Loading...
HomeMy WebLinkAboutPermit M96-0144 - METROm wo \ 6 1 • 4-14 City of Tukwila Community Development / Public Works • 6300 Southcenter Boulevard, Suite 100 • Tukwila, Washington 98188 Permit No: M96 -0144 Type: B -MECH Category: NRES MECHANICAL PERMIT Address: 12100 EAST MARGINAL WY S Location: Parcel #: 734060 -0421 Contractor License No: MECHACI066JA TENANT METRO Phone: 206 689 -4504 12100 EAST MARGINAL WY S, SEATTLE WA 98168 OWNER METRO ACCOUNTS PAYABLE SO.BASE 5432 - 50706050304, 821 2ND AVE, SEATTLE WA 98104 CONTACT DAN FISHBURN Phone: 206 763 -2416 MECHANICAL CONTRACTORS INC, 10046 20 AV SW, SEATTLE WA 98146 CONTRACTOR MECHANICAL CONTRACTORS INC. Phone: 206 763 -2416 10046 26TH AVENUE S.W., SEATTLE, WA 98146 ******************************************** * * * * * * * * * * * * * ** * * * * * ** * * * * * * * ** Permit Description: INSTALL SIX INTEGRATED GAS HEATERS. UMC Edition: 1994 Valuation: 3,000.00 Total Permit Fee: 126.88 ***** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * . 141, Permit Center Authorized S gnature Date I hereby certify that I have read and examined this permit and know the same to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws regulating construction or the performance of work. I am authorized to sign for and obtain this building perm i g n a t u r d eL c ��^ —' 51S. a t e : - 2,4x 0- ' a. l r Print Name :C ' - c:M=JE 4-'/�S Title: V /? (206) 431 -3670 Status: ISSUED Issued: 11/07/1996 Expires: 05/06/1997 This permit shall become null and void if the work is not commenced within 180 days from the date of issuance, or if the work is suspended or abandoned for a period of 180•days from the last inspection. CITY OF TUKWILA Address: 12100 EAST MARGINAL WY S Suite: Tenant: METRIC Type: B -MECH Parcel #: 734060 -0421 ** k***. k**** k' kk• k• k***** kk**** k*** k******** kk• k• kk* k* *k•k**•k•k *•k**** ** kk•k* Permit. Conditions: 1 No changes will be made to the plans, unless approved by the Architect or Engineer and :the Tukwiia..Buiiding Division. 2:.'A l l permits, i aspect i.on:: records ,: and approved plans shall be available at the iob site prior to the start . of any con- struction. These '4documents are to be maintained and avail- able until t ina1 `inspection :approval is granted':. 3. All construction to be `done 'in conformance with approved plans and 'requirements- of the Uniform Building: Code 11994 Edition) /as .amended, ' Un i farm Mechan ica 1, Code J1994 1994 Edition) , Permit No: M96. -0144 Status: ISSUED Applied: 10/28/1996 Issued: 11/07/1996 and Was.h,ington State Energy Code' (1994 Edition).. 4 . Va l i d i i+:v.; of. Permit.: - The i ssuan'ce'..of a permit or.. approval ,. plans ,' icati;v'rl, and' computat ions, shall not be con :qtr ued to 'be a . permit for,' or an approval of, any violation of any, of 't provisions of the building code or of Any other�'; of the ., juris.ilictior). No permit presuming t give�',author.ity to violate or, cancel the provision; of .this code shall be v a l i d . . " 5 MANUFACTURERS INSTALLATION, 'INSTRUCTIONS REQUIRED ON..SITE. FORTHE BUILDING IN PECT0RS?REVIEW Plumbing Aermits shall be ,obtained 'through the Seattle -King Coi,n,t.Y, D,epart`ment l i c.° Hea 1 th' ,. Plumbing w i l l be inspected by .that including `All gas piping (296,7:4722): 7,. Ele shall be obtained through'. the Washington State'i iv s i on : of Labor and Indust•r :i es and all e l ectr i,cal work'; W i 1 l,' be `inspected by that agency 'x 6630) APPROVAL SUBJECT TO MAXIMUM FIXED THERMOSTAT SETTING AT'4 DEGREE' F. SEE U.6-.C. STANDARD .'9,-1 , .CHAPTER. 4, '=SECTION 4- 5.3.5`:3 AND WASHINGTON STATE • ENERGEY'CODE CHAPTER 11 . Project Name/Tenant: rcc - ),. ' Ti' . /- /J c2 f Ur� ee ) i7 • - ?L - Pfic7er — /c,i✓ Value of onstruction: "7 3 / (jC Will there be storage of flammable /combustible hazardous material In the building? ❑ yes ❑ no Attach list of materials and storage location on separate 8 1/2 X 11 paper indicating quantities & Material Safety Data Sheets Site Address: City State/Zip: 42/e” re 7 l9 -iie - .c' - r G(i4? S Tax Parcel Number: -') 5 > n C" ... cy/C7 -(7 l Property Owner: /' ( // �/� 4 777C �1//7/ 7 , /J _ f - C i 77r= Phone: 6R(72---75-0 ' i Street Address: �1 /..'l f ; 1,(a / y / . // l:. (4' / ( l '7,--1:// Citty State /Zip: m.we' /'T Fax #: _ 68)+43 . Contact Person: ■//l7 (' / /', - i ;' -'f-t i OCT 2 8 1996 Phone: 0 Sewer Street Address: City State/Zip: 7- E id n'? //1 //'l /1./x411 < 77//Pew le,9- C-ti..0 Fax #: ( ( 4 ' -7 ? S Contractor: Phone: 7th .?-,2 '/( tY' / /r2 '/('/ Z' ('r")/L i`A.-~7ei ?S" /tj Street Address: ' JO C' 'e/&7 SCti' i,/ City State /Zi : /,' 1' - Fax #: _ 76 S ",7e,4 c' Architect: Phone: Street Address: /.2/nl'1' l� /a'(./ /'5' // >C'/ G5, --..., c City State /Zip: � e i, / / /c7, Fax #: - 7 - 2 T5 — / Co r) -., Phone: Engineer: Street Address: City State /Zip: Fax #: MISCELLANEOUS PERMIT REVIEW` AND ;AP,PRQVAL REQUESTED: (TO BE FILLED OUT BY APPLICANT) Description of work to be done: Will there be storage of flammable /combustible hazardous material In the building? ❑ yes ❑ no Attach list of materials and storage location on separate 8 1/2 X 11 paper indicating quantities & Material Safety Data Sheets ❑ Above Ground Tanks ❑ Antennas /Satellite Dishes ❑ Demolition ❑ Fence ❑ Parking Lots ❑ Retaining Walls ❑ Temporary Facilities ❑ Tree Cutting ❑ Bulkhead/Docks ❑ Commercial Reroof Mechanical ❑ Manufactured Housing - Replacement only Temporary Pedestrian Protection /Exit Systems MONTHLY SERVICE BILLINGS TO: ' :: Name: Phone: HtUEIVED CITY OF TUKWILA Address: City /State /Zip: OCT 2 8 1996 0 Water 0 Sewer 0 Metro 0 Standby PERMIT CENTER CITY OF Permit Centel 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 (206) 431 -3670 Miscellaneous Permit Application Application and plans must be complete in order to be accepted for plan review. Applications will not be accepted through the mall or facsimile. APPLICANTTREQUEST.FOR MISCELLANEOUS•PUBLIC WORKS PERMITS'; ❑ Channelization /Striping ❑ Flood Control Zone ❑ Landscape Irrigation ❑ Storm Drainage ❑ Water Meter /Exempt # ❑ Water Meter /Permanent # ❑ Water Meter Temp # ❑ Miscellaneous ❑ Curb cut/Access /Sidewalk ❑ Fire Loop /Hydrant (main to vault) #: Size(s): ❑ Land Altering: 0 Cut cubic yards 0 Fill cubic yards 0 sq. ft.grading /clearing ❑ Sanitary Side Sewer #: ❑ Sewer Main Extension 0 Private 0 Public ❑ Street Use ❑ Water Main Extension 0 Private 0 Public 0 Deduct 0 Water Only Size(s): Size(s): Size(s : Est. quantity: gal Schedule: Moving Oversized Load /Hauling WATER METERDEPOSiT /REFUND. BILLING Name: Address: Phone: City /State /Zip: 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 extend the time for action by the applicant for a period not exceeding 180 days upon written request by the applicant as defined in Section 107.4 of the Uniform Building Code (current edition). No application shall be extended more than once. Date application accepted: /6 ow/ p„ Date application expires: APP-1 L 7-8) i 1'17 Application taken by: (initials) MISCPMT.DOC 7/11/96 BUILDING OWNER OR AUTHOR ED AGENT :. . Signature: C vi O ld/ Date: / ci7 5,- Print name: 7,,,,/ F/,-,4-/?5,//p k ul Phone: ? 4/6 Fax #:,?,,,;„,,,.. ..2 Address: / * I� 6-, ,C; /T /,r 5 k J C` %,a City /State /Zip: ALL MISCELLANEOUS PE' ' APPLICATIONS MUST BE SUBMI D WITH THE FOLLOWING: ALL DRAWINGS SHALL BE AT A LEGIBLE SCALE AND NEATLY DRAWN ➢ BUILDING SITE PLANS AND UTILITY PLANS ARE TO BE COMBINED ➢ ARCHITECTURAL DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED ARCHITECT ➢ STRUCTURAL CALCULATIONS AND DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED STRUCTURAL ENGINEER ➢ CIVIL/SITE PLAN DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED CIVIL ENGINEER (P.E.) Antennas /Satellite .Dishes Awnings /Canopies No signage Bulkhead/Dock' ; Commercial Reroof: • Demolition Fences - Over 6'feet in Height Land Altering/Grading/Preioads LoadingDocks Mechanical'( Residential. Commercial). • Miscellaneous Pubiic.Works Manufacture4Housing (RED'INSIGNIA ONLY Moving >Oversized,Load /Hauling Parking Lots Temporary Facilities Residential 'Reroof - Exempt with following exception:' If roof structure . t� be,repaired orreplaced Retaining Walls - Over:4'feet height SUBMIT APPLICATION AND REQUIRED CHECKLISTS FOR PERMIT REVIEW Above Ground Tanks/WaterTanks - Supported:directly upon grade exceeding 5,000 gallons and a ratio of height to diameter or width which exceeds 2:1 ., 'Submit checklist No :: M -9 Temporary' Pedestrian Protection/Exit Systems Tree Cutting' ❑ Copy of Washington State Department of Labor and Industries Valid Contractor's License. If not available at the time of application, a copy of this license will be required before the permit is issued, unless the homeowner will be the builder OR submit Form H -4, "Affidavit in Lieu of Contractor Registration ". BulldingOwner /Author/zed.Agent, 1f the applicant Is other than,the owner, registered arcnitect/ongineer,.or contractor licensed by the State of Washington, a.notarized letter from the property owner authorizing the agent' to submit this permit application and obtain the permit will be required as part of this submittal. 1 HEREBY CERTIFY THAT ! 