all times. The display shall be in complete English words (alpha -numeric codes are not acceptable): 1. Output/frequency. 2. Motor speed (RPM, percent, or engineering units). 3. Motor current. 4. Calculated motor torque. 5. Calculated motor power (kW). 6. DC bus voltage. 7. Output voltage. 8. Heatsink temperature (degrees F). 9. Analog input values. 10. Analog output value. 11. Keypad reference values. 12. Elapsed time meter (resettable). 13. KWh meter (resettable). 14. MWh meter. 15. Digital input status. 16. Digital output status. H. The VFD shall have the following protection circuits. In the case of a protective trip, the drive shall stop, and announce the fault condition in complete words (alphanumeric codes are not acceptable). 1. Overcurrent trip 350 degrees instantaneous (170 percent RMS) of the VFDs variable torque current rating. 2. Overvoltage trip 130 degrees of the VFDs rated voltage. 3. Undervoltage trip 65 percent of the VFDs rated voltage. 4. Overtemperature plus 90 degrees Celsius, heatsink temperature. 5. Ground fault either running or at start. 6. Adaptable electronic motor overload (12t). The electronic motor overload protection shall protect the motor based on speed, load curve, and external fan parameter. Circuits, which are not speed dependent, are unacceptable. The electronic motor overload protection shall be UL Listed for this function. 1. Speed command input shall be via the following. 1. Keypad. 2. Two analog inputs, each capable of accepting a 0-20mA, 4-20mA, 0-10V, 2-10V signal. 3. Floating point input shall accept a three -wire input from a Dwyer Photohelic (or equivalent type) instrument. 4. Serial communications. 230900-7 C0073SC12 Serial Communications: 1. The VFD shall have an RS -485 port as standard. The standard protocols shall be Siemens Building Technologies FLN. Each individual drive shall have the protocol in the base VFD. Provide Siemens Building Technologies P1 chip. 2. The VFD shall be able to communicate with PLCs, DCSs, and DDCs. 3. Serial communication capabilities shall include, but not be limited to, run -stop control; speed set adjustment, proportion aUinteg ra I/derivative PID control (Set Point) adjustments, current limit, and accel/decel time adjustments. The drive shall have the capability of allowing the DDC to monitor feedback such as process variable feedback, output speed/frequency, current (in amps), percent torque, power (kW), kilowatt hours (resettable), operating hours (resettable), relay outputs, digital inputs and diagnostic warning and fault information. Additionally, remote (LAN) VFD fault reset shall be possible. A minimum of 15 field parameters shall be capable of being monitored. 4. The VFD shall allow the DDC to control the drive's digital and analog outputs via the serial interface. The serial communications interface shall allow for DO (relay) control and AO (analog) control without being tied to a VFD function. In addition, all drive digital and analog inputs shall be capable of being monitored by the DDC system. 5. The VFD shall have the capability of accepting fiber optic cables for connection to VFD fieldbus adapters. Communications between the drive and fieldbus adapters shall be at 1 Mega Baud. 6. The VFD shall be connectable to a PC based software tool capable of operating, programming, monitoring the drive as well as diagnosing faults. K. Microprocessor Based Bypass Controller: 1. Manual transfer to line power via contactors. A keypad to control the bypass controller shall be mounted on the enclosure door. The bypass keypad shall include a one line diagram and status LEDs to indicate the mode of operation, drive and bypass status and ready and enable conditions. When in the "Drive" mode, the bypass contactor is open and the drive output contactor is closed. In the "Bypass" position, the drive output contactor is open, and the bypass contactor is closed. Start/stop via customer supplied maintained contact shall be 24V or 115V compatible and shall function in both the "Drive" and "Bypass" modes. The voltage tolerance of the bypass power supply shall be plus 30/minus 35 percent to eliminate the problem of contactor coil burnout. The design shall include single-phase protection in both the VFD and bypass modes. 2. Customer Interlock Terminal Strip: Provide a separate terminal strip for connection of freeze, fire, smoke contacts, and external start command. All external safety interlocks shall remain fully functional whether the system is in Hand, Auto, Drive or Bypass modes. 3. Manual bypass operation shall be selectable in the standard microprocessor based bypass design. 4. Door/cover interlocked disconnect switch, which will disconnect all input power from the drive, bypass and all internally mounted options. The disconnect handle shall be through the door, and be padlockable in the "Off' position. 5. Fast acting semi -conductor fuses shall allow the VFD to disconnect from the line prior to clearing upstream branch circuit protection, maintaining bypass capability. 6. Electronic motor overload protection shall be included in the microprocessor bypass to protect the motor in bypass mode. 230900-8 C0073SC12 PART 3 EXECUTION 3.01 GENERAL A. Provide the engineering, materials and labor to design and install a complete control system for the heating, ventilating and air condition system as herein described and indicated on the drawings. The Temperature Control System shall be installed by skilled mechanics in this line of work, employed by the Control Component Manufacturer of Johnson Service, Landis & Staefa, Honeywell, Barber -Colman or approved equal. B. Submit description of operation and schematic drawings of the entire Control System to the King County Project Representative for approval before starting work. Bulletins describing each item of Control Equipment or component shall be included. Upon completion of his work, the Control Manufacturer shall provide a final set of description of operation and schematic as -built drawings of the Control System to the King County Project Representative (see Section 23 05 00); this submittal shall include all aforementioned items in addition to a detailed written sequence of operation, control schematics, FLA rating, quantity and Hp rating of the VFDs, description of the proposed drive speed input signal, a written description of any output signals to the energy management control system (EMCS). C. At the completion of the job, submit to the King County Project Representative a letter stating that the controls Manufacturer has made final calibrations and adjustments to the system and that the Owner's operating personnel have been instructed in its use. 3.02 INSTRUMENTS A. Flammability Analyzer: Mount to exterior surface, free from doors or windows, of paint booth in locations as shown on drawings. Analyzer shall be mounted 5 feet above floor where possible. B. Control Dampers: Furnish control dampers not provided with mechanical equipment and turn over to the Mechanical Contractor for installation. Supervise the damper installation. C. Control Valves: Furnish control valves not provided with mechanical equipment and turn over to the Mechanical Contractor for installation. Supervise the valve installation. D. Pulse Meters: Furnish pulse meters and supervise installation to measure gas flow to each paint booth. 3.03 ELECTRIC WIRING A. Provide all wiring, regardless of voltage, in connection with the automatic control system, including interlock wiring. B. Fully coordinate the interconnection of factory assembled portions of -system controls, field installed control systems and the electrical power system to provide a complete working installation. 230900-9 C00735C12 C. Provide power for temperature control equipment from circuits dedicated for controls only. Do not take power from equipment motor leads. 3.04 COMMISSIONING A. Upon completion of the work, provide the necessary skilled labor, helpers, materials and equipment to support the commissioning work (see Section 230800). During the commissioning, coordinate with the commissioning company and make all adjustments required to demonstrate systems are working properly. 3.05 SEQUENCE OF OPERATION A. Paint booth sequence of operations shall be as noted on drawings. 3.06 VFD STARTUP PROCEDURE A. VFD manufacturer shall provide start-up commissioning of the VSD and its optional circuits by a factory certified service technician who is experienced in start-up and repair services. The commissioning agent shall be the same personnel that will provide the factory service and warranty repairs at the customer's site. Sales personnel shall not be acceptable as commissioning agents. B. Contractor to provide at 4 hours of VFD maintenance and operations training for system. END OF SECTION 230900-10 C00735C12 SECTION 231100 NATURAL GAS SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED A. Natural gas piping system, equipment and connections. 1.02 CODES AND STANDARDS A. Comply with requirements of the Gas Utility. B. Comply with requirements of the American Gas Association (AGA). 1.03 REQUIRED SUBMITTAL A. Gas Meters 1.04 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. , B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCT 2.01 PRESSURE REDUCING VALVES A. Pressure range and capacity as scheduled on the drawings, Fisher, Rockwell, or equal. 2.02 PIPING JOINTS A. AGA approved Teflon joint tape (yellow), minimum 0.004" thick, or Loexal 18-10 joint compound or equal. 2.03 GAS METERS A. Gas meters shall be gas mass flow insertion type meter with explosion proof construction (Class 1 Div 1 & 2) and remote readout. B. Meter shall be capable of measuring natural gas flow with gas temperatures between -40°F and 200°F with an accuracy of +/- 0.5% of full scale +/- 1% of reading with a turn -down of 100 to 1 and resolution as much as 1000 to 1 and a repeatability of 0.2% 231100-1 C00735C12 C. Remote Enclosure shall be capable of mounting up to 1000 ft away from sensor and junction box. D. Select gas meter to match pipe size at point of installation. E. Provide gas meter with mounting and installation hardware provided by same manufacturer. F. Provide gas meter with additional length of remote wiring as needed for installation. G. Meter shall be capable of interfacing with the facilities DDC system. Coordinate DDC interface with controls vendor. H. Gas meter shall be Sage model SRE or approved equal. PART 3 EXECUTION 3.01 INSTALLATION A. Joints for threaded black steel pipe shall be either: 1. Graphite and oil approved for use with natural gas. 2. Teflon pipe joint tape. 3. Other approved pipe joint material insoluble in the presence of natural gas. B. Provide a shutoff valve where gas enters building. C. Provide a gas cock and 6 -inch long dirt leg at each equipment connection or rough - in. D. Where gas piping is indicated run inside the building envelope, run piping accessible, but concealed where possible. Do not install gas piping beneath concrete slab on grade. E. Any galvanized equipment or materials routed on building exterior shall be primed and painted to match existing equipment or adjacent building components. 3.02 GAS METERS 11 A. Install gas meters per manufacturer's written instruction. 3.03 PRESSURE REDUCING VALVES A. Provide shutoff valve ahead of each reducing valve. B. Provide a pressure reducing valve vent up 5 -feet -0 -inches above the level of the door, window or other openings into building; terminate no less than 15 -feet -0 -inches from fresh air intakes. 3.04 TESTING A. Unless otherwise required by the Gas Company, test the complete natural gas system as follows: 1. Systems at 14 -inches W.C. or less: Test at 10 psig for 15 minutes 2. Systems over 14 -inches W. C. and all welded systems: Test at 60 psig for 30 minutes. B. If a perceptible loss of pressure is observed, locate leak and remake fitting. Retest and repair any additional leaks until system tests integral. END OF SECTION 231100-2 C00735C12 SECTION 233000 AIR DISTRIBUTION SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED A. Duct Systems B. Hangers and Supports C. Hardware and Accessories D. Seismic protection of ductwork 1.02 SUBMITTALS Pgc,A "of cam pc, A— Sf Co�y S Fig N�r°�tiy A. Equipment ��� 7 B. Hardware and Accessories C. Drawing indicating seismic protection requirements of ductwork 1.03 CODES AND STANDARDS A. Comply with the current editions of the following standards unless specified or indicated otherwise: 1. ASHRAE Guide Equipment Volume: Duct Construction, Chapter 1 2. "SMACNA HVAC Duct Construction Standards" 3. "SMACNA Industrial Duct Construction Standards" 4. "SMACNA Seismic Restraint Manual - Guidelines for Mechanical Systems" 5. NFPA-90A 6. NFPA-90B 7. NFPA-96 8. Washington State Non- Residential Energy Code 9. Insulation shall comply with UL 181 and NFPA 90A 10. All electrical components shall be UL listed and installed in accordance with the National Electric Code. 11. Attachments to the ceiling system shall be in accordance with UBC. 12. The entire assembly of all electrically -driven devices (including air terminal units) shall be UL or ETL listed. 13. ASTM A525 — Steel Sheet, Zinc- Coated (Galvanized) by the Hot- Dip Process. 1.04 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. 233000-1 C00735C12 C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCTS 2.01 DUCT AND PLENUM MATERIAL A. For material, gauges, fabrication and installation, select from the SMACNA options that will result in a composite assembly that will be serviceable within the following criteria: 1. Exhaust duct systems use 1/2 -inch w.g. negative basis of compliance. B. G-90 coated galvanized steel of lock forming grade ASTM A-525 and A-527, unless indicated on the drawings or specified otherwise. C. Duct sealant shall be no/low VOC vinyl acetate water based duct sealer; Ductmate PROseal, Ductmate FIBERseal, or approved equal. 