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. MISCPMT.DOC 7/11/96 RECEIVED CITY OF TUKWILA OCT 281996 PERMIT CENTER '++*++**+a+**a+*0:+*+** +A*+^********+***Ahaa11+++***A**A a7vOF, TUKN%LA. NA TRANSMIT /*****a+******+jt*+kA*aIcaAl4+*WAR+**a+*****A* TRANSMIT ,umber: R9G08507 Amount: 126.08 11/07/96 10:25 Payment Method: CHECK' Notation: MECHANICAL CONTR Init: SLW, Permit N|: M96-0A44, Typo: 8-MECH MECHANICAL PERMIT Parcel No: 73 | Site Wd �esy: 12100 - EAST MARGINAL WY S Total Fees: 126.88 This Payment 126.88 Total ALL Pmts: 126.88 Balance: .00 kk*+^++a+A*A***+*A********�**+*a+*a*****+A+^k*k*A+**+**+kAAWA+ Account Code 000/345.830 000/323.100 Description PLAN CHECK - NONRES MECHANICAL - NQNRES Amount 25.38 101.50 4755 .11/1? �611 , TOTAL � .~ ~~� ` . �,^ Project: �� .uS w (4 Yet Type of Inspects . � � Address: ) Z` Date called: Special Instructions: / N aGD Ibo Lv / 2ir , Date wanted: ,, a.m. p m• Requester: Phone No.: % INSPECTION NO. Approved per applicable codes. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98 PERMIT NO. 6)- 43- 13670 Corrections required prior to approval. COMMENTS: Inspector: Date: 3 e i r ri $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100, ,Call to schedule reinspection. Iportio aAs Vos. 4 Type of inspectior t ess; 06i 012161A n! ,� Date called: 3 `' ^ 9 7 t ,Z_g7 pecial instructions: fat/1a5 /\ite, PCf "v/ Date wanted; .. elglo p .m. Requester:) F-644}31.4 RN Phone No.: --/( -241c, CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 INSPECTION NO. - INSPECTION RECORD Retain a copy with permit Approved per applicable codes. (206) 431 -3670 Corrections required prior to approval. COMMENTS: N LE 1 7 ) LdCPr'1'r- r 11"C"t 1414 WE o rJ . t1* . Inspector: Date: 3/ / 2.#7 $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: Project: ili B 5cvst. � e, ( v Type of inspection Address 12 -i ca c • Mv1 mil • Dote called: % Date wanted: ... I Z _ a �� ` 1 P.m. Special Instructions: ( � "v I c I ti-0 5 Ot s 0-1 . ii � (at I 1 i.. 1 'f Vbi + 6 L ,,,, b otwoo Requester: 1) 0 �— Phone No.: ., b 3 r 2-41 (P INSPECTION NO. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 rn x' PERMIT NO. (206) 431 -3670 COMMENTS: rf 14-- /6 Ph ■t — .i. i .. -S_ 0 Approved per applicable codes. $42.00 REINSPECTIO FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Cali to schedule reinspection. Receipt No.: Corrections required prior to approval. Date: COMMENTS: Type of inspection: f� i fla r Address: a i oo C YY1a, ust D ate called: ice- - '`fi Yom' _ A 4 ? ' ' h' .- 2 L_. -- y21 -r G� . 1�-- , Don ,_' C/r� -/„6 - i _ _ , / j - -' 1 Project: 1_ ( C C r B 00) o `� � Type of inspection: f� i fla r Address: a i oo C YY1a, ust D ate called: 1-a1.9 . Special instructions: doap■ CO ` ate wanted: o Requester: Don Phone No.: NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #1'00, Tukwila, WA 98188 I Approved per applicable codes. Inspector: INSPECTION RECORD Retain a copy with permit PERMIT NO. (206) 431 -3670 Corrections required prior to approval. Date: j --2 62 t 7 $42.05 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: APPROVAL 0..ar To MAX MOM flxb 5E AT ! THE R,Nlo 14`r' ' y 51'�►�ty �RD 4 1 set t.13p�. '�j oUuNhi. , �h� Cwh�i �'k 4 » SIet ruir% 4- 5.',x.5.3 W A8 I NG►� �-O S'�'i� w rg aNeRCY ano • 1� South Base - Fuel /Wash Building Freeze Protection Bidding Requirements and General Conditions Technical Specifications Contract Drawings Addenda FILE COPY ._. I understand that the Plan Check approvals are subject to errors and omissions and approval of plans does not authorize the violation cffany adopted code or ordinance. Recl.n"of cod. tractor' copy of approved pi- ri s Date � �, . Permit No ..,.. '` Small Works Roster Contract C65047C o olowt 140 6 199 eul ............ iv vo JD 0 90 v 50N May, 1996 M96 -p14µ KING COUNTY CITY OF TUKWIL A OCT 2 8 1996 PERMIT CENTER King County Small Works Roster Contract Bid Solicitation Small Works Roster bid solicitations are authorized when the estimated public work cost is less than $100,6M MIT CENTER Contract Title SOUTH BASE - FUEL/ WASH BUILDING FREEZE PROTECTION Bids Due July 9, 1996 date Small Works Roster Contract No. C65047C 11:00 am 12th floor Contracts Counter time — location Summary Of Work: King County invites you to submit a Bid to perform the work described below: At South Base Fuel/ Wash Building, 12100 East Marginal Way South., Tukwila, WA 98168, demolition and removal of piping and piping insulation, equipment and equipment insulation, and the installation of pipe and pipe insulation vapor barrier and jacket and heat tracing syytems (including pilot light panel) and caps for existing pipe system. Work shall also include the installation of natural gas radiant heating units, including mounting, natural gas piping and controls. Contractor shall provide needed permits. No building permit required. The estimate for construction is $50,000 - $80,000. Prebid No pre -bid conference conference date dine location All work shall be completed within 90 calendar days after the effective date of Notice to Proceed. For overruns in Contract Time caused by avoidable delay, Liquidated Damages may be assessed in accordance with paragraph 7 of the General Conditions in the amount of $500 Site tour? Upon request. per calendar day Special Conditions: Questions concerning this Contract may be directed to: Project Manager Cloyd Jackson name 684 -1706 phone number(e) C65047C 1 of 1 BID SOLICITATION RECEIVED CITY OF TUKWIL/ OCT 28199E Lump Sum Total Bid Price of: 10046 26 Ave. S.W. Address of Firm (206) 763 -2416 (206) 763 -9649 Telephone No. /Fax No. C65047C BID SOUTH BASE - FUEL/WASH BUILDING FREEZE PROTECTION SMALL WORK ROSTER CONTRACT C65047C The undersigned, as Bidder, declares that we have examined the site and Contract Documents and that we will contract with King County to perform all required work on the terms and conditions set forth herein for the following price: Sixty Nine Thousand Six Hundred Eighteen DOLLARS. (words) $ 69,618 (figures) This Bid shall be binding for 60 days from the submittal date. Addenda numbers _are acknowledged. We agree to sign the Agreement form and to furnish the Performance and Payment Bond and certificate of insurance within 10 days after notification that this Bid is accepted. The cost of providing the required Bond and insurance, and the cost of compliance with the Prevailing Rates of Wage requirements is included in the Total Bid Price. In accordance with Washington State Department of Revenue Rule 171, state and local sales tax have been included in the Total Bid Price. The waiver of industrial immunity in the General Conditions was made pursuant to RC4V 4.24.115. B Dan Fishburn Mechanical Contractors, Tnc_ Name of Firm Signature DELIVER BID TO: King County Department of Finance Professional and Construction Services Procurement Division Exchange Building M.S. 125 821 Second Avenue Seattle; Washington 98104 -1598 Title Prpdi r1Pnt .T»1 9, 1996 Date _._............ o ..n.. :c.+:Ct "/9:iCa7N.R' 7 ": ". BID GENERAL CONDITIONS 1. Bid Submittal Any erasures or alterations of any kind and bids which are incomplete or contain irregularities may be rejected. King County reserves the right, but without obligation, to waive informalities and irregularities. Bids shall be submitted by the time and date established in the Bid Solicitation. 2. Taxes — Rule 171 King County has determined that this work qualifies as public road improvements under the State of Washington Department of Revenue Rule 171 and that the Contractor's charge to King County is not subject to payment of retail sales tax. However, bidders are advised that they are considered the consumers of all materials, including prefabricated and pre -cast items, equipment and supplies used or consumed by them in performing the work and must pay retail sales /use tax to their niaterialmen and suppliers. All applicable taxes which the Contractor is required to pay, including retail sales /use tax as specified above, shall be included by it in its proposed prices for the work under this contract. No adjustment will be made in the amount to be paid by King County under this contract because of any misunderstanding by the bidder /Contractor as to its liability for or the amount of any taxes or because of any increases in tax rates imposed by any federal, state or local government. 3. Bid Evaluation and Contract Award Bids will be evaluated by King County to determine which bid is the lowest responsive bid by a responsible bidder. King County may require the bidder to provide additional qualifications information, including its accident /injury experience factor from the Department of Labor and Industries. If the bidder is notified its bid is accepted, the Agreement form set forth in Attachment A shall be executed in duplicate and returned, together with the Performance and Payment Bond and insurance certificate within ten days. After execution by King County, one copy of the signed Agreement will be returned to the Contractor. 4. Insurance The Contractor shall file an insurance certificate acceptable to King County evidencing the insurance coverages set forth below and certifying that the insurer(s) shall give notice to King County by certified mail, at least 30 days prior to the effective date of any cancellation, lapse or material change in the policy. Such insurance shall be maintained through the term of this Contract and, except for automobile liability, during the period of any required guarantee. By requiring such minimum insurance, King County shall not be deemed 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, maintain greater limits and /or broader coverage. A. General Liability. 1. Bodily Injury Liability affording limits of liability of $500,000 each occurrence and $1,000,000 aggregate, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. 2. Property Damage Liability affording limits of $500,000 each occurrence and $1,000,000 aggregate, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. 3. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $1,000,000 per occurrence, $1,000,000 aggregate, CSL. B. Automobile Liability. 1. Bodily Injury Liability affording limits of liability of $500,000 each person and $1,000,000 each accident, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. 2. Property Damage Liability affording limits of $500,000 each accident, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. 3. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $1,000,000 per accident, CSL. The liability insurance shall indemnify the Contractor, King County and its officers, officials, agents and employees against loss from liability imposed by law upon, or assumed under agreement by the Cpntractor and /or its subcontractors for C65047C 1 GENERAL CONDITIONS damages on account of bodily injury, property damage and /or other damages. Such insurance shall include: (1) personal injury; (2) blanket contractual; (3) broad form property damage; (4) products and completed operations liability; (5) owned and non -owned vehicles and equipment and (6) Washington stop -gap (Employer's Liability). Such insurance shall not exclude explosion, collapse, or underground hazards (X,C,U). All policies shall include King County, its officers, officials, agents and employees as additional insureds and shall contain "severability of interest" (cross liability) wording. The Contractor's insurance shall be primary to and not contributing with any insurance or self - insurance which may be carried by King County and shall be provided on forms and by insurance companies satisfactory to King County. 5. Performance/Payment Bond Pursuant to RCW 39.08.010 the Contractor, prior to commenting work, shall furnish a Performance/ Payment Bond ONLY on the form attached hereto as Attachment B; however, if the Contract Price does not exceed $25,000 the Contractor may, in lieu of providing a bond, request King County retain 50% of the Contract amount earned for a period of 45 days following completion of the work or until receipt of all necessary releases and settlement of any liens filed under Chapter 60.20 RCW, whichever is later, at which time King County in ordinary course of business will make final payment. 6. Prevailing Wages The Contractor 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). Before commencement and upon completion of work, the Contractor shall file the forms and pay the filing fees required by L &I. 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. The schedule of Prevailing Wage Rates is Volume II of the Contract Documents. 7. Contract Time The Contractor shall promptly start work as soon as possible after the effective date of the written Notice to Proceed issued by King County. The Contractor shall plan and prosecute the work diligently so that the various portions of the work shall be completed within the time set forth herein. Failure to complete a Work Order within the time specified may result in the assessment of damages for avoidable delay in addition to other remedies available to King County. Avoidable delays in the prosecution of work include those delays which could have been avoided by the Contractor's exercise of care, coordination and foresight. 8. Authority of King County Representative The King County Representative, or other individual designated in the Notice to Proceed (hereinafter "Engineer"), is the construction site representative of King County and the Contractor shall look to that person in matters relating to compliance with Contract requirements. The Engineer shall be the sole judge of the work and materials with respect to quantity, quality and acceptability of materials and work furnished. 9. Interpretation of Contract , Documents The Contract Doc include the Bid Solicitation, General Conditions, Bid, Agreement, Performance and Payment Bond, Technical Specifications, Drawings and any addenda thereto. If the Contractor becomes aware of an error or omission in the Contract Documents, it s h a l l immediately notify the Engineer. Any work performed by the Contractor after the Contractor becomes aware of an error or omission and until receiving direction from the Engineer shall be a t the Contractor's risk. 10. Changes King County may make changes in the work within the scope of this Contract and such changes may be made without notice to any sureties. If any change causes an increase or decrease in the Contractor's cost of, or the time required for the performance of, any part of the work under this Contract, an equitable adjustment will be made consistent with such change and the Contract modified in writing accordingly; provided, however, that the Contractor notifies King County of the change in cost or time before commencing the changed work. Records pertaining to changes in the work shall be maintained sufficient to document all costs. Failure to maintain and disclose the required records shall constitute a waiver of the Contractor's claim for costs not documented. C65047C 2 GENERAL CONDITIONS The Engineer has no authority to approve change orders beyond the original scope of work. The value of arty work covered by a change order or of any claim for increase or decrease in the Contract price will be determined by one or more of the following methods in the order of precedence listed below: A. Rates'set forth in the Contractor's Bid; B. Lump sum as agreed, provided that the Contractor may be required to provide a detailed cost estimate for the proposed change; C. Time and materials basis at rates set forth in the Contract Documents or, if not specified, as follows: 1. Labor not to exceed applicable Prevailing Rates of Wage, plus 20% for overhead, profit and all other costs incurred in supplying labor; 2. Materials and supplies incorporated in and necessary for the work, plus 15% for overhead, profit and all other costs incurred in supplying the materials and supplies; 3. Equipment, excluding small hand tools, a t hourly rates set forth in the "Rental Rate Blue Book" published by K -III Directory Corporation; for such equipment not included in said Blue Book compensation shall be at such rates as approved by the Engineer, plus 15% for overhead, profit and a 11 other costs incurred in supplying such equipment 4. "Overhead" shall include, but not be limited to: field and office engineering, estimating, general superintendence, purchasing, office expense, small hand tools, all applicable taxes (except state and local retail sales tax), bonding and insurance costs, delay, acceleration or other impact and any other costs of doing business; 5. Subcontractor's work costs shall be calculated in accordance with subparagraphs 1 through 4 above. To the total (excluding a 11 markups for overhead and profit) shall be added 10% for the Contractor's supervision and overhead support 6. All costs of the Contractor and any subcontractor attributable to a change in the work are either specifically listed or covered by the multipliers specified in paragraphs 1 through 5 above. 11. Quality Unless otherwise specifically stated in the Contract, the Contractor shall provide and pay for materials, labor, tools, equipment, water, light, power, transportation, supervision, and temporary construction, and other services and facilities of any nature necessary to execute, complete and deliver the work within the Contract Time. Material and equipment shall be new and of a quality equal to or better than that specified. Equipment offered shall be current models which have been in successful regular operation under comparable conditions. The work performed shall be in conformity with the best modern practice of the trade with the intent to secure the best standard of construction and equipment of work as a whole and in part. 12. Safety The Contractor shall maintain the work site and perform the work in a manner which meets a 11 legal requirements for the provision of a safe workplace. The Contractor shall comply with safety standards and provisions of applicable laws, building and construction codes, and the safety regulations set forth in "Safety Standards for Construction ", Chapter 296 -155 WAC, and "General Safety Standards ", Chapter 296 -24 WAC, issued by the Washington State Department of Labor and Industries. 13. Compliance with Laws, Regulations and Permits The Contractor shall comply with and give notices required by all laws, ordinances, codes, rules, regulations, and permits relating to the conduct of the work. Except as specifically otherwise provided herein, the Contractor shall obtain and pay for all permits and licenses necessary for the conduct of the work. The Contractor shall comply with Chapter 49.28 RCW, Hours of Labor. 