2.02 HVAC DUCT CONSTRUCTION STANDARDS A. Comply with "SMACNA HVAC Duct Construction Standards" and with the following exceptions, selections or deviations. B. Duct Sealing: Supply ducts upstream of terminal boxes and aluminum duct seal per Class "A" requirement in Table No. 1-2, "Duct Sealing Requirements." C. Fittings: 1. In general, square throat elbows in rectangular ducts shall have double wall turn vanes. Turn vanes shall be double wall acoustical type: a. Insulation filled, perforated face, factory fabricated acoustical turning vanes. b. Airsan "Acoustiturn", Elgen No. AV -7 hollow turning vanes with No. AVR-6 push type side rails, equal of Ductmate "Prorail", or equal. 'Button Punch" side rails not permitted. 2. Where space allows, elbows in rectangular ducts may be full throat elbow type. For velocities 1500 fpm and higher, use 1.5 radius. For velocities lower than 1500 fpm, use 1 radius. 3. Do not use straight tap for branch connections in rectangular duct. 4. For round ducts over 48 -inches diameter use continuously welded angle type RT -2A companion flange at transverse joint. 5. Provide airtight stuffing boxes in supply ducts upstream of terminal boxes at penetrations, such as thermostats, thermometers and pipes. Use rubber grommets or U -channel rubber extrusions of Rubbercraft Manufacturer. to create airtight seal. D. Flexible Connections: 1. Provide at duct connections to fan inlets and outlets and recirculation control dampers, minimum clear length of 8 -inch. 2. UV resistant fabric. 3. Duro-Dyne "Durolon", Ventfabrics "Ventglas", or equal. E. Duct and Plenum Liner: 1. 1.5 Ib. density fiberglass lining, Owens-Corning Fiberglass, Armstrong, Knauf, or equal. 233000-2 C0073SC12 2. Provide 2 -inch -thick liner throughout. Sizes indicated for acoustic -lined ducts shall be net dimensions inside of the lining. 3. Provide in the following locations: a. Where indicated on the drawings. b. Ducts inside the building conveying outside air. c. Plenums, supply air, return air, outside air and mixed air. 4. Use non-flammable adhesive. 5. Repair all cuts, tears and damage by coating with adhesive. 6. Provide hat section build -outs at turn vane, dampers or other devices. F. Hanging and Supporting System: 1. Do not use powder actuated fastening devices. Use steel expanding concrete anchors placed in drilled holes, Red -Head, Phillips Anchors or equal. 2. Select upper attachments using a safety factor of 5. 3. Do not penetrate duct with screws. 4. Exposed duct in finished spaces: a. Rectangular and flat oval ducts provide trapeze hangers with minimum 3/8 - inch electro galvanized threaded rod and angle iron or Unistrut channel. b. Round ducts provide 1 -inch by 16 -gauge split rings with minimum 3/8 -inch electro galvanized threaded rod. 5. Install ducts so that the ducts and hangers do not touch moving equipment or equipment supports, conduit or piping subject to vibration. 2.03 MISCELLANEOUS A. Dial Thermometers: 1. Trerice Series L800, Palmer, or equal. 2. 3 -1/2 -inch dial, solid liquid filled, stainless steel case with adjustable angle mounting bracket, 8 -foot -long copper averaging bulb. 3. Scale shall be selected appropriate to the usage. B. Wall Openings: 1. Seal space around ducts where ducts pass through walls, ceilings or floors. 2. Densely pack void space with loose fill fiberglass Insulation. Install galvanized iron frame at each side of opening to cover edges of duct openings. C. Automatic Dampers: 1. Install automatic dampers furnished by the controls subcontractor, and specified in Div 23. D. Duct Smoke Detectors: 1. Detectors: Pyrotronics "Pyr-A-Larm", Model CDA -2; UL approved and designed for detection of smoke in duct per NFPA 90A; self-contained with sampling tubes extending across the air duct or air handling unit to sample a cross sectional area; maximum 120 volt A -C power supply; supplies power to neon alarm indicators; auxiliary contacts for remote alarms; key operated reset switch; remote alarm lamp with round coverplate, Pyr-A-Larm No. RAL 1. 2. Smoke Detector Function: Shall sense smoke or products of combustion and supply 24 volt current to alarm indicator and auxiliary contacts. 3. Wiring (Connections Between Detector and Remote Indicating Lamp): unless specified otherwise, 18 gauge minimum; 250 volt; installed in electrical raceways. 233000-3 C00735C12 E. Duct Access Panels: Sheetmetal, gasketed; 12 -inch x 16 -inch minimum size or maximum possible size where duct dimensions do not permit this size, for fire and fire -smoke dampers for access into duct as required to replace fusible link and reset damper. PART 3 EXECUTION 3.01 INSTALLATION A. Route ductwork to avoid interference with structure, ceiling supports and framing, lights and work of other trades. Provide offsets as required. B. Ductwork in General: 1. Elbows: a. Supply Ducts: Standard radius elbows per SMACNA Standards. Square elbows with vanes are allowed only where indicated. b. Exhaust Ducts: Minimum elbow radius equal to 1/2 duct width. Square corner elbows allowed only where indicated. 2. Circular Ducts: Spiral seam ducts as specified. 3. Duct Collars: Provide where exposed ductwork passes through walls, slabs or ceilings. 4. Seams: Formed and sealed per SMACNA recommendations for 5 percent maximum leakage; standing seams are not acceptable on ducts other than plenums. Snaplock type seams by Lockformer tools are acceptable for low pressure ductwork where Pittsburgh seams called for. 5. Joints: Formed and sealed per SMACNA recommendations for 5 percent maximum leakage; T-22 companion angle joints and T-23 flanged joints are not allowed. C. Provide steel angle framing on 18 -inch centers to support plenums and large ducts. Fasten lapped type seams to framing on 4 -inch centers or standing type seams to framing on 12 -inch centers. Provide supplementary bracing on horizontal surfaces to prevent deformation under system operating and "upset" pressures. Fasten sheetmetal to backing steel screws. D. Any galvanized equipment or materials routed on building exterior shall be primed and painted to match existing equipment or adjacent building components. E. Duct and Plenum Sealing 1. Seam and Joint Construction: Fill sheetmetal seams and joints with fire -retardant mastic prior to their assembly; construct seams and joints to retain mastic after assembly. 2. Application of sealant: Brush, trowel, or otherwise spread sealant to all transverse and longitudinal ductwork seams and joints, except longitudinal Pittsburgh and grooved seams. Comply with sealant manufacturer's recommendations. Clean ductwork surface before application. Do not apply sealant to damp or wet duct surfaces. Reapply sealant to all duct seams where adhesion is incomplete, or as directed. 3. Sealing Around Filters: Seal between the base of the filter casing and the floor surfaces with a polysulphide base mastic. Seal filter casing to walls with sheetmetal. 233000-4 C00735C12 4. Pipe Penetrations: Seal per Figure 6-10, SMACNA HVAC Duct Construction Standards, 1985. 5. Flexible Connections at Fans: Provide flexible connections to connecting ductwork at fans and at air handling units with non -internal spring isolated fans and at other locations as indicated. Install flexible materials, with sufficient slack to permit 2 -inches of horizontal or vertical movement of the fan or air handling unit, without stretching the flexible fabric. Support ductwork at flexible connection from the building structure. F. Provide transitions to rectangular where fire dampers or air pressure reducing valves are installed in circular and flat oval ducts. G. Install automatic dampers furnished by the Controls Sub Contractor. Provide all supports, bracing and closure plates. H. Remove construction debris and dirt in ducts and plenum interiors at end of work; no additional cost to the Owner. I. Mitered Ducts and Fittings: Use radius ells and connections. J. Adjustable or pleated elbows shall not be used. 3.02 SUPPORT A. Construct and install per recommended practices of SMACNA HVAC Duct Construction Standards, with the following additions and exceptions. B. All hangers shall support the weight of installed ductwork and insulation. All ducting over 5 square feet in cross-sectional area shall support the weight of the ductwork, insulation and the weight of a 200 pound person. C. Continuously threaded type steel rods 1/4 -inch minimum diameter shall be allowed only if electroplated. D. Support terminal boxes with rod hangers or with non -perforated strap hangers. Supports shall be attached to inserts in the slab, where possible. E. Provide hangers in pairs on exact opposite sides of horizontal duct, at the following locations. 1. Close to transverse joints of main ducts and branches, and for branch connections 3 -feet or greater in length. 2. Adjacent to fire dampers and to ducts penetrating walls and partitions. 3. Square corner elbows at not over 24 -inch intervals measured along the elbows. 4. At the mid -point of small and medium size horizontal radius elbows greater than 20 degrees change in direction. 5. One or more supplementary hangers, as necessary, along the radius elbows of any angle whenever the lengths of these arcs exceed the maximum hanger spacing length for that particular size duct. F. Provide support for vertical ducts at the following locations. 1. Provide duct supports from floors and walls when necessary. 233000-5 C00735C12 G. Anchor structure shall be provided; made of welded structural steel, attached to embedded anchor bolts, shall be provided at base of the vertical riser. H. Vertical Ducts Exposed in Accessible Areas Subject to Damage: No. 14 gauge welded galvanized steel; full length welds, silicon -copper weld metal. Provide forged steel bar supports on both sides of duct, attached to anchor bolts in wall, 4 -feet -0 - inches on centers, full height of duct. Paint over welds and adjacent surfaces affected by heat, with a high zinc paint. I. Support of Ducts Above Roof: Provide hot dip galvanized steel angle frames at spacing indicated, made of 1 -1/4 -inch x 1 -1/4 -inch x 1/4 -inch minimum steel angles, all welded, hot dip galvanized. 3.03 SUPPORT FOR EQUIPMENT A. Provide one or more sets of hangers for heating coils, VAV units, terminal boxes, and all other equipment in duct runs, as recommended by their manufacturers. 3.04 SEISMIC PROTECTION OF AIR DISTRIBUTION SYSTEMS A. Provide seismic protection for all ductwork and accessories in accordance with the most current edition of the SMACNA publication "Seismic Restraint Manual - Guidelines for Mechanical Systems", Hazard Level B. 3.05 MAXIMUM PERMITTED DUCT HANGER SPACING A. Ducts with areas up to 4 square feet shall have their hangers spaced up to 8 feet apart. B. Ducts with areas 4.1 to 10 square feet shall have their hangers spaced not more than 6 feet apart. C. Ducts with area over 10 square feet shall have their hangers located up to 4 feet apart. D. Provide Spring Type Vibration Isolators in each hanger for high pressure fan discharge ductwork from fan, to and including sound attenuators; also all other high pressure supply ducts in Mechanical Rooms. Isolators shall be 1/2 -inch minimum static spring deflection; springs loaded in compression; manufacture, same as specified under Section 23 05 48. 3.06 ACOUSTIC LINING A. General: Provide on all 4 interior surfaces of the duct, for extent indicated. B. Sizes indicated for acoustic -lined ducts shall be net dimensions, inside of the lining. C. Lining Application: Per "Installation Standards For Rectangular Ducts Using Flexible Liner", SMACNA HVAC Duct Construction Standards, with materials as specified herein before; 12 -inch by 18 -inch maximum spacing for insulation fasteners; insulation edge and seam sealing shall completely bond all fibers for full insulation thickness and prevent raw edges. 233000-6 C00735C12 D. Line all ducts exposed to weather and as indicated on the drawings. 3.07 ACCESS DOORS AND FRAMES A. Provide access doors where access to equipment in ducts or plenums is necessary. Provide special access doors between first air filter on intake airstreams and supply fans. 3.08 TESTING A. Pressure Testing of Ductwork and Plenums: Test all ductwork and plenums before insulation is installed to determine system tightness. B. Test Method: Provide temporary caps at each end of each plenum or duct section to be tested. Furnish portable blower with volume adjustment and a calibrated orifice for determining cfm of air being added to ductwork. Submit certified performance data on blower and orifice. Include diameter of orifice and calculation of air flow through orifice at three differential pressures to verify performance curve of test unit. Maintain pressure equal to the rating stated in section 233000, paragraph 2.01. In duct; make sufficient preliminary tests and examinations of each section at this pressure, and seal all observable leaks so that leakage during final testing will be at or below maximum permissible leakage. Test method in accordance with 'SMACNA' manual for the Balancing and Adjustment of Air Distribution Systems." C. Permissible Leakage: Add up the lengthwise cross-sectional area in a plane through the duct centerline, which shall be calculated by multiplying the duct length by the duct diameter for all circular duct sections to be tested for rectangular ducts and plenums, use the duct or plenum width plus height divided by two to obtain an equivalent diameter. Maximum permissible leakage shall not exceed 1-1/2 CFM, for each 4200 square inches of total cross-section area of all ducts under each test. Final test of each section will be witnessed by the King County Project Representative. Give at least 7 days prior notice before such test. 3.09 DUCT AND AIR HANDLING UNIT SMOKE DETECTORS A. Smoke Detectors: Mounted directly on outside of duct or air handling equipment. Provide weather -tight enclosure where exposed to building exterior. Unless directed otherwise, install remote alarm lamp and cover plate in ceiling directly below the unit. END OF SECTION 233000-7 C00735C12 SECTION 237000 AIR HANDLING EQUIPMENT PART1 GENERAL 1.01 WORK INCLUDED A. Vane Axial Fans B. Mixing Box 1.02 SUBMITTALS A. Vane Axial Fans 1. Product material and construction information 2. Fan curves ' B. Mixing Box 1.03 CODES AND STANDARDS A. Vibration isolation shall conform to the criteria set in the 2003 ASHRAE Applications Handbook, Chapter. 