14. Hazardous Materials The Contractor shall. .,conduct its work to meet the requirements set forth in the specifications, Work Order, and any applicable laws or regulations related to hazardous or petroleum- contaminated materials encountered during performance of the work. The Contractor shall give immediate notice to King County upon the discovery of any hazardous or petroleum- contaminated materials not specifically identified in the Contract Documents and proceed thereafter only as directed by King County or as set forth in the specifications. If the material proves positive as containing asbestos, such material shall be handled in compliance with WAC 296 -62-077 through 296 -62- 07753. Hazardous materials include asbestos, PCBs, lead, radioactive materials, explosives and other materials defined C65047C 3 GENERAL CONDITIONS as hazardous or dangerous wastes in WAC Chapters 173 -303 and 173 -305. 15. Protection of Utilities The Contractor shall protect from damage public and private utilities encountered during the work. Prior to beginning work, the Contractor shall give proper notification as required by RCW 19.122.030 to the agencies that have utilities in place, and shall cooperate with these agencies in the protection and relocation of underground utilities, facilities and structures. 16. Payment and Retainage Upon completion of the Work Order or no more often than monthly, the Contractor shall submit an invoice for work completed. Within 8 days after receipt of invoice, King County will either approve the invoice for payment or give the Contractor specific written reasons why part or all of the payment is being withheld and what remedial actions the Contractor must take to receive the withheld amount. King County will make payment within 30 days of receipt of the Contractor's properly completed invoice or receipt of the goods and services, whichever is later. King County will pay 95% of the amount, of the Work Order and will retain 5% of the amount of the Work Order for a period of 45 days after date of completion, or until receipt of all necessary releases and settlement of any liens filed under Chapter 60.28 RCW, whichever is later, at which time King County in ordinary course of business will make final payment. 17. Workers' Benefits The Contractor shall make all payments required for unemployment compensation under Title 50 RCW and for industrial insurance and medical aid required under Title 51 RCW, and shall furnish proof of payment if requested by King County. I f any payment required by Title 50 or Title 51 is not made when due, King County may retain such payments from any money due the Contractor and pay the same into the appropriate fund. 18. Completion of Work The Contractor shall notify the Engineer when i t considers the work complete. If, upon inspection, King County determines that all work has been completed in accordance with the terms of this Contract, King County will accept such work, which acceptance shall be evidenced by a written letter of acceptance to the Contractor noting the date of completion. 19. Record Drawings Upon completion of work the Contractor shall provide the Engineer with record drawings showing actual dimensions and locations if different than shown on the drawings along with changes made during construction. 20. Guarantee For a period of 365 days after the date of completion of the work, the Contractor, upon notification from King County, shall promptly schedule and make all repairs to the Contractor - furnished materials, equipment and /or workmanship which may be necessary to make such materials, equipment and/or workmanship equal to that specified in the Contract. The Contractor shall furnish to King County any guarantee or warranty furnished as a normal trade practice in connection with the purchase by the Contractor of any equipment or materials; provided, such guarantee or warranty shall be in addition to those specific requirements for particular equipment or work items indicated in the specifica tions. 21. Conflicts of Interest and Non - Competitive Practices The Contractor shall comply with Chapter 3.04 of the King County Code, pertaining to conflicts of interest, and contingent fees and gratuities. Section 3.04.060 of the King County Code 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 Section 3.04.060 of the King County Code. 22. Minority/Women Business Enterprises The Contractor shall make affirmative efforts to utilize firms certified by the Washington State Office of Minority and Women's Business Enterprises as subcontractors and suppliers in the event subcontracting or participation of firms other than the Contractor becomes necessary in the performance of this Contract. C65047C 4 GENERAL CONDITIONS 23. Equal Employment Opportunity Requirements Pursuant to Chapter 12.16 KCC, the Contractor, during the performance of this Contract, will not discriminate against, nor tolerate harassment of, any employee or applicant for employment because of religion, color, race, sex, sexual orientation, age, national origin, or the presence of any sensory, mental or physical disability, unless based upon a bona fide occupational qualification. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their creed, religion, color, race, sex, sexual orientation, age, national origin, or the presence of such disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. The Contractor will, prior to the commencement and during the term of this Contract, furnish King County, upon request and on such forms as may be provided by King County, a report of the affirmative action taken by the Contractor in implementing the terms of this provision, and will permit access by King County to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records for the purpose of investigation to determine compliance with this provision. The Contractor will implement and carry out these obligations regarding equal employment opportunity. Failure to do so may be considered by King County as a material breach of this Contract and grounds for withholding payment and /or termination of the Contract and dismissal of the Contractor. The Contractor shall ensure its subcontractors, if any, comply with equal employment opportunity provisions set forth above. 24. Termination of Contract King County may terminate the Contract upon written notice to the Contractor whenever the Contractor is deemed to be in default or violates the provisions of the Contract by failing, neglecting, or refusing to proceed according to and in full compliance with the Contract Documents. Upon termination King County may exclude the Contractor from the site and shall take possession of the work and all of the materials and equipment for which King County has paid any amount on to the Contractor. The Contractor shall be entitled to payment for portions of the work satisfactorily completed prior to termination, less costs incurred by King County as a result of the Contractor's default. King County shall have the right to terminate this Contract for any reason whatsoever by notice in writing to the Contractor. Upon receipt of such notice, the Contractor shall immediately discontinue work unless the notice specifies otherwise. Upon such termination, the Contractor shall be paid in ordinary course of business for a 11 work satisfactorily completed to the date of termination. Funds cannot be assured for performance of this Contract beyond December 31, 1996. King County's obligation for performance beyond that threshold is contingent upon the availability of appropriated funds from which payment can be made. No legal liability on the part of King County for payment may arise for performance under this Contract beyond December 31, 1996, until funds are made available to King County as confirmed in writing to the Contractor by the Engineer. If funding is not made available, after December 31, 1996 either party may terminate this Contract pursuant to the procedures and compensation terms set forth in this paragraph 24. 25. Indemnification To the maximum extent permitted by law and in addition to the requirements of paragraph 4, the Contractor shall be liable for all damages and injuries to property and persons, and shall indemnify and hold King County and its agents and employees harmless from all liability whatsoever for any such damages and injuries arising out of the performance of this Contract; the Contractor agrees to assume the defense of King County in any legal proceedings brought as a result of performance of this Contract and to pay all expenses, including attorneys fees and judgments; provided, that i f RCW 4.24.115 applies to the work under this Contract and such damages or injuries are caused by or result from the concurrent negligence of the Contractor or its agents or employees and King County or its agents or employees, the C65047C 5 GENERAL CONDITIONS indemnification applies only to the extent of the negligence of the Contractor, its agents or employees. The Contractor specifically assumes potential liability for actions brought by the Contractor's own employees against King County and for that purpose the Contractor specifically waives any immunity under the workers' compensation act, RCW Title 51; and the Contractor recognizes that this waiver was specifically entered into pursuant to RCW 4.24.115 and was the subject of mutual negotiation. 26. Assignment of Contract The Contractor shall not assign this contract, or subcontract the work, in whole or in part, except with the prior written consent of King County. The Contractor shall require each subcontractor to comply with the requirements of these Contract Documents. Subcontractors will not be recognized as having a direct relationship with King County, nor are subcontractors intended or incidental third - party beneficiaries to this Contract. 27. Recycled Product Procurement Policy A. It is the policy of King County to use recycled materials whenever practicable. The Contractor is encouraged to supply . products containing recycled materials which meet performance requirements of the Contract Documents. B. The Contractor shall use recycled paper for the production of all documents related to the fulfillment of this Contract and shall ensure that, whenever possible, both sides of paper sheets are used for copying and the cover page of each document printed on recycled paper bears an imprint identifying it as recycled paper. If the cost of recycled paper is more than fifteen percent higher than the cost of non - recycled paper, the Contractor may notify the Engineer who may waive the recycled paper requirement. 28. Affirmative Action For Employment A. It is the finding and declaration of the King County Council that practices of employment discrimination against any person on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person constitute matters of local concern and are contrary to the public welfare, health, peace and safety of the residents of King County. B. During the performance of this Contract, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of religion, color, race, sex, sexual orientation, age, national origin, or the presence of any . sensory, mental or physical disability, nor tolerate harassment based on any of these categories, unless based upon a bona fide occupational qualification. The Contractor will take affirmative action to ensure that applicants and employees are treated without regard to their creed, color, race, religion, sex, sexual orientation, age, national origin, or the presence of such disability. Such affirmative action shall. include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause. C. The Contractor will, prior to commencement and during the term of this Contract, furnish the County upon request and on such forms as may be provided by the County, a report of the affirmative action taken by the Contractor in implementing the terms of this paragraph, and will permit access by King County to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records related to the Contract for the purpose of monitoring and investigation to determine compliance with this paragraph. D. The Contractor will implement and carry out the obligations contained in its Affidavit and Certificate of Compliance regarding equal employment opportunity. Failure to implement and carry out such obligations in good faith may be considered by the County as a material breach of this Contract and grounds for withholding payment and /or termination of the Contract and dismissal of the Contractor E. By submitting a bid, the bidder agrees to comply with the requirements of King County Code, Chapter 12.16 (relating to discrimination, affirmative action and contract compliance goals in employment) and Chapter 12.18 (relating to fair C65047C 6 GENERAL CONDITIONS employment practices), which requirements are incorporated in this Section. F. As required by King County Code Chapter 12.16, all contractors entering into contracts with King County shall provide the County with assurance of their compliance with the provisions of Section 504 of the Federal Rehabilitation Act of 1973, as amended, and the Americans with Disabilities Act of 1990. The Contractor shall complete and maintain in its office a Section 504 self evaluation and corrective action plan. An assurance of compliance, contained in the corrective action plan, must be signed, notarized and submitted to the County before the Contract will be signed by the County. G. The successful bidder must submit all of the following submittals before the Contract will be signed by the County. Assistance with the requirements of this Section and copies of Chapters 12.16 and 12.18 are available from the Minority and Women's Business Enterprise and Contract Compliance Division, phone (206) 684 -1330. 1. Personnel Inventory Report Form set forth in Attachment C (providing minority, female and disabled employment data); 2. Affidavit and Certificate of Compliance set forth in Attachment D (stating a commitment to the requirements of King County Code, Chapter 12.16); 3. Sworn Statement of Compliance with King County Code, Chapter 12.16 set forth in Attachment E (from a union or employee referral agency evidencing compliance); 4. ADA /504 Disability Assurance of Compliance and Corrective Action Plan set forth in Attachment F. H. The Contractor shall submit Personnel Inventory Reports, Affidavits and Certificates of Compliance and Sworn Statements of Compliance from their subcontractors in the same manner as required of the Contractor. 29. Protest Procedures A. Prior to the date established for submittal of bids. Any prospective bidder, subcontractor, supplier or materialman may protest the Contract Documents in accordance with the procedures set forth herein. Protests based an the Contract Documents, which are apparent prior to the date established for submittal of bids, must be received by King County no later than five calendar days prior to said date. King County will be prejudiced C65047C by a party's failure to timely file a protest based cn the Contract Documents. Protests based on other circumstances occurring prior to bid must be received by King County prior to bid or within five calendar days after the protesting party knows or should have known of the facts and circumstances upon which the protest is based, whichever is earlier; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this Contract. B. After opening of bids. Any party showing a direct financial interest may protest to King County on the basis that the bid of the apparent low bidder and any other bidder next in line should be found non - responsive or that the bidder should be found non - responsible. "Direct financial interest" means that the protesting party must show that i t would be the apparent low, responsive bidder if the protest were to be resolved in its favor. Protests based on such circumstances must be received by King County within five calendar days after the protesting party knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this Contract. C. Form of Protest. In order to be considered, a protest shall be in writing and shall include: (1) the name, address and telephone number of the party protesting or their representative; (2) the contract number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; (4) the specific ruling or relief requested; and (5) If the protest is-- filed after opening of bids, evidence that all persons with a financial interest in the procurement have been given notice of the protest. The written protest shall be addressed to: King County, Exchange Building, 821 Second Avenue, Seattle, Washington 98104, Attention: Manager, Professional and Constriction Services Procurement Division— M.S. 125, Bid Protest. D. Upon receipt of a timely written protest, the Manager of the Professional and Construction Services Procurement Division ( "Manager") will promptly consider the protest and may give notice of the protest and its basis to other persons, GENERAL CONDITIONS L.4 i including bidders, involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. The protesting party shall submit all information relevant to its protest for the Manager's consideration. If the protest is not resolved by mutual agreement of the protesting party and the Manager, the Manager will promptly issue a decision in writing stating the reasons for the action taken. A copy of the decision shall be promptly furnished to the protesting party and any other interested parties. E. The decision of the Manager shall constitute the final action of King County. F. Failure to comply with these protest procedures will render a protest untimely or inadequate and may result in rejection thereof by King County., G. The King County Director of Finance may vary the established rules of procedure or deadlines set forth herein, If necessary for the efficient and fair review of the protest and award of the Contract. C65047c 8 GENERAL CONDITIONS ATTACHMENT A AGREEMENT THIS AGREEMENT, made this day of , 19 and between King County, Seattle, Washington, and hereinafter called the "Contractor ". WHEREAS, King County has caused Contract Documents for SOUTH BASE - FUEL/WASH BUILDING FREEZE PROTECTION, CONTRACT C65047C to be prepared for certain work as described therein; and WHEREAS, the Contractor has offered to perform the proposed work in accordance with the terms of said Contract Documents; and WHEREAS, King County has accepted the Contractor's offer at a