47. B. Electrical panels shall be in accordance with the NEMA standards. C. All units shall meet Washington State Energy Code performance requirements. D. Fan performance shall be per AMCA standard 210. E. Fan noise limit tests shall be in accordance with AMCA Standard 300 'Reverberant Method for Sound Testing of Fans". F. Fan drive guards shall be per WAC 296-24-205 "General Safety and Health Standards", State of Washington Department of Labor and Industries. G. AMCA 301 - Method for Publishing Sound Ratings for Air Moving Devices. H. ANSI/AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings. I. ARI 260 - Standard for Sound Rating of Ducted Air Moving and Conditioning Equipment. J. ASHRAE 68 - Laboratory Method of Testing In -Duct Sound Power Measurement Procedure for Fans. K. ASTMB 117 - Standard Practice for Operation Salt Spray Apparatus. L. NEMA MG1 - Motors and Generators. 237000-1 C0073SC12 M. NFPA 90 A & B - Installation of Air Conditioning and Ventilation Systems and Installation of Warm Air Heating and Air Conditioning Systems. N. SMACNA - HVAC Duct Construction Standards. O. All electrically -driven units shall be tested and rated as an assembled unit by Underwriter's Laboratory (UL) or Environmental Testing Laboratory (ETL). 1.04 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. All portions of specification section 230500 apply to this work. C. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART2 PRODUCT 2.01 VANE AXIAL FANS A. Manufacture and Type: Adjustable Blade Vane -axial fans with swing -out motor and fan assembly; type TCVX as manufactured by Twin City Fan & Blower, Minneapolis, Minnesota, Penn Barry, New York Blower or approved equal. B. Fan Construction: Fans shall be AMCA spark resistant, Type B. C. Arrangement: Vertical; V -belt driven with the fan wheel mounted on a separate shaft and bearings supported completely within an enclosed tube isolated from the high velocity airstream. D. Fan Characteristics: Required fan horsepower shall not exceed horsepower of the motor selected at the required blade settings for airflow conditions up to shut off. Fans shall be tested in accordance with AMCA 211 and AMCA 311 test codes for air moving devices and shall be guaranteed by the manufacturer to deliver rated published performance levels. Fans shall be licensed to bear the AMCA certified ratings seal for both sound and air. Provide manufacturers verification of available capacity. Manufacturer shall verify that fan will be adjustable as specified hereafter and to meet field conditions, without reaching a stall condition. E. Fan Casings: Shall be of welded one-piece 7 -gauge hot rolled steel. The housing seam shall be continuously welded and ground smooth for less resistance to airflow and outfitted with inlet and outlet flanges. Casing shall be equipped with hinged assembly allowing the motor and fan assembly to be removed from airstream for cleaning and maintenance. F. Bearings: shall be heavy duty, grease lubricated, anti -friction ball or roller, self - aligning, pillow block type and selected for a minimum average bearing life (AFBMA L-50) in excess of 200,000 hours at the maximum fan RPM. All bearings shall be provided with pre -filled factory extended lubrication lines fitted with grease fittings 237000-2 C00735C12 terminating at the housing exterior. G. Drive: Fans shall be equipped with an adjustable pitch V -belt drive selected to operate at the required RPM. The V -belt drive is to consist of cast iron sheaves and anti -static conducting belts. Drives shall be selected with a 1.5 service factor based upon the required brake horsepower of the fan. The complete fan shaft and bearing assembly is mounted within a steel fabricated inner cylinder. The V -belt drive assembly -is extended through a two-piece belt fairing which is continuously welded to both the housing and inner cylinder, thus avoiding any direct contact between the belts and high velocity airstream. Shafts shall be AISI 1040 or 1045 hot rolled steel, accurately turned, ground, polished, and ring gauged for accuracy. Shafts shall be sized for the first critical speed of at least 1.43 times the maximum speed. H. Motor: Motors shall be foot -mounted, NEMA standard TEFC, continuous duty, ball bearing type with class B insulation and of cast iron construction when commercially available. Motors for use with variable frequency drives shall be inverter duty type. I. Variable Frequency Drive (VFD): Provide VFD that is rated for the listed motor horsepower that is in accordance with section 230900-2.04. J. Balancing: Motors, statically and dynamically balanced as specified in AMCA Standard 204-96, G16 balance grade for BV -2 application fans; include motor tests with each fan provided at all speeds up to operating speeds; shafts, free from critical vibration speeds within 0-125% of selected speed. K. Access Plates: For inspection, servicing and removal of motor, bearings and adjustment of fan blades; gasketed, bolted in place. Plate construction to provide smooth airflow surface in airstream. L. Blade Settings: The blade pitch angle of attack shall be individually manually adjustable when the fan is stopped. Factory inscriptions shall show proper blade positions. Blades shall be factory preset to produce outputs and capacities indicated. M. Fan Noise Limits: Fan noise at operating conditions shall not exceed the following sound power levels (re 1 picowatt) in octave bands, tested per AMCA Standard 300 "Test Code for Sound Ratings". OCTAVE BAND CENTER FREQUENCY Hz. 63 125 150 500 1000 2000 4000 SUPPLY FANS dB re 1 Picowatt 95 95 98 98 98 95 92 EXHAUSTFANS dB re 1 Picowatt 85 85 88 88 88 85 82 N. Vaneaxial Fan Noise Limits: Submit data from factory -tests by the fan manufacturer to verify compliance with specified fan noise limits; certified results required; deliver to the King County Project Representative for approval at least 30' days prior to factory shipment. 237000-3 C00735C12 O. Roof Curbs: Roof curbs shall be provided by fan manufacturer and sized to match selected fans. Curbs shall be no less than 14" tall. 2.02 MIXING BOX A. Mixing box shall be furnished with a 3 brake, standing seam, and welded construction roof. Unit shall be furnished with a 2 -inch pitch and 2 -inch standing seam roof. Unit shall be constructed of prime quality G90 galvanized steel, formed outer panels secured to an integral, welded tubular structural steel frame such that exterior panels shall be non -load bearing. Exterior panels shall be removable without affecting the structural integrity of the units. Side and roof panels shall be fastened and sealed to each other. B. Unit shall have wall and roof panels constructed of minimum 16 -gauge, G90 galvanized steel, and powder coated finish. Attachment to existing AMU shall employ gasketing, sealant, and hardware for weatherproof assembly in the field by Contractor. C. Unit Base/Floor/Framework: Unit's base frame shall be heavy duty welded structural C channel, fitted with C -channel cross support members. The base shall include a double bottom 2 -inch thick insulated floor. The unit base floor shall be heavy-duty, walk-on type fabricated from 3/16 checkerplate steel with an 18 -gauge galvanized steel underliner. Floor insulation shall be 2 -inch with 1-1/2 pound density completely encapsulated between the two layers. D. Exterior Casing: Provide required structural frame and casing to withstand 6 -inch water column minimum external static pressure. Panels shall be gasketed and secured to the tubular steel frame with hex head, zinc -plated industrial fasteners. All exterior panels shall be constructed from 16 -gauge G90 galvanized steel. Standing seam panelized construction without a welded tubular frame is not acceptable. To prevent deterioration of the galvanized steel and for ease of disassembly if needed, no welding shall be performed on the casing panels. E. Insulation: Insulation shall not be disturbed if panels are removed. Insulation shall be secured to the panels with mechanical fasteners and adhesive over the entire panel surfaces and not just around the edges. The liner shall meet the Life Safety Standards as established by NFPA 90A and 90B, FHC 25/50 and Limited Combustibility. The duct liner shall conform to the requirements of ASTM C 1071, with a NRC not less than 0.95 as tested per ASTM C 423 using a Type "A" mounting, and a thermal conductivity no greater than 0.24 Btu•in/(hr-ft2-°F) at 75°F mean temperature. R -value shall not be less than 8.33 (hr -sq. ft.•°F). Control dampers: Dampers shall be low leakage type, furnished and installed by the unit manufacturer. Dampers shall have airfoil extruded aluminum blades and a 5 -inch deep extruded aluminum frame. Blade edge seals shall be extruded double edge design with inflatable pocket to assist in blade -to -blade seal off. Blade seals shall be mechanically locked -in extruded blade slots and field replaceable. Adhesive or clip - on blade seals are not acceptable. Bearings shall be non -corrosive molded synthetic type. Axles shall be square to provide a positive locking connection to both blades and linkage. Round axles are not an acceptable alternate. Linkages shall be concealed in the frame. Damper performance data shall be in accordance with AMCA Standard 500 and tested in an AMCA-approved laboratory. Damper actuators shall be provided by the contractor and compatible with the paint booth control system. 237000-4 C00735C12 F. Access doors shall be provided full height (60") where unit height permits, and shall be 24" wide where section length permits, otherwise minimum of 18" shall be used. Doors shall be 2" thick, double wall, and insulated type. Exterior door panels shall be constructed from painted A60 galvanized steel; interior panels are bright galvanized G60 steel. Door insulation shall be injected urethane foam with a minimum R value of 13-Ft2-°F/BTU. Door frames shall be heavy aluminum extrusion with one-piece, closed cell, replaceable santoprene gasket seal. G. Door hinges shall be die-cast zinc with provision for adjustment without the use of shims or special tools. Door latches and handles are to be bolted to the unit and made with corrosion resistant materials. Bolts, nuts and shafts for door latches, handles and hinges shall be made of zinc plated steel. Door latch and pawl assembly shall be industrial quality and corrosion resistant with a handle on both the inside and outside of door. Latching mechanism shall be of conical roller design. Latch and pawl assembly shall be bolted together without the use of set screws. H. Paint Finish: Exterior wall and roof panels shall be coated with air dry acrylic polyurethane to a minimum dry thickness of 3 mils. Finish shall have no blistering or rusting on unscribed areas after 5,000 hours in accordance with ASTM B-117 salt fog test. Entire structural steel base shall be primer painted with industrial grade epoxy primer for total thickness of 4 mils minimum. 1. Roof Mounting Frame: Unit shall be a supported off of the roof surface by a structural steel frame. Frame shall be outfitted with feet and provide roof walk mat pads under feet so as not to damage roofing surface. Steel support frame shall allow for roof pitch, typically 2 -inch pitch. J. Louvers: Louvers shall be reused from existing AMU as shown on drawings. K. Weatherhood: Weatherhood shall be fabricated from 16 gauge A60 galvanized steel and painted the same finish as unit exterior. Weatherhood openings are lined with 1/2" galvanized mesh bird screen. Weatherhoods are designed for 750 fpm maximum face velocity. L. Access Sections 1. Access sections shall be installed where indicated on the drawings and shall be as specified on the equipment schedule. 2. Access sections shall have double -walled hinged doors. PART 3 EXECUTION 3.01 GENERAL A. Any galvanized equipment or materials routed on building exterior shall be primed and painted to match existing equipment or adjacent building components. 3.02 AXIAL FANS A. Furnish roof curb. B. Furnish and install all accessories shipped with unit including disconnect switches. 3.03 MIXING BOX 237000-5 C00735C12 A. Contractor to fabricate mixing box. END OF SECTION 237000-6 At C00735C12 SECTION 237001 AIR MAKE-UP UNIT PART1 GENERAL 1.01 SUMMARY A. This section includes Air Make-up Unit (AMU). B. AMU specified in this section shall have VFD fan(s) and capable to modulating outside air percentage of total supply air in addition to meeting all requirements listed on drawings. C. AMU shall be provided with factory built curb manufactured by the unit manufacturer and shipped prior to shipment of the AMU. Contractor shall coordinate shipping schedule with vendor. D. Related Sections: 1. Div 0 & 1 2. Section 230500 — Common Work Results for HVAC 3. Section 230593 — Balancing Air and Water Systems 4. Section 230529 — Piping and Mechanical Equipment Support 5. Section 233000 — Air Distribution Systems 6. Section 230900 — Automatic Controls 1.02 REFERENCED STANDARDS A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title AFBMA Anti -Friction Bearing Manufacturers Association AFBMA 9 Load Ratings and Fatigue Life for Ball Bearings. AFBMA 11 Load Ratings and Fatigue Life for Roller Bearings. AMCA 99 Standards Handbook. AMCA 210 Laboratory Methods of Testing Fans for Rating Purposes. AMCA 300 Test Code for Sound Rating Air Moving Devices. AMCA 301 Method of Publishing Sound Ratings for Air Moving Devices. ARI 410 Forced -Circulation Air -Cooling and Air -Heating Coils. ARI 430 Standard for Central Station Air Handling Units ASHRAE Standard 52.1. ETL Testing Laboratories, Inc. NEMA MG1 Motors and Generators. NFPA 70 National Electrical Code. NFPA 90A, 90B and ASTM E48 Test Methods. SMACNA HVAC Duct Construction Standards - Metal and Flexible. Underwriters Laboratories, Inc. (UL) UL 900 Test Performance of Air Filter Units. 1.03 SUBMITTALS 237001-1 C0073SC12 A. Submit under provisions of Division 1. B. Shop Drawings: Indicate assembly, unit dimensions, weight, required clearances, construction details, panel construction, door construction, fan support and vibration isolation details, drain details, field connection details, curb details, and electrical characteristics and connection requirements. C. Product Data: 1. Provide literature that indicates dimensions, weights, capacities, ratings, fan performance, furnace performance, metal thickness gages and finishes of materials, and electrical characteristics and connection requirements. 2. Provide data of filter media, filter performance data, filter assembly, and filter frames and holders. 3. Provide fan curves with specified operating point clearly plotted. 4. Submit sound power level data for both fan outlet and casing radiation at rated capacity. 5. Submit electrical requirements for power supply wiring including wiring diagrams for interlock and control wiring, clearly indicating factory -installed and field -installed wiring. 6. Provide data of vibration isolation and seismic restraints. D. Manufacturer's Installation Instructions. 1.04 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division 1. B. Include instructions for rigging, lifting and setting of unit. C. Maintenance Data: Include instructions for lubrication, filter replacement, motor and drive replacement, spare parts lists, and wiring diagrams. D. O&M Data for VFD's including parameter values list and back-up program. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect units from physical damage by storing off site until roof mounting curbs are in place, ready for immediate installation of units. B. Comply with manufacturer's installation instructions for rigging, unloading, and transporting units. 1.06 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Filters: One set of filters for each unit. 2. Drive Belts: One set of drive belts for each fan for each unit. 3. Touch-up Paint: One quart of factory finish touch-up paint. 1.07 ENVIRONMENTAL REQUIREMENTS 237001 -2 C00735C12 A. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters are in place, bearings lubricated, and fans have been test run under observation. 1.08 FACTORY VISIT A. King County reserves the right to visit the factory and observe the fabrication and testing of the AMU units. Visit(s) shall be at King County's expense. 1.09 COORDINATION A. Coordinate size and location of structural -steel support members. B. Coordinate with VFD's specified in section 230900 and in Division 26, to ensure that inverter duty -rated motors and electrical devices provided with heating and ventilating units are fully compatible and that space for mounting the VFD's within the heating and ventilating units is fully integrated. VFD's furnished in in section 230900 and in Division 26 shall be installed by the heating and ventilating unit manufacturer at the factory. Ventilation cooling of VFD enclosure provided by manufacturer utilizing AMU airflow. 1.10 WARRANTY A. AMU shall be warranted by the manufacturer for a period of 12 months from the Date of Substantial Completion. The warranty shall include parts by the manufacturer and to provide on-site service. 1.11 COORDINATION WITH COMMISSIONING A. Upon completion of the work, provide the necessary skilled labor, helpers, materials and equipment to support the commissioning work. During start-up, testing and final verification, coordinate with the commissioning agent and make all adjustments required to demonstrate systems are working properly. B. See the following Division 1 & 23 Sections for all commissioning requirements related to the work of this Section. 1. 019113: General Commissioning Requirements 2. 230800: Systems Commissioning 1.12 RELATED WORK B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. C. All portions of specification section 230500 apply to this work. D. Additional sections of the mechanical specifications may be required to provide a fully functional system. Refer to the specifications index. PART 2 PRODUCTS 237001 -3 C00735C12 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Dynamic Air Technology, Inc. 2. Absolut Aire, Inc. 3. Energy Labs. 4. Team Air Conditioning Equipment. 5. Substitution requests for the equipment listed above, and proposed by the bidder, shall be made in accordance with Division 1. Substitution requests for equipment specified in this Section shall not be considered during subsequent Contractor's submittal process. 2.02 AIR MAKE-UP. UNIT (AMU -1) A. AMU unit shall be factory assembled and consist of fans, motor and drive assembly, damper, plenums, filters, burner, mixing dampers, control devices, and accessories. B. A Structural Engineer licensed in the State of Washington shall perform building structural design that may be needed as a result of departure through substitution from the basis of design. 2.03 GENERAL DESCRIPTION A. Configuration for unit except where noted otherwise: Fabricate with supply plus accessories, including: 1. OSA hood. 2. OSA louver. 3. OSA damper. 4. Return air damper 5. Mixing box section. 6. Filter section. 7. Burner section. 8. Fan section. 9. Access doors. 10. Separate 120V circuit for interior lighting. 11. Separate 120V circuit for, and to include, convenience outlet. 12. Separate 120V circuit for control power. 13. Separate low voltage circuit from fire alarm panel for duct smoke detector. B. Performance Base: Sea level conditions. Relative humidity: 25% to 100%. C. Performance: 1. As scheduled on the Drawings. 2. Select fan so that 10% additional airflow and static pressure is available above design point before reaching critical fan speed. D. Unit Labeling: AMU units shall be factory tested under UL Standard 1995 and UL (USA) or ETL labeled. E. Sound: Sound power levels shall not exceed 85 dBA at 5' from unit. 237001-4 C00735C12 2.04 UNIT CONSTRUCTION A. Cabinet Construction: AMU unit shall be furnished with a 3 brake, standing seam, and welded construction roof. Unit shall be furnished with a 1/4 -inch pitch and 2 -inch standing seam roof. Units shall be constructed of prime quality G90 galvanized steel, formed outer panels secured to an integral, welded tubular structural steel frame such that exterior panels shall be non -load bearing. Exterior panels shall be removable without affecting the structural integrity of the units. Side and roof panels shall be fastened and sealed to each other. Units shall be provided complete with a welded structural C channel steel base around the entire perimeter, including an internal integral perimeter gutter. B. Units shall have wall and roof panels constructed of minimum 16 -gauge, G90 galvanized steel, and powder coated finish. Units shall be factory assembled and shipped in one piece. If units are shipped in sections, demounts shall be rejoined in field by the Contractor. The manufacturer shall furnish gasketing, sealant, and hardware for weatherproof reassembly in the field by Contractor. C. Unit Base/Floor/Framework: Unit's base frame shall be heavy duty welded structural C channel, fitted with C -channel cross support members. The base shall include a double bottom 2 -inch thick insulated floor. Base rails shall be fitted with lifting lugs as required. The unit base floor shall be heavy-duty, walk-on type fabricated from 3/16 checkerplate steel with an 18 -gauge galvanized steel underliner. Floor insulation shall be 2 -inch with 1-1/2 pound density completely encapsulated between the two layers. The unit base shall be self -flashing when the unit is set on the roof curb to prevent water from penetrating the building interior. D. Walkway Bar Grating: Walkway bar grating shall be provided over floor openings where plenum fans and access doors are provided. Bar gratings shall be manufactured by welding the cross bar/bearing bar intersection with automated forge welding machines to provide a strong secure, permanent connection. Standard welded grating shall be manufactured from ASTM A 569 carbon steel serrated surface. Grating shall have bearing bars spaced at 1-1/8 inches center to center and cross bars at 4 inches center to center for spans up to 2.5 feet only. Grating finishes shall be standard paint. E. Exterior Casing: Provide required structural frame and casing to withstand 6 -inch water column minimum external static pressure. Panels shall be gasketed and secured to the tubular steel frame with hex head, zinc -plated industrial fasteners. All exterior panels shall be constructed from 16 -gauge G90 galvanized steel. Standing seam panelized construction without a welded tubular frame is not acceptable. To prevent deterioration of the galvanized steel and for ease of disassembly if needed, no welding shall be performed on the casing panels. F. Insulation: Insulation shall not be disturbed if panels are removed. Insulation shall be secured to the panels with mechanical fasteners and adhesive over the entire panel surfaces and not just around the edges. The liner shall meet the Life Safety Standards as established by NFPA 90A and 90B, FHC 25/50 and Limited Combustibility. The duct liner shall conform to the requirements of ASTM C 1071, with a NRC not less than 0.95 as tested per ASTM C 423 using a Type "A" mounting, and a thermal conductivity no greater than 0.24 Btu•in/(hr•ft2•0F) at 75°F mean temperature. R -value shall not be less than 8.33 (hr -sq. ft. -°F). 237001 -5 C00735C12 Sound Absorption Coefficient At Frequency For 2-Inch 1.5 Lb/Cf Density Insulation: Frequency (cycles/sec(cycles/secl 125 250 500 1000 2000 4000 Sound Absorption Coefficient 0.23 0.73 1.05 1.13 1.06 1.07 G. Casing Inner Liner: Units shall be double wall construction and shall have a 22 - gauge solid, G-90 galvanized steel liner. The entire double wall panel shall be removable from the outside of the unit without affecting the structural integrity of the unit. H. Access Doors 1. Access doors shall be provided full height (60") where unit height permits, and shall be 24" wide where section length permits, otherwise minimum of 18" shall be used. Doors shall be 2" thick, double wall, and insulated type. Exterior door panels shall be constructed from painted A60 galvanized steel; interior panels are bright galvanized G60 steel. Door insulation shall be injected urethane foam with a minimum R value of 13-Ft2-°F/BTU. Door frames shall be heavy aluminum extrusion with one-piece, closed cell, replaceable santoprene gasket seal. 2. Door hinges shall be die-cast zinc with provision for adjustment without the use of shims or special tools. Door latches and handles are to be bolted to the unit and made with corrosion resistant materials. Bolts, nuts and shafts for door latches, handles and hinges shall be made of zinc plated steel. Door latch and pawl assembly shall be industrial quality and corrosion resistant with a handle on both the inside and outside of door. Latching mechanism shall be of conical roller design. Latch and pawl assembly shall be bolted together without the use of set screws. 3. All doors to fan sections shall be provided with latches which require a tool to open or electrical interlock devices. 4. Viewing windows shall have double thermal pane wire reinforced safety glass. i. Paint Finish: Exterior wall and roof panels shall be coated with air dry acrylic polyurethane to a minimum dry thickness of 3 mils. Finish shall have no blistering or rusting on unscribed areas after 5,000 hours in accordance with ASTM B-117 salt fog test. Entire structural steel base shall be primer painted with industrial grade epoxy primer for total thickness of 4 mils minimum. J. Roof Mounting Curb: Unit roof curb shall be furnished by the unit manufacturer. Curb shall be fabricated of a minimum 3/8" thick steel and shall be knocked down for shipment. Re -assembly in the field shall be by Contractor. Cant strip, flashing, roofing, and insulation shall be as shown on the drawings. Curbs shall be a minimum of 24" high. Provide curbs with faced, R-7 insulation. K. Louvers: Louvers shall be constructed from 18 gauge A60 galvanized steel and painted with same finish as unit exterior. The louver face is lined with 1/2" galvanized mesh bird screen. Louvers shall be designed to collect and drain rainwater to outside of unit. Outside air louvers shall be sized for a maximum face velocity of 500 fpm based on gross louver area. Louvers shall have zero water penetration at 600 ft/min air velocity. Maximum louver pressure drop shall be 0.03" w.g. at 500 ft/min. 237001 -6 C00735C12 L. Weatherhood: Weatherhood shall be fabricated from 16 gauge A60 galvanized steel and painted the same finish as unit exterior. Weatherhood openings are lined with 1/2" galvanized mesh bird screen. Weatherhoods are designed for 750 fpm maximum face velocity. M. Air Flow Measuring Stations 1. The flow measuring station shall consist of total pressure taps located in the inlet cone of each fan, with static pressure tap located near fan inlet panel. Any flow measuring device which creates an obstruction in the fan inlet is not acceptable. 