price of $ NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties herein contained and to be performed, the Contractor hereby agrees to complete the work at the price and on the terms and conditions herein contained, and to assume and perform all of the covenants and conditions herein required of the Contractor, and King County agrees to pay the Contractor the Contract Price provided herein for the fulfillment of the work and the performance of the covenants set forth herein. IT IS FURTHER AGREED that the terms, conditions and covenants of the Contract are set forth in the following exhibit parts, each of which is attached hereto and by this reference made a part hereof: General Conditions; Technical Specifications; Contract Drawings; and Addenda. IN WITNESS WHEREOF, this Agreement has been executed in duplicate as of the day and year first above written. By KING COUNTY CONTRACTOR Paul A..Toliver, Director Department of Transportation By: Title: C65047C 1 -1 AGREEMENT ATTACHMENT B PERFORMANCE AND PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we, as Principal, and , as Surety, are held and firmly bound unto the King County pursuant to Chapter 39.08 RCW in the full sum of DOLLARS ($ ), lawful money of the United States, for the faithful performance of the Agreement referenced below, and for the payment of which, well and truly to be made, we bind ourselves, 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 has entered into an Agreement in writing with King County for: SOUTH BASE - FUEL/WASH BUILDING FREEZE PROTECTION, CONTRACT C65047C according to the terms, conditions and covenants specified in said Agreement, including all of the Contract Documents, as amended and modified, therein referred to which are hereby referred to and made a part hereof as fully and completely as though set forth in detail herein; NOW, THEREFORE, if the Principal shall faithfully perform all the provisions and requirements of the Agreement, including all of the Contract Documents, according to the terms and conditions thereof and shall hold King County harmless from any loss or damage to any person or property by reason of any conduct on the part of the Principal or of any subcontractor in the performance of said work, and shall pay all laborers, mechanics, subcontractors and materialmen and all persons who shall supply such person or persons or subcontractors with provisions and supplies for carrying on of such work, and shall pay the state of Washington all amounts due said State pursuant to Titles 50 and 51 of the Revised Code of Washington, and shall further indemnify and save harmless King County from any defect or defects in any of the workmanship or materials entering into any part of the work as defined in the Agreement which shall develop or be discovered within 365 days after acceptance of such work, then this obligation shall be null and void; otherwise this obligation shall remain in full force and effect, and King County shall have the right to sue on this bond for any breach of the Contract or this bond. IT IS FURTHER DECLARED AND AGREED 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, any law, rule of equity or usage relating to the liability of sureties to the contrary notwithstanding, and the Surety waives notice of any alteration, or extension of time, made by King County and agrees that it, the Surety, shall be bound in all ways to King County for any such alterations or extensions of time as if it had received notice of the same. Principal: By Title: Address: City/Zip: Telephone: ( SIGNED this clay of Surety: By: Title: Address: City/ Zip: Telephone: ( ,19 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. C65047C 1 -1 PERFORMANCE AND PAYMENT BOND DIVISIONS 2 THROUGH 14 NOT USED TABLE OF CONTENTS SOUTH BASE - FUEL /WASH FREEZE PROTECTION Contract C65047C TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01014 CONTRACTOR WORK COORDINATION AND USE OF PREMISES 01035 ASBESTOS AND LEAD INFORMATION 01040 COORDINATION AND MEETINGS 01062 PERMITS 01063 HEALTH AND SAFETY SPECIFICATION 01090 REFERENCE STANDARDS 01300 SUBMITTALS PROCEDURE 01310 PROGRESS SCHEDULES AND REPORTS 01380 PHOTOGRAPHS 01400 QUALITY CONTROL 01500 CONSTRUCTION FACILITIES 01560 ENVIRONMENTAL CONTROLS ---- 01660 INSTALLATION, TESTING, AND COMMISSIONING ---- 01700 CONTRACT CLOSEOUT 01720 RECORD DRAWINGS 01730 OPERATING AND MAINTENANCE INFORMATION 01740 GUARANTEES 01999 REFERENCE FORMS DIVISION 15 MECHANICAL 15050 BASIC MECHANICAL MATERIALS AND METHODS 15060 NATURAL GAS PIPING SYSTEMS AND INFRA -RED HEATERS 15061 STEEL PIPE 15200 INSULATION AND HEAT TRACING FOR EXPOSED PIPING DIVISION 16 ELECTRICAL 16051 BASIC MATERIALS AND METHODS -- ELECTRICAL MINI -SPEC C65047C PART 1 GENERAL 1.01 SUMMARY A. Work under this Contract shall include demolition and removal of piping and piping insulation, equipment and equipment insulation, and the installation of pipe insulation, insulation vapor barrier and jacket, and heat tracing systems (including pilot light panel) and caps for existing piping sytems. Contract work shall also include the installation of natural gas radiant heating units, including mounting, piping and controls. 1.02 WORK UNDER THIS CONTRACT A. The accomplishment of all of the above work shall meet the scheduled sequence, milestones, limitations and the final completion dates specified by the County. 1.03 EXISTING UTILITIES A. Existing utilities, whether shown on the Drawings or not, shall be maintained, relocated, rerouted, removed and restored as may be necessary by the Contractor in a manner satisfactory to the County in accordance with the provisions of General Conditions, Paragraph 15, Protection of Utilities. 1.04 SPECIFICATION LANGUAGE A. Portions of the Specifications are written in imperative and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases. 1. Examples: a. Aggregate: ASTM C33 b. Adhesive: Spread with notched trowel. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. SECTION 01010 SUMMARY OF WORK END OF SECTION SECTION 01014 CONTRACTOR WORK COORDINATION AND USE OF PREMISES PART 1 GENERAL 1.01 SUMMARY A. This Section identifies the requirements for coordinating work performed at existing County facilities. 1.02 CONTRACTOR'S RESPONSIBILITIES A. The existing facility will remain in operation throughout the performance of this Contract. Schedule and conduct the work to avoid shutdowns and interference with normal facility operations and maintenance. B. The facility operates 24 hours a day, 7 days a week. Buses move throughout the facility to access scheduled transit routes, maintenance and repair facilities, and fuel/wash facilities. These operations occur on a tight time schedule which shall not be disrupted except under the conditions noted in this Section. C. It is assumed that existing facilities outside the scope of this Contract are in good repair. Existing damage or defects shall be reported to the Engineer immediately and prior to the start of work. 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 at no additional cost to the County. D. Forty -eight hours in advance of the time to perform the work, obtain written approval from the Engineer to take any utility, system, or process out of service. Provide temporary power, materials, any equipment necessary to maintain continuous total facility operations except for the systems, processes, or utilities explicitly identified and agreed to in the shut down approval. The integrity of existing facility utilities shall be maintained at all times. 1.03 COUNTY'S RESPONSIBILITIES 01014 - 1 C650470 1.04 TIME RESTRICTIONS A. Limit the hours of work to occur within the following schedule: Weekdays: 7:00 AM to 5:00 PM, unless noted otherwise. Weekends: Subject to approval by the Engineer. B. Submit a schedule of working hours. The Contractor shall be liable for the premium costs of the County's overtime inspection. 1.05 APPROVAL OF SCHEDULE A. Scheduling of the work shall be in accordance with the provisions of Section 01310. A. Operations: County's operating personnel will be responsible for operating the existing facility throughout the performance of this Contract. Equipment presently installed in the facility must be available to personnel at all times for use, maintenance and repair. If it is necessary in the course of operating the facility, for the Contractor to move its equipment and materials or material included in the work, 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 the County's serviceable or functioning equipment or systems except as specifically required by this Contract. Contact between County's operational personnel and the Contractor shall be through the Engineer or the Engineer's designated representative. i 1.06 PROJECT CONSTRUCTION COORDINATION A. Designate a representative to be on the site at all times during the construction. This representative shall be capable of giving direct field orders as the need arises. Official project communication shall be conducted between the Contractor's representative and the Engineer. 1.07 MILESTONES L A. Construction schedules shall be prepared and submitted as specified in Section 01310. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PART 1 GENERAL 1.01 SUMMARY 1.02 ASBESTOS INSPECTION 1.03 LEAD INSPECTION 1.04 CONTRACTOR'S RESPONSIBILITIES 1.05 THE COUNTY'S RESPONSIBILITIES SECTION 01035 ASBESTOS AND LEAD INFORMATION A. This Section provides information pursuant to 29 CFR 1926.1101, Chapter 296 -62 -07707 WAC, and to all other applicable requirements concerning reporting on asbestos and lead- containing materials. B. The information in this Section is based on the results of a review of the Contract Drawings, and assessments of the construction areas and materials therein that will be affected by work under this Contract. C. The Contract Drawings, plan review and assessment of the proposed work was conducted by qualified, accredited, competent personnel under the direction of the County's accredited Inspector. The County's Inspector and all personnel involved met the requirements of Chapter 296- 155 -17605 and 40 CFR Part 763. D. The Contractor shall notify all employees who work or perform work subject to this Section of the contents of this Section. A. The Contract Drawing and plan review to identify asbestos - containing materials was performed in conformance with the requirements of: 1. 40 CFR Part 763 - Subpart E, as applicable to public and commercial buildings, and 2. WAC Chapter 296 -62- 07737. B. Based on the results of the review, the County's Inspector has determined that the proposed construction areas that will be affected by work under this Contract, and materials therein, do not contain asbestos. A. The Contract Drawing and plan review to identify lead- containing materials was performed in conformance with the requirements of WAC Chapter 296 - 155 - 17609. B. Based on the results of the review, the County's Inspector has determined that the proposed construction areas that will be affected by work under this Contract, and materials therein, do not contain lead. A. Should suspect material not identified in this section be encountered, immediately suspend all work that could disturb said material and notify the Engineer who will implement the proper action. Do not proceed with work that could disturb the material until authorized by the Engineer, in writing, to do so. A. Upon notification by the Contractor of the existence of suspect material not identified in this Section, the Engineer will have said material inspected and analyzed for the presence of asbestos or lead, as required. The inspection and analytical work will meet the requirements specified under either 1.02 or 1.03 above, as may be applicable. 01035 - 1 C65047C B. If the results of the inspection and analysis confirm the presence of asbestos in the suspect material, the County will take the necessary actions for compliance with 29 CFR 1926.1101. After compliance is obtained, the Engineer will notify the Contractor in writing so that work under this Contract can proceed. C. If the results of the inspection and analysis confirm the presence of lead in the suspect material, the County will take the necessary actions for compliance with Chapter 296- 155 -176. After compliance is obtained, the Engineer will notify the Contractor in writing so that work under this Contract can proceed. If the results of the inspection and analysis confirm that the suspect material is free of asbestos and lead, the Engineer will notify the Contractor writing so that work under this Contract can proceed. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Coordination 2. Preconstruction conference 3. Progress meetings 1.02 COORDINATION 1.04 PROGRESS MEETINGS PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. A. Coordinate scheduling, submittals, and work of the Contract to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate work described in various Specification sections having interdependent responsibilities for installing, connecting to, and placing in service operating equipment. Verify that the utility requirement characteristics of operating equipment are compatible with building utilities. C. Coordinate work of utility companies providing on -site services for the work of this Contract. D. Coordinate completion and clean up of work described in various Specification sections in preparation for substantial completion. 1.03 PRECONSTRUCTION CONFERENCE SECTION 01040 COORDINATION AND MEETINGS A. Prior to beginning construction, a meeting of representatives of the Contractor, the County and other affected agencies will be held. The purpose of the meetings will be to establish lines of authority and communication and identify duties and responsibilities of the parties. Discussion will cover specific Contract plans, Specifications, unusual conditions, schedules of completion, equal employment regulations, civil rights requirements and other pertinent features of the Contract. Written notification of such a pending preconstruction conference will be made. A. The Engineer will arrange and the Contractor shall attend weekly project meetings. The Contractor shall arrange for attendance of Contractor's subcontractors as necessary to discuss job progress. END OF SECTION 01040 - 0650470 PART 1 GENERAL 1,01 PERMITS A. AO permits required by the City of Tukwila shall be obtained and paid for by the Contractor. Building permit is not required. 1.02 PERMITS TO BE OBTAINED BY CONTRACTOR A. Obtain all permits required to perform the work. Prepare and submit to the proper authority information required for the issuance of such permits and shall pay costs thereof, including agency inspections unless specifically provided otherwise in these Contract Documents. Provide a copy of each such permit to the Engineer. 1.03 POSTING PERMITS A. Permits shall be posted at the site of the work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. SECTION 01062 PERMITS END OF SECTION PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies procedures for complying with applicable laws and regulations related to worker safety and health. It is not the intent of the County to develop and/or manage the safety and health programs of contractors or in any way assume the responsibility for the safety and health of their employees. It is required that all Contractors adhere to applicable federal, state and local safety and health standards. B. This Section describes the Accident Prevention Program which is a subset of the Safety Program defined in Paragraph 12, Safety of the General Conditions. C. Related section: 1. Section 01560 - Environmental Controls 1.02 REFERENCES A. Comply with and implement current applicable local, state and federal health and safety standards on the project site including, but not limited to, the following: Reference 29 USC 651 et seq. 29 CFR 1910 29 CFR 1926 49 CFR 659 RCW 49.17 Chapter 296 -27 WAC Chapter 296 -62 WAC Chapter 296 -24 WAC Chapter 296 -155 WAC Chapter 296 -67 WAC Chapter 296 -36 WAC Chapter 296 -44 WAC Chapter 296 -45 WAC RCW 70.105 Chapter 173 -303 WAC RCW 70.105D Chapter 173 -340 WAC SARA Title I I I PSAPCA Regulation 01, Article 4 1.03 DEFINITIONS SECTION 01063 HEALTH AND SAFETY SPECIFICATION �1>JS Federal Occupational Safety and Health Act OSHA General Health and Safety Standards OSHA Construction Safety and Health Standards DOT Rail Fixed Guideway Systems (Traffic Safety) Washington Industrial Safety and Health Act Recordkeeping and Reporting Washington General Occupational Health Standards Washington General Safety and Health Standards Washington Safety Standards for Construction Work Process Safety Management Safety Standards - Compressed Air Work Washington Safety Standards for Electrical Construction Work Washington Electrical Workers Safety Rules Hazardous Waste Disposal Act Dangerous Waste Regulations Hazardous Waste Cleanup -Model Toxic Control Act Model Toxic Control Act Cleanup Emergency Planning and Community Right -to -Know Removal and Encapsulation of Asbestos Materials A. Hazardous Substance: 1. A substance classified as "dangerous waste" in accordance with WAC 173 -303 or that in sufficient quantities would be classified as "dangerous wastes ". 2. A solid waste, or combination of solid wastes, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may: (a) cause or significantly contribute to an increase in mortality or increase in serious, irreversible, or incapacitating reversible illness; or (b) pose substantial present or potential hazard to human health or the environment when improperly treated, stored, transported, or disposed or otherwise managed. 3. Asbestos material, as defined in Puget Sound Air Pollution Control Agency (PSAPCA) Regulation III, Article 4, Removal and Encapsulation of Asbestos Materials. 01063 - 1 C65047C 4. Polychlorinated biphenyls (PCBs), polynuclear aromatic hydrocarbons (PAHs), explosives, radioactive materials, and other materials designated as hazardous by regulatory agencies having jurisdiction over such matters. B. Contaminated Substance: 1. A substance containing materials in sufficient quantities such as hydrocarbons, PCBs, diesel fuels, gasoline, heavy metals, solvents, and other types of fuel oils present in the soil, water or air. 2. An element, compound, mixture, solution, or substance designated under Section 102 of CERCLA and/or applicable parts of MTCA. 3. A hazardous waste having the characteristics identified under or listed pursuant to Section 3001 of Solid Waste Disposal Act (i.e., RCRA) except those suspended by an act of Congress. 