2. Provide a Dwyer magnehelic pressure gauge with CFM scale which indicates the fan volume. Flow gauges shall be calibrated to match the flow coefficient of the fan inlet cone provided. Provide a Setra model 264 electronic differential pressure transmitter mounted to the exterior of the fan section. The transmitter shall be produce a 4-20 mA or 0- 5 Vdc signal linear and scaled to air volume or velocity. The transmitter shall be capable of withstanding over pressurization up to 200 times greater than span and shall be factory calibrated. 3. Air pressure balancing taps upstream and downstream of fan sections shall be factory installed. Field installed taps are not acceptable. N. Access Sections 1. Access sections shall be installed where indicated on the drawings and shall be as specified on the equipment schedule. 2. Access sections shall have double -walled hinged doors. O. Fans 1. Plenum (Plug) type Fans: a. Fans shall be designed without a scroll type housing. Fans shall incoporate a non -overloading type backward inclined, airfoil blade wheel, heavy -gauge reinforced steel inlet plate, structural steel frame, and shaft and bearings in AMCA Arrangement 3 configuration. b. Fan performance shall be based on tests conducted in accordance with the AMCA Standard test code for air moving devices and shall be licensed to bear the AMCA Certified Rating Seal for Air and Sound. Fans shall have a sharply rising pressure characteristic extending through the operating range and continuing to rise beyond the efficiency peak. Fans shall have non - overloading design with self-limiting horsepower characteristics and shall reach a peak in the normal selection area. All fans shall be capable of operating over the minimum pressure class limits as specified in AMCA's Standard 2408. All fans, prior to shipment, shall be completely assembled and test run at their operating speed or at the maximum rpm for the particular fan's construction class. Fans shall be balanced and records maintained of the readings in the axial, vertical, and horizontal direction on each of the fan's bearings. A written copy of this record shall be available upon request. c. Inlet plates shall be of heavy -gauge reinforced steel construction. The inlet plate shall incorporate a removable spun inlet cone designed for smooth airflow into the accompanying inlet retaining ring of the fan wheel. A square, formed lip suitable for attachment for a boot or connector shall surround the unit. d. Fan wheels shall have a spun non-tapered style blade retaining ring on the inlet side. Fans shall have die -formed hollow or solid airfoil -shaped blades depending on fan size.All wheels shall be statically and dynamically balanced to a level of G6.3 per ANSI 2-19 or better. 237001 -7 C00735C12 e. Shafts shall be solid AISI C-1040 or C-1045 hot rolled steel turned, ground, polished and ring gauged for accuracy. All shafts must be dial indicated for straightness after the keyways are cut and straightened as required. Shafts shall have first critical speeds at least 1.35 times the maximum speeds of the fan. f. Bearings shall be heavy-duty, grease lubricated, precision anti -friction ball or roller, self -aligning, pillow block type bearings. Bearings shall be selected for minimum average bearing life (AFBMA L-50) in excess of 200,000 hours when operating at maximum catalogued class conditions. All bearings shall be equipped with re-greasable zerk fittings and, where necessary, have extended lube lines for easy access for re -lubrication. g. Each fan component shall be thoroughly degreased before the application of a rust -preventive primer. After complete assembly, a finished coat shall be applied to the complete assembly. Aluminum components shall not be painted. 2. Fan Options to be provided where applicable: a. Inlet Screens. b. Extended Lube Lines c. Belt Guards 3. Fans, motors and drives shall be internally spring isolated by the unit manufacturer on a fully welded structural channel or angle steel base complete with fan flex connections. Provide seismically restrained isolators with 2 -inch deflection. Structural isolation base shall be powder coated with same specifications as Finish subparagraph above. 4. High pressure lube lines shall be internally located at a common point on the drive side. Lubrication lines shall be pre -greased by the unit manufacturer. P. Variable Frequency Drive (VFD): VFD shall be rated for the listed motor horsepower that is in accordance with section 230900-2.04. Q. Filters 1. Filter sections shall be factory fabricated as part of the heating and ventilating unit. Filters shall be arranged for upstream, downstream into galvanized filter frames. Provide filter holding frames to accommodate scheduled filters. Filter rack shall be thoroughly caulked and sealed for minimal filter bypass. Filters shall be "front loading" type, side loading filters not acceptable and shall accommodate 2" or 4" thick filters. 2. Filter sizes shall be 24"x24" or 12"x24" or a combination of each. 3. Provide local differential pressure gauges measuring pressure drop across filter bank. Gauges shall be 0 — 2 -inch WC range, Dwyer Magnehelic, Ashcroft, or equal. R. Outside and Return Air Dampers: Dampers shall be low leakage type, furnished and installed by the unit manufacturer. Dampers shall have airfoil extruded aluminum blades and a 5 -inch deep extruded aluminum frame. Blade edge seals shall be extruded double edge design with inflatable pocket to assist in blade -to -blade seal off. Blade seals shall be mechanically locked -in extruded blade slots and field replaceable. Adhesive or clip -on blade seals are not acceptable. Bearings shall be non -corrosive molded synthetic type. Axles shall be square to provide a positive locking connection to both blades and linkage. Round axles are not an acceptable alternate. Linkages shall be concealed in the frame. Damper performance data shall be in accordance with AMCA Standard 500 and tested in an AMCA-approved laboratory. Damper actuators shall be furnished by the DDC manufacturer and 237001 -8 C00735C12 mounted, wired, and tested by air handler manufacturer. S. Burner Section 1. Burner Profile: a. Air velocity across burner shall be controlled by burner profile plates. b. Profile plates shall maintain manufacturer's specified air velocity at all times over the burner during its operation. 2. Burner: a. Shall be Type NP as manufactured by Maxon Burner Company, or approved equal. b. Shall be designed to burn natural gas or propane at or below the non - contaminating levels required by ANSI and OSHA. c. Shall have a cast iron manifold and heat resisting Type 430 stainless steel burner plates. d. Shall have a nominal 25:1 turndown ration. e. Shall be designed for 100% combustion efficiency for life of equipment 3. Burner Assembly/Gas Train: a. Burner assembly and fuel piping arrangement shall include automatic ignition controls, UV scanner flame failure system, fully modulating gas control valve, primary and secondary automatic shutoff valves and manual shutoff cock. b. Pilot gas controls shall include a pilot regulator, normally -closed solenoid shutoff valve, needle valve, and manual shutoff cock. c. Gas train shall be sized to provide full unit capacity at specified inlet pressure to the gas train. d. Supplementary pressure regulator shall be installed at each unit as necessary to maintain unit inlet pressure at less than 5 PSIG. 4. Burner flame safeguard control: a. Burner falme safeguard control shall be Honeywell 7800 series, to match existing equipment and spare parts inventory, no exceptions. T. Electrical: 1. Provide four single -point electrical junction boxes at the units (three at 120/1/60 and one at 460/3/60) with NEMA -3R enclosures. Panel shall contain the required control power transformers, fuses, fuse clips, numbered terminal strips and NEMA rated magnetic starters with overload protection in each phase for all three phase motors. 2. High to low voltage transformers shall be provided to power control circuits. All primary and secondary transformer circuits shall be fused as required per NEC. Single phase motors, where scheduled, shall have a NEMA rated magnetic starter. All wiring within the unit shall be run in metal conduit with rain tight fittings. 3. Marine lights shall be provided within each AMU unit section. They shall be connected to "On -Off" switches, which shall be located in weatherproof boxes on the outside of each access door for each respective section. They shall be properly wired and grounded. Liquid tight flexible metal conduit is not an acceptable alternate for Galvanized Rigid Steel (GRS). Marine lights shall consist of a die cast aluminum housing and globe guard enclosing a vapor resistant clear globe, which shall be fully enclosed and gasketed. Electrical service shall be from one of the single point 120/1/60 connections. 4. Duplex Convenience Outlet: Furnish a 120 volt duplex convenience outlet on the exterior of each unit. Duplex outlets shall be GFCI with weatherproof box and weatherproof while in use cover. Locate the outlet next to the fan section access door. Electrical service shall be from one of the single point 120/1/60 connections. 237001-9 C00735C12 5. All wiring shall meet N.E.0 requirements. 6. All wiring shall be run in GRS conduit; raceways and flexible conduit are not acceptable except low voltage control wiring. If the unit requires splits, junction boxes shall be furnished on each section to allow the electrical contractor to make final connections in the field. Wiring shall be clearly labeled to facilitate field connection. 7. Provide flexible conduits for control devices such as, actuators, sensors and transmitters for easy replace/maintenances. 8. Variable frequency drives for outdoor units shall be housed in recessed enclosures provided inside the heating and ventilating unit, equipped with air- tight access doors and interior cooling provided by circulating conditioned air. 9. Motor starter panels shall carry the U.L. 508 listing. 10. Unit mounted controls shall be installed and tested by AMU manufacturer. Controls shall be provided by the temperature controls contractor and shipped to the factory for installation. Controls installed at jobsite are not acceptable. 11. Provide laminated unit -specific wiring diagrams. U. Factory Mounted Controls: 1. Manufacturer shall provide control panels compatible with DDC System by Siemens Building Technology. Coordinate with Section 230900. Control components and damper actuators shall be factory mounted and wired by the AMU unit manufacturer. Upon final assembly and prior to shipment, the AMU units shall be tested by the unit manufacturer. 2. Provide a pre -start checklist and commissioning record which must be completed and faxed back to the manufacturer within 30 days of start-up to validate the factory warranty. V. Paint: Units shall be to match existing building exterior color. Prior to unit painting, sample of paint system to be applied in the color proposed, shall be approved by King County Project Representative. 2.05 TESTING A. Factory Leak Test: Heating and Ventilating Unit manufacturer shall provide a witnessed factory leakage test at 1.5 times design static pressure up to a maximum of 10" w.g. Leakage rate at test pressure shall not exceed 1% of design air volume. Unit shall be tested with all openings sealed. A pressure blower with a variable frequency drive shall be used to set the test pressure. CFM shall be determined using a calibrated orifice. Unless specified otherwise, test pressures shall be positive on positively pressurized sections and negative on negatively pressurized sections of the AMU. A report of all test results shall be written and submitted to the King County Project Representative for approval. B. Factory Cabinet Deflection Test: Heating and ventilating unit manufacturer shall provide a witnessed factory Panel Deflection Test at the unit design static pressure (1.5 times design static pressure optional). Panel deflection shall not exceed L/200 of longest plane being measured the test pressure. The casing deflection shall be measured at mid point of panel and at panel seam. A report of all test results shall be written and submitted to the King County Project Representative for approval. PART 3 EXECUTION 3.01 EXAMINATION 237001-10 C00735C12 A. Examine areas and conditions for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine roughing -in of steam, hydronic, and condensate drainage piping systems and electrical services to verify actual locations of connections before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Any galvanized equipment or materials routed on building exterior shall be primed and painted to match existing equipment or adjacent building components. B. Install custom outdoor heating and ventilating units with the following vibration and seismic -control devices. Vibration and seismic -control devices are specified in Section 230529, Piping and Mechanical Equipment Support. 1. Units with Internally Isolated Fans: Secure units to anchor bolts installed in concrete bases. 2. Install in conformance with ARI 435. C. Arrange installation of units to provide access space around custom outdoor heating and ventilating units for service and maintenance. D. Seal curb interior to SMACNA duct construction standards to meet the leakage requirements indicated in Section 233000. 3.03 CONNECTIONS A. Piping installation requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to machine to allow service and maintenance. C. Connect piping to custom outdoor heating and ventilating units using flexible connectors. D. Connect condensate drain pans using NPS 1-1/4, Type M copper tubing. Extend drain to divert condensate away from unit base. Construct self priming deep trap at connection to drain pan and install cleanouts at changes in direction. E. Gas Piping: Comply with applicable requirements in Section 231100, Natural Gas Systems. F. Duct installation and connection requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connections. G. Electrical: Comply with applicable requirements in Division 26 Sections for power wiring, switches, and motor controls. H. Ground equipment according to Division 26, Grounding System requirements. 237001 -11 C00735C12 Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.04 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect field -assembled components and equipment installation, including piping and electrical connections. Factory authorized service representative shall be factory trained and certified to inspect, start-up, operate and trouble -shoot equipment. Report results in writing. 1. Leak Test: After installation, fill water coils with water and test coils and connections for leaks. Repair leaks and retest until no leaks exist. 2. Fan Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Remove malfunctioning units, replace with new units, and retest. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.05 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. B. Final Checks before Startup: Perform the following: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to piping, ducts, and electrical systems are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Perform cleaning and adjusting. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify free fan wheel rotation and smooth bearing operations. Reconnect fan drive system, align belts, and install belt guards. 5. Lubricate bearings, pulleys, belts, and other moving parts with factory - recommended lubricants. 6. Set face -and -bypass dampers to full face flow. 7. Comb coil fins for parallel orientation. 8. Install clean filters. 9. Verify that manual and automatic volume control and fire and smoke dampers in connected duct systems are in fully open position. C. Starting procedures for modular outdoor heating and ventilating units include the following: 1. Energize motor; verify proper operation of motor, drive system, and fan wheel. Adjust fan to indicated rpm. Replace fan and motor pulleys as required to achieve design conditions. 2. Measure and record motor electrical values for voltage and amperage. D. Manually operate dampers from fully closed to fully open position and record fan performance. Refer to Section 230593, Balancing Air and Water Systems for heating and ventilating system testing, adjusting, and balancing. 237001-12 C00735C12 E. Refer to Section 230800 Systems Commissioning for commissioning of the heating and ventilating units and their respective connected systems. 3.06 EXISTING EQUIPMENT A. Adjust existing (AMU -2 and AMU -3) burner profile plates to accommodate revised sequence of operation of units. B. Verify proper burner operation at unit start -Up. Correct pressure drop and combustion efficiency shall be verified for all air flow and firing rates. Provide documentation of verification testing. C. Engage a factory -authorized service representative for burner profile plate adjustment and burner service. 3.07 ADJUSTING A. Adjust damper linkages for proper damper operation. 3.08 CLEANING A. Clean custom outdoor heating and ventilating units internally, on completion of installation, according to manufacturer's written instructions. Clean fan interiors to remove foreign material and construction dirt and dust. Vacuum clean fan wheels, cabinets, and coils entering air face. B. After completing system installation and testing, adjusting, and balancing custom outdoor heating and ventilating units and air -distribution systems, clean filter housings and install new filters. 3.09 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain custom outdoor heating and ventilating units. END OF SECTION 237001-13 C0073SC12 DIVISION 26 ELECTRICAL SECTION 260051 BASIC MATERIALS AND METHODS ELECTRICAL MINI -SPEC PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. See Section 011000. 1.03 WORK INCLUDED A. The work under this Division includes electrical systems of lighting, power, and miscellaneous work items. The work shall include but not be limited to the installation of new equipment and modifying some existing circuits. B. The intent of the Contract Documents is to include all labor and materials, equipment and transportation necessary. Contractor acknowledges that it has examined the Contract Documents and work site, is aware of existing conditions and limitations, and is satisfied that the Specifications and Drawings (when applicable) are suitable and adequate to enable it to successfully accomplish the Contract. C. During the course of the Contract, where minor adjustments of the work (such as adjusting the location of the equipment without requiring rework) are necessary for resolving conflicts between items within the intent of the Contract, Contractor shall make such adjustments at no additional cost to the County. D. Contractor shall connect all equipment and devices provided under other sections of these Specifications that require such connections. E. The electrical drawings for the Contract are diagrammatic and do not necessarily show all raceways, fittings, wiring or wiring devices required by code. Hence, in addition to that which is specified or shown on the Contract electrical drawings, Contractor shall include in its Contract cost these and related electrical items and the work associated with their installation. F. Any roof and wall penetrations (core drilling) shall be the responsibility of the contractor. It is the responsibility of the contractors to coordinate this work. 1.04 WORK NOT INCLUDED Not Used. 2/10/2015 260051 -1 C00735C12 1.05 WORK OF OTHER TRADES A. The electrical drawings do not necessarily show complete details of the project construction. Contractor shall familiarize itself with all features of the project that may affect its Work. 1.06 REFERENCES A. This paragraph presents a general compilation of references used in the County electrical work. The Contractor shall be responsible for adhering to the current edition of all references in Section 260051 whether they are listed here or not, particularly observing the requirements of Paragraph 260051-1.15D. References Title NSI C-80.1 American Natl. Stds. Institute, "Zinc -Coated Rigid Steel Conduit" NSI C-80.3 American Nati. Stds. Institute, "Zinc -Coated Electrical Metallic Tubing" NSI C136-15 American National Standards Institute, "High -Intensity -Discharge and Low - Pressure Sodium lamps in luminaires - Field Identification" NEC NFPA 70 Nati. Fire Protection Association, "National Electrical Code" NESC IEEE, "National Electrical Safety Code" UL 6 Underwriters Laboratories, "Rigid Metal Electrical Conduit" UL 797 Underwriters Laboratories, "Electrical Metallic Tubing" UL 1242 Underwriters Laboratories, "Intermediate Metal Conduit" AC 296 Washinqton Administrative Code, Department of Labor & Industries EC ashin ton State Energy Code, WAC 51-11 IBC International Building Code SDOT Washington State Department of Transportation (WSDOT) Construction Manual 1.07 UNDERWRITERS LISTED EQUIPMENT A. See Paragraph 260051-1.10. 1.08 DETAIL DRAWINGS BY CONTRACTOR A. Where the Contractor's work requires additional detailing including the preparation of shop drawings for individual items that are not of standard manufacture and which have to be specifically fabricated, Contractor shall prepare drawings, in AutoCAD 2009 or later version, printed on 22 inches x 34 inches heavy bond paper media; submit final copies of the drawings together with Compact Disk (CD) containing said drawing in AutoCAD 2009 or later version; optional type and size sheets shall be at the discretion and approval of the King County Project Representative (KCPR). Details shall be identified with the areas where the work applies. Contractor shall coordinate its work with the work of other trades to preclude conflicting use of areas/locations. Drawings shall be submitted to KCPR for approval before construction work begins. Upon completion, Contractor shall update its drawings to "as -constructed" condition and surrender them to the KCPR. 2/10/2015 260051 -2 C00735C12 1.09 SUBMITTALS A. Unless waived by the KCPR for the Contract, provide Electrical Submittals within 14 days of effective date of Notice -To -Proceed (NTP), in conjunction with paragraph 260051-1.09. (See Section 013300) B. Unless waived by the KCPR for the Contract, provide Electrical Submittals on all materials proposed to be used on this Contract. 1.10 LIST OF MANUFACTURERS A. Where more than one manufacturer is allowed, Contractor shall advise the KCPR within 14 days of the effective date of the "Notice to Proceed" of the make selected. 1.11 QUALITY CONTROL A. Materials: All materials, devices, appliances and equipment shall be listed by "Underwriters Laboratories, Inc. (UL)". Where UL listing is required but not available, Contractor shall obtain written permission for a variance from the King County KCPR. B. Manufacturer and type: Where manufacturers' names and types are provided on the Contract Drawings or within the Specifications, the County is establishing for the equipment described manufacturers whose specific type items generally satisfy the County's requirements. The County will consider alternates. However, alternates submitted by the Contractor to the County for approval shall be based on the specified manufacturers and type as a minimum. 1.12 QUANTITY ITEMS A. New items of any one classification shall be products of one manufacturer. B. Unless specifically identified on the Project Plans or in the Specifications, ALL New items installed on an existing site of any classification shall match those that exist on the site, shall be of the same Manufacturer and model, as currently manufactured. 1.13 APPROVALS A. The approval of the manufacturer's name or product by the County does not relieve the Contractor of the responsibility for providing material and equipment that complies in all details with the requirements of the Contract Documents. The Contractor shall assume responsibility for equipment submitted fitting in available space as intended by the Contract drawings. 1.14 WORKMANSHIP A. If any portion of the work has not been performed in a satisfactory manner, or is left in rough unfinished condition, the Contractor, at its expense, shall remove and reinstall all such work and restore surroundings in a manner approved by the KCPR. 2/10/2015 260051 -3 C00735C12 1.15 COORDINATION OF WORK A. Contractor shall compare the Specifications with the Contract Drawings including those for other trades, report any discrepancies between them to the KCPR and obtain written instructions for changes necessary in the electrical work. Contractor shall install electrical work in cooperation with other trades and make provision to avoid interferences, in a manner approved by the County. All changes caused by neglect to make such provisions shall be at Contractor's expense. B. Contractor shall schedule and sequence the work such that any interruptions of normal Base operations are kept to a minimum. Contractor shall provide all temporary connections as required to limit interruptions to time granted by the KCPR. Contractor shall consult with the KCPR and obtain written consent from the KCPR for the exact date, time and duration of time that the operations may be interrupted. C. The Contractor shall coordinate schedule with the KCPR to ensure that there is no conflict with other construction and/or maintenance work on the site. 1.16 REGULATIONS A. General: Contractor shall comply with, as a minimum, or exceed the requirements of the latest editions of all applicable codes, ordinances, rules and regulations pertaining to the project particularly noting Paragraph 1.16D below. B. Contractor's responsibility: It is the Contractor's responsibility to notify the County of any deviation in the Contract from applicable regulations and codes prior to installation of the work. C. Appurtenances: Provide pull boxes, junction boxes, special fittings and access to electrical work as required by codes. D. Requirements: In cases where regulations are more stringent than the Contract, the Contractor shall provide the materials and methods required by the regulations; in cases where the Contract Documents are more stringent than the applicable regulations, Contractor shall provide the materials and methods required by the Contract Documents. E. Permits and fees: 1. Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein. 2. During its progress, the work shall be inspected by the County and by the appropriate inspectors. Contractor shall provide inspector's Certificates of Compliance to the County (from the Authority Having Jurisdiction (AHJ)). PART 2 PRODUCTS 2.01 MATERIAL A. Materials shall be new, free of defects and of current manufacture. Existing materials shall not be reused unless otherwise noted. 2/10/2015 260051 -4 C00735C12 2.02 CONDUIT A. Galvanized Rigid Steel conduit (GRS): Conduit shall be steel, hot -dip galvanized inside and out after threading, produced to ANSI Specification C-80.1, shall comply with Underwriters Laboratories UL 6, and shall carry the UL label. Minimum trade size shall be 3/4 -inch exposed and 1 -inch embedded (underground or within walls), unless specifically noted. B. Liquidtight Flexible Metal Conduit (LFMC): Conduit shall be formed from an interlocking galvanized steel strip and shall have a PVC jacket extruded over the outside to form a flexible watertight raceway. Minimum trade size shall be 3/4 -inch, unless otherwise shown. Conduit shall be Anamet Anaconda Sealtite (Type UA), Electri-Flex (Type LA), or approved equal. C. Intermediate metal conduit (IMC): IMC shall be steel, exterior hot -dip galvanized after threading, interior baked on enamel or coated with a silicon epoxy -ester, manufactured in accordance with Underwriters Laboratories (UL #1242) and shall carry the UL label. Minimum trade size shall be 3/4 -inch exposed and 1 -inch embedded (underground or within walls), unless specifically noted. D. Electrical metallic tubing (EMT): EMT shall be steel, exterior hot -dip galvanized, interior baked on enamel or coated with silicon epoxy -ester, produced to ANSI Specification C80.3, shall comply with Underwriters' Laboratories U.L. 797, and shall carry the U.L. label. Minimum trade size shall be 3/4 -inch exposed and 1 -inch embedded (underground or within walls), unless specifically noted. E. Rigid non-metallic conduit: Conduit shall be PVC, listed for underground use. Conduit shall include Schedule 40 and Schedule 80 shall be manufactured to NEMA Specification TC -2, shall comply with Underwriters' Laboratories UL 651, and shall carry the UL label. Minimum trade size shall be 3/4 -inch exposed and 1 -inch embedded (underground or within walls), unless specifically noted. F. Flexible metal conduit Shall not be used. G. Explosion proof flexible conduit: Not used unless specified in the Contract. H. Galvanized rigid steel conduit and fittings with plastic (PVC) coating (GPVC): Plastic coated conduit shall be galvanized rigid steel conduit to which a 40 -mil thick polyvinyl chloride coating has been bonded. Coating shall be free of pinholes. Bond strength shall exceed the tensile strength of the plastic coat. Elbows shall be factory made and coated. Fittings used with plastic coated conduit shall be similarly coated to the same thickness as the conduit and shall be provided with Type 304 stainless steel hardware. Conduit and fittings shall be manufactured by the same company. Minimum trade size shall be 3/4 -inch exposed and 1 -inch embedded (underground or within walls), unless specifically noted. I. Conduit fittings: Fittings shall include all those items used with conduit to form conduit runs. Fittings shall be steel compression (for EMT and Liquid -tight — NO Set screw), ALL conduit fittings shall used with the type of conduit for which they are designed, i.e., Rigid conduit fittings shall be threaded, liquid -tight fittings shall be used with liquid -tight 2/10/2015 260051 -5 C00735C12 conduit. Liquid -tight fittings shall have an insulated throat, etc. Fittings shall be by O. Z. Gedney, Carlon, T&B, or approved equal. J. Conduit supports: 1. Conduit clamp backs shall be of the nesting one hole type, hot -dip galvanized malleable or cast iron; nest back spacers shall be of similar material and finish. Clamp backs shall be used with one hole malleable iron hot -dip galvanized pipe straps and similar EMT straps. Clamps, spacers and straps shall be by O.Z. Gedney, B -Line, or approved equal. 2. Framing channel shall be hot -dip galvanized. Framing channel and associated conduit clamps shall be by B -Line, Unistrut, or approved equal. 3. Concrete fasteners and screws shall be stainless steel or zinc plated. K. Conduit tags: Conduit shall be tagged with appropriately sized embossed metal conduit tags as manufactured by Panduit, Brady, Tyco, CH Hanson or approved equal. L. Seals: In areas specified as Class I, Division 1 or 2, hazardous, boxes and fittings shall be NEMA 7, Groups C and D, explosion proof. Seal fittings for conduit systems in hazardous atmosphere locations shall be hot -dip galvanized cast ferrous alloy. Sealing compound shall be hard type used with an environmentally friendly packing fiber, both compound and fiber shall be UL -listed for explosion proof sealing fittings. M. Galvanized electrical equipment installed exposed outdoors shall be painted with a minimum 3 mil coating of paint to prevent zinc runoff to the stormwater system. Paint application by manufacturer is preferred to field painting for coverage and quality. 2.03 WIRING MATERIALS A. General: Contractor shall provide all wire and cable as indicated and required for complete, operating systems. B. Wire, single conductor: 1. Conductors: a. All conductors shall be stranded for all sizes of wire and cable. b. Conductors shall be soft drawn copper for all sizes. 2. Insulation: Unless otherwise noted, 600 -volt wire insulation shall be Type THWN or XHHW for all locations. 3. Color Coding: All conductors shall be color coded in accordance with the following: Use Cable Color Three-phase, 480V, 3 -wire power Phase A Brown or 480/277V 4 -wire power Phase B Orange Phase C Yellow Neutral Gray Three-phase, 4 -wire, Phase A Black 120/208V power Phase B Red Phase C Blue Neutral White 2/10/2015 260051 -6 C00735C12 Single Phase, 3 -wire, 120/240V power Ground Phase A Black Phase B Red Neutral White C. Wire, multiple conductor and special cable: (NOT USED) D. Splices and connections: Green 1. Generally, new wiring shall be continuous from point-to-point. Splices shall be made only where existing field conditions dictate the need. Splicing shall not be used as a convenience factor merely to extend the length of an existing conductor or to extend the length of a conductor that the Contractor has cut too short. 2. Underground or wet area splices shall be made with a UL listed resin type splice kit to electrically insulate and moisture seal splices; dry area splices shall be made with spring type solderless connectors. Splice kits shall be manufactured by 3M, Ideal Industries, Raychem or approved equal. 3. Connections to terminals shall be made with properly sized insulated ring, spade or locking fork type crimp terminals; the crimp terminals shall be of the brazed seam construction. The crimp terminals shall be as manufactured by the electrical products division of 3M, T&B, or approved equal. Connections shall be made only in suitable boxes and areas on the equipment established by the manufacturer for the purpose. E. Wire and cable tags: 1. Every conductor and every cable shall be tagged. 2. Tags for conductors shall be as follows: a. Sleeve type, legible, permanently coded, yellow PVC or heat shrink polyolefin tubing, appropriately sized for the wire to which it is being applied. Sleeves shall be by Brady, Tyco, T&B, or approved equal. b. Labeling shall be machine printed. 3. Tags for cable shall be embossed metal or machine printed plastic type manufactured by T&B, Brady, Tyco or KCPR approved equal. 2.04 BOXES, FITTINGS AND ENCLOSURES A. All boxes and fittings shall be provided and installed in accordance with the design and shall satisfy area Class, Group and Division environ -mental requirements. They shall be used with the type of conduit for which they are designated and for the purpose for which they are intended. Boxes and fittings shall be provided and installed in accordance with code requirements even though they are not shown on the drawings. Boxes and fittings shall be of name brand manufacture such as T&B, O.Z. Gedney, Steel City, Appleton, Crouse -Hinds, or approved equal. B. Pressed steel NEMA 1 boxes shall be used only where concealed in walls, in ceilings of dry areas or where concrete embedded. All boxes shall be electro galvanized; concrete embedded boxes shall be designated for that purpose. 2/10/2015 260051 -7 C00735C12 C. Zinc electroplated cast and gasketed boxes shall be used for all surface mounted applications. D. Enclosures shall be provided and installed where required, in accordance with this design and shall satisfy area Class, Group and Division environmental requirements. Enclosures shall include panels and shall be by Hoffman, Skyline, or approved equal. E. Paint Booth Control Panels: Panels shall be UL 508 listed. See Mechanical design for required functionality and sequence of operation. Panels shall be powered from single - point connection at 277/480V 30 as shown on the plans. Control panels will include restoration of existing features (fire alarm, DDC, lighting control) and new and/or replacement features/connections as shown on the plans. 2.05 NAMEPLATES A. Each individual device shall have a nameplate designating the function of the device. B. Nameplates shall be made of 1/16 -inch having white letters 3/16 -inch high on a completely spelled out on the nameplates. thick machine engraved laminated phenolic black background. Equipment titles shall be C. Nameplates shall be secured to the equipment with stainless steel screws and a bonding agent. Where it is proposed that the nameplates will be secured with a bonding agent, the process and a sample shall be submitted to the KCPR for acceptance. D. All "HID" lighting fixtures shall be identified, as required by ANSI C136-15, no alternate method will be accepted. Per the ANSI standard the Markers for HPS fixtures shall have 2 -inch black letters on a 3 -inch square gold yellow background, and markers for Metal Halide fixtures shall be 2 -inch black letters on a 3 -inch square red background. 2.06 JOB MATERIAL INFORMATION A. The job material shall be included in the Contract and as directed by the KCPR. 2.07 PANELBOARD A. During the execution of the Contract, if it becomes necessary to access, modify or replace existing panelboards, it shall be done under the following constraints and must be approved in writing by the KCPR, along with approval from King County's Electrical Engineering staff. 1. All panelboards shall be the standard end product of one manufacturer. Circuit breakers contained in each panel shall be listed for use within that panel, and shall be of the same manufacturer as the panelboard. 2. New panelboards installed on the existing bases shall be required to be of the same manufacturer, model, and type as the existing panelboards. 3. New circuit breakers added to existing panelboard shall be listed for use in the existing panelboard. 2/10/2015 260051 -8 C00735C12 2.08 GROUND RODS A. Ground rods shall be copper clad steel, 3/4 -inch diameter and 10 -feet long. Rods shall have threaded type removable caps so that extension rods of same diameter and length may be added where necessary. 2.09 REBATE/GRANT COMPLIANCE A. This project is subject to the terms of an agreement entered into between King County and Seattle City Light. The Contractor shall provide the following items to enable the County to demonstrate compliance with the agreement. B. Submit the as -built sequences of operation for the new equipment and a schematic drawing showing the locations of all new sensors. C. Submit cut sheets for all new ventilation and ventilation control equipment. D. The O&M manual shall include warranties for all installed equipment, and all information required to maintain, operate, and where appropriate calibrate or program the installed equipment. Manufacturer's literature shall be marked to clearly identify the correct manufacturers and model numbers. The manual shall either be a three ring binder or some other type of notebook. On the cover, include the project name, customer name, date, and contractor name and address. E. Provide 30 -day metering of booth performance after return to service. Monitor the fans' power or speed and hours required for painting and hours required for curing. The power or speed data will be collected at a frequency no less than once per hour. The data will have coincident time and dates. They will be provided in a Microsoft Excel format with different data clearly labeled. PART 3 EXECUTION 3.01 GENERAL A. Electrical work shall be fully completed in all respects generally as shown on the Contract drawings and as described in this section. B. The electrical plan drawings are generally diagrammatic. The exact locations and routing of cables and conduits shall be governed by structural conditions and physical interference. C. Where details of installations (including notes, conduit & wire tags, etc) are not shown on the drawings, new installations shall be installed at the same standard (as spelled out in this specification) as other equipment installed on this project, not just similar to existing installations. D. Manufacturer's installation details: Contractor shall install items in accordance with details and provide any special wiring, fittings and appurtenances required. Contractor shall verify all measurements at site and coordinate exact locations with details shown on Contract Drawings. 2/10/2015 260051 -9 C00735C12 3.02 RECORD DRAWINGS A. The Contractor shall maintain a neatly marked set of blue lines of all Drawings of all the electrical work involved in the Contract. The prints shall be kept current with the work as it progresses and shall be subject to inspection by the KCPR at any time. B. Current, acceptable as -constructed prints must be submitted prior to the certification of any Contract payment for electrical work. A complete and accurate set of these prints shall be delivered to the KCPR for the KCPR's approval. 3.03 DUST A. All operations involving drilling or grinding, sweeping and similar activities shall be accomplished under controlled conditions to keep dust and dirt from contaminating the equipment. 3.04 CONDUIT AND BOXES A. The area of electrical work shall be treated as non -hazardous (in most areas) unless otherwise noted on the drawing; therefore, the wiring method employed shall satisfy the NEC requirements for this classification. Conduit, boxes and enclosures, devices, fittings and the like shall be approved, used as required per the listed intent and manufacturer's specifications, and located and installed in accordance with the NEC requirements. B. Conduit shall not be welded, brazed or otherwise heated. C. Where required for ease of pulling and as necessary to meet codes, pull boxes and junction boxes shall be installed even though not shown on the drawings. The locations of boxes shown are approximate; exact locations shall be verified on the job to avoid conflict with other work. D. Bends and offsets shall be avoided in conduit runs; where bends and offsets are necessary, they shall be made with an approved conduit bender or bending machine, or shall consist of factory made elbows and fittings. The contractor shall limit the number of directional changes of the conduit to a total not more than 270 degrees in any run between pull boxes. E. All conduit shall terminate in boxes or handholes unless otherwise shown. F. All rigid conduit entering sheet metal boxes shall have a metal insulating bushing installed over the conduit end (O.Z. Gedney-HBLG Series, Thomas & Betts BG Series, or engineering approved equal). All joints shall be made with standard couplings or UNF/UNY unions; excessive threads shall not be used on any conduit. The ends of all rigid conduits shall be cut square, reamed and threaded with straight threads. Rigid conduit joints shall be made up with a UL -listed conductive anti -corrosion surface compound (Thomas & Betts Kopr-Shield, Jetlube, or engineering approved equal), which shall be applied to the male threads only. No Compression Fittings are to be used with rigid conduit. G. All rigid conduit entering sheet metal boxes or cabinets shall be secured by locknuts on both the interior and exterior of the enclosure or a Myers Hub shall be installed. 2/10/2015 260051 -10 C00735C12 H. Exposed conduit shall be run on supports spaced not more than 8 feet apart and shall be installed with runs parallel or perpendicular to walls, structural members or intersections of vertical planes and ceiling. No conduit shall approach closer than 6 inches to any object operating above the rated temperature of the conductor installation. I. Galvanized electrical equipment installed exposed outdoors shall be painted with a minimum 3 mil coating of paint to prevent zinc runoff to the stormwater system. Paint application by manufacturer is preferred to field painting for coverage and quality. J. Conduit supported directly from the block, brick or concrete structure shall be spaced out at least 3/8 -inch. K. Flexible Steel conduit shall not be used. Liquidtight flexible metal conduit (LFMC) shall be used if flexibility is required for all motors and equipment requiring flexible connections. Where flexibility is required for electrical raceways on equipment, liquid - tight flexible metal conduit shall be used in accordance with JIC standards, these Specifications and the local inspection agency (the length of the flexible conduit shall be minimized, Maximum length shall be 6 -Feet). L. Plumber's perforated hanger iron shall not be used for any purpose. M. All fittings shall be made up wrench tight. N. All penetrations of existing concrete shall be made in such a manner as not to destroy the structural integrity of the structure. Patch and seal indicated penetrations watertight with non -shrink, non -staining grout. O. For installing conduit runs in or under concrete floors/sidewalks, saw cut and remove concrete as required (in sidewalks or walkways the contractor shall cut/replace along existing break lines). Remove loose dirt and broken material from trench before installing conduit and before pouring new concrete. Finish trench to match surrounding floor surface. P. Contractor shall exercise the necessary precautions to prevent the lodging of dirt, concrete and trash in the conduit, fittings and boxes during the course of installation. Q. Contractor shall install/conceal conduit within the structure during construction where possible, where not possible the Contractor shall paint the conduit(s) to match the existing structure to which the conduit is attached. R. Table I specifies the type of raceway required for each location and application. Unless in Table I, conduit shall be hot -dip galvanized rigid steel, type GRS. Minimum trade size for all conduit shall be %-inch when exposed and 1 -inch when embedded (underground or within walls), unless specifically noted TABLE LOCATION APPLICATION / CONDITION CONDUIT bove ground up to 10 AFF All raceway applications not specified below. GRS Above ground 10 ft. AFF and up On or in walls and ceiling spaces, where not subject to physical abuse or moisture. EMT, IMC Subject to occasional moisture. JIMC 2/10/2015 260051 -11 C00735C12 II wet areas Subject to constant moisture (i.e. wash bays, steam shop, floor to roof GRS Underground Direct buried. GRS Encased in red concrete. GRS, PVC Outdoor to weather. GRS -Exposed Hazardous, classified areas Exposed GRS 3.05 CONDUCTORS A. Care shall be exercised in pulling conductors into conduit so as to avoid kinking the conductors, putting undue stress on them or otherwise abrading them. Only UL -listed pulling compound shall be used for pulling. The raceway installation shall be complete before conductors are pulled into it. B. All conductors and cables shall be identified at all access points with marking sleeves. Marking sleeves shall be as specified in Paragraph 260051-2.03E. C. Generally, splicing shall be avoided. Where splicing is dictated by field conditions, splices shall be made only in junction boxes suitable for the area. Splice selection shall be based in accordance with Paragraph 260051-2.03D (underground or wet areas shall be 3M 82-B1 or 90-131; dry areas shall be spring -type solderless connectors). D. Crimping shall be done with approved crimping tool (not side cutters or the like). E. The Contractor shall provide a ground rod in each handhole, and shall connect this ground to the ground lug in the light pole. The light pole foundation shall also be connected to the ground system; a #4 bare copper ground conductor shall be exothermically connected to the rebar in the pole foundation with enough conductor extending up the center of the foundation to provide connection to the grounding lug in the pole handhole. The ground rod shall extend 3 inches above the bottom of the handhole, connection at the ground rod shall be made with a bolted connector. F. A code sized ground wire shall be placed in each conduit installed under this contract. G. All handholes opened for work associated with this contract shall be provided with grounding straps for the lid and rim of handholes with metal covers. This ground strap shall be connected to the ground rod and/or ground system within the handholes. 3.06 EQUIPMENT A. Care shall be exercised in the installation of all equipment to avoid damage or disfigurement of any kind. All equipment shall be protected prior to and after installation. B. The Contractor shall repair by spray painting, after properly preparing the surface, all scratches or defects in the finish of the equipment. Only identical paint furnished by the equipment manufacturer shall be used for such purposes. C. Failure of the Contractor to protect the equipment as outlined herein shall be grounds for rejection of the equipment. 2/10/2015 260051-12 C00735C12 D. Seismic attachments: Earthquake resistant attachments and supports for equipment shall be provided and shall include anchor bolts, equipment assembly bolts and fastenings which are adequate to resist a horizontal force of 50 percent of the equipment weight applied at the center of gravity without displacing the equipment or its fastenings. 3.07 TESTING AND STARTUP A. Test Procedure: 1. Unless otherwise specified, it shall be the responsibility of the Contractor to prepare the test procedure and to conduct tests in accordance with that procedure to demonstrate to the KCPR the accuracy of the wiring, control and proper functioning of the equipment in accordance with these specifications. Contractor shall submit its proposed test procedure to the KCPR for approval at least 48 hours prior to the demonstration. 2. All equipment and systems shall be demonstrated by the Contractor as operating properly prior to the acceptance of the work. All protective devices shall be operative during demonstration. 3. If the demonstration indicates unsatisfactory operation as determined by the KCPR or inspecting authorities, defects shall be corrected by the Contractor, and the demonstration shall be repeated at no additional expense to the County. B. Phase Relationship Tests: (NOT USED). C. Insulation Resistance Tests: Insulation resistance tests shall be performed on conductors, cables and equipment, signal circuits excepted. Tests shall be made with 1000 -volt Biddle hand cranked megger insulation resistance tester. All equipment that may be damaged by such tests shall be disconnected before the tests are made. Tests shall measure insulation resistance from line to ground. Conductors and cables shall be tested after placement and the completion of the terminations, but before connection to equipment. 600 -volt class circuits and equipment shall be tested. Minimum acceptable values of insulation resistance of circuits and equipment shall be 10 megohms. The Contractor shall provide for the County: the test reports listing test equipment used, person or persons performing the tests, the date tested, the circuits or equipment tested and the results of all tests. The KCPR shall witness these tests. Contractor shall notify the KCPR 48 hours in advance of testing. END OF SECTION 2/10/2015 260051 -13 C00735C12 PERMIT C00RD COPY. PLAN REVIEW/ROUTING SLIP PERMIT NUMBER: M16-0199 DATE: 12/29/16 PROJECT NAME: KING COUNTY METRO TRANSIT SITE ADDRESS: 12100 E MARGINAL WAY S X Original Plan Submittal Revision # before Permit Issued Response to Correction Letter # Revision # after Permit Issued DEPARTMENTS: ACJ M/ Building Division Public Works ❑ PRELIMINARY REVIEW: Not Applicable ❑ (no approval/review required) Ato\ kwc H�-17 Fire Prevention U Planning Division ❑ Structural ❑ Permit Coordinator is DATE: 01/03/17 Structural Review Required ❑ REVIEWER'S INITIALS: DATE: APPROVALS OR CORRECTIONS: DUE DATE: 01/31/17 Approved ❑ Approved with Conditions Corrections Required ❑ Denied ❑ (corrections entered in Reviews) (ie: Zoning Issues) REVIEWER'S INITIALS: DATE: Permit Center Use Only CORRECTION LETTER MAILED: Departments issued corrections: Bldg ❑ Fire ❑ Ping ❑ PW ❑ Staff Initials: 12/18/2013 DESIGN AIR LTD Washington State Department of J Labor & Industries DESIGN AIR LTD Page 1 of 2 Home Espanol Conhact A -Z Index Help my tm Safety & Health Claims & Insurance Workplace Rights Trades & Licensing Owner or tradesperson P.O. Box 1443 RICHLAND, WA 99352 Principals 253-854-2770 HAGEN, RONALD A, PRESIDENT BENTON County MATZ, RICHARD K, VICE PRESIDENT PORTO, MARK M, SECRETARY Doing business as DESIGN AIR LTD WA UBI No. Business type 600 314 241 Corporation License no. Governing persons DESIGL'212DG INC Effective — expiration EMCOR GROUP 03/07/1979— 03/07/2018 KENNETH STRICKLER; License Expiration date Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor .......................................................... Active. Meets current requirements. License specialties GENERAL $2,000,000.00 License no. DESIGL'212DG Effective — expiration Effective date 03/07/1979— 03/07/2018 10/01/2016 Bond Expiration date TRAVELERS CAS & SURETY CO $12,000.00 Bond account no. 103742548 Received by L&I Effective date 02/28/2002 03/07/2002 Expiration date Until Canceled Insurance ..................... . Continental Cas Co $2,000,000.00 Policy no. GL6042969862 Received by L&I Effective date 10/04/2016 10/01/2016 Expiration date 10/01/2017 Insurance history Savings No savings accounts during the previous 6 year period. https:Hsecure.Ini.wa,gov/verify/Detail.aspx?UBI=600314241 &LIC=DESIGL*212DG&SAW= Help us improve 3/7/2017 DESIGN AIR LTD Lawsuits against the bond or savings Nla o wsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts .NoL&.I..ax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations Ro'i'icerise vi61afi6ns during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID Account is current. 402,710-00 .......... I .............. Doing business as DESIGN AIR LTD Estimated workers reported Quarter 4 of Year 2016 "11 to 20 Workers" L&I account representative T2 I KATHY ULRICH (360)902-4829 - Email: WITE235@lni.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. < Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Page 2 of 2 Help us improve https:Hsecure.lni.wa.gov/verify/Detail.aspx?UBI=600314241 &LIC=DESIGL*212DG&SAW= 3/7/2017