4. A toxic pollutant listed under Section 307(a) of the Federal Water Pollution Control Act (FWPCA). 5. A hazardous air pollutant listed under Section 112 of the Clean Air Act. 6. An imminently hazardous chemical substance or mixture with respect to which the EPA administrator has taken action pursuant to Section 7 of the Toxic Substance Control Act. C. Confined space is a space that meets all the following criteria: 1. It is large enough and so configured that a person can bodily enter and perform assigned work, 2. It has limited or restricted means of entry or exit, and 3. It is not designed for continuous employee occupancy. D. Permit- required confined space: A confined space that has one or more of the following characteristics: 1. Contains or has potential to contain a hazardous atmosphere. 2. Contains material that has potential for engulfing an entrant. 3. Is shaped inside in such a way that someone entering could be trapped or asphyxiated. 4. Contains other recognized serious safety or health hazards. 1.04 SUBMITTALS A. Submit the following to the Engineer, in accordance with Section 01300, after notice of Contract award and before start of construction on site. 1. Accident Prevention Program for the Contractor in accordance with WAC 296 -24 -040. This program shall outline the anticipated hazards and safety controls necessary to safeguard Contractor's employees, the public and County staff. It shall be specific to the job and site and meet federal, state and local jurisdictional requirements. The program will be reviewed for compliance with this Section prior to the start of work. 2. Revisions: Revise the accident prevention program prior to the start of work to accommodate changes requested by the County and/or regulatory agencies or jurisdiction. Post a copy of the accepted program at the Contractor's job site office and at each of the subcontractors' offices. Three additional copies shall be posted at the Engineer's office. 3. Health and Safety equipment and/or training material as specified in this Section. 4. A monthly safety and health activities report. 1.05 QUALITY ASSURANCE A. Comply with the Washington Industrial Safety and Health Act of 1973, Chapter 49.17 Revised Code of Washington (RCW). B. Comply with the provisions of the Federal Occupational Safety and Health Act, as amended. C. Ensure that subcontractors receive a copy of this Specification section. The Contractor is responsible for ensuring compliance with the Accident Prevention Program by its forces and subcontractors at all tiers. D. Ensure that all submitted health and safety plans and programs are prepared and/or reviewed and approved by a Certified Safety Professional (CSP) and/or Certified Institutional Hygienist (CIH) prior to submittal. 01063 • 2 C65047C E. Coordinate with the Engineer to obtain approval to disconnect or reconnect utilities. F. Coordinate with the Engineer regarding the shutdown and safety tagout/lockout of pressurized systems, electrical, mechanical, pneumatic, hydraulic, etc., systems, and other equipment and utilities. G. Maintain good housekeeping in work areas in accordance with Chapter 296 - 155 -020 WAC. H. Ensure that ergonomic principles and practices are followed in completing project tasks. I. Provide a qualified health and safety supervisor on -site with responsibility and full authority to coordinate, implement and enforce the Contractor's Accident Prevention Program for the duration of this Contract. The name and telephone number of the safety supervisor shall appear in the Accident Prevention Program. 1.06 SPECIAL CONSIDERATIONS A. This paragraph describes certain minimum precautions for consideration in developing an Accident Prevention Program. It supplements the regulatory requirements of Paragraph 12, Safety of the General Conditions. Failure to comply with safety and health regulations will result in work suspension until adequate safety and health measures are implemented. 1. Hazard Communication (WAC 296 -62 -054) a. Contaminant gases that may be encountered include but are not limited to Hydrogen Sulfide, Methane, Carbon Monoxide, Carbon Dioxide and Sulfur Dioxide. Provide a written Hazard Communication Program and emergency management plan addressing these and other potential hazardous substances on site. b. Prior to commencing work, provide a list and corresponding Material Safety Data Sheets for hazardous chemicals to be used on site. If no hazardous chemicals are to be used, provide statement to that effect. 2. Other Site Safety Considerations: Supply to the County for review prior to commencing work on this Contract, a comprehensive written Accident Prevention Program covering the Contractor's activities on site. As a minimum, the Program shall include: • Respiratory Protection (WAC 296 -62 -071) • Accidentllnjury Reporting (WAC 296 -27) • Emergency Plan (SARA Title III—Community Right -to -Know) • Overhead Lifts (WAC 296 -155 -525) • Personal Protective Equipment (WAC 296 - 155 -200) • Fall Restraint and Fall Arrest (WAC 296 - 155 - 24501) • Fire Safety and Prevention (WAC 296 - 155 -250) • Signs, Signals, and Barricades (WAC 296 - 155 - 155 -300) • Material Handling, Storage, Use and Disposal (WAC 296 - 155 -325) • Hand and Power Tools (WAC 296 - 155 -350) • Welding and Cutting (WAC 296 - 155 -400) • Electrical (WAC 296 -155 -426; 296 -24 -956; 296 -44 and 296 -45) • Ladders and Stairways (WAC 296 - 155 -475) • Scaffolding (WAC 296 - 155 -481) • Floor Openings, Wall Openings and Stairways (WAC 296-155-500) • Vehicles and other Motorized Equipment (WAC 296 -155 -600) • Tagout /Lockout • Temporary Buildings • Dangerous Waste Management Program (WAC 173 -303 and 173 -340) • Asbestos and other Carcinogens (WAC 296 - 155 -175) • Demolition (WAC 296 - 155 -775) • Drum/Container Management Procedures • Hearing Conservation (WAC 296 -62- 09015) • Earthquake Plan • Ergonomics 01063 - 3 C65047C 3. Special Hazards • a. Lead (WAC 296 -155 -176): Exposure to lead is a safety concern at this site. Submit an accident prevention program demonstrating the methods by which applicable health and safety requirements, especially WAC 296 - 155 -176, will be met. This program should include as a minimum: 1.07 UTILITIES • Exposure Monitoring • Respiratory Protection • Engineering Controls • Administrative Controls • Housekeeping • Personal Protective Equipment • Personal Hygiene Practices • Medical Surveillance PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 SAFETY AND HEALTH COMPLIANCE END OF SECTION • Medical Removal Protection • Employee Training • Signs • Plans for Transpiration and Disposal of Lead -based paint debris • Decontamination Equipment and Procedures including washing facilities Recordkeeping A. Take appropriate precautions in working near or with utilities and dangerous substances during the performance of work in order to protect the health and safety of the worker, the public, property and the environment. B. Such utilities and dangerous substances include, but are not necessarily limited to: 1. Conductors of: a. Petroleum products. b. Toxic or flammable gas. 2. Natural gas pipelines operating at pressures greater than 60 pounds per square, inch. 3. Electric conductors without concentric neutral conductors or other grounded metal shields or sheaths, either exposed or directly buried, or in duct or conduit. 4. Electric conductors with potential to ground of more than 300 volts. A. Occasionally, the County will audit the Contractor's Accident Prevention Program. The County reserves the right to stop that portion of the Contractor's work that is determined to be a serious health and safety violation. On -going work that is considered a safety or health risk by the Engineer shall be corrected immediately. B. Ensure that necessary air monitoring, ventilation equipment, protective clothing, and other supplies and equipment as specified are available to implement the Accident Prevention Program. C. Notify the Engineer immediately of accidents resulting in an immediate or probable fatality to one or more employees or the public, or which result in hospitalization of two or more employees. D. Complete the Monthly Contractor Injury Summary Report (Attachment 1). 3.02 ACCIDENT PREVENTION PROGRAM REVISIONS A. In the event that the County, regulatory agencies or jurisdictions determine the Accident Prevention Program or associated documents, organizational structure, or Comprehensive Work Plan to be inadequate to protect employees and the public: 1. Modify the Program to meet the requirements of said regulatory agencies, jurisdictions, and the County. 2. Provide the Engineer with the revisions to the Program within 7 days of the notice of deficiency. 01063 - 4 C65047C CONTRACTOR: MONTH: OSHA RECORDABLE CASES trORK GROUP Hourly Employees Supervisory Personnel NUMBER OFCASES Month Year to Date LOST TIME ACCIDENTS IVORIC GROUP Hourly Employees Supervisory Personnel NUMBER OFCASES Month Year to Date TOTAL HOURS AT METRO PROJECT SITE INCIDENT AND SEVERITY RATE At u.chment 1 MONTHLY CONTRACTOR INJURY SUMMARY REPORT (Report Applicable to Metro site only) Date since last lost time accident: No. of Hours worked since last lost time accident: Incident Rate = No. of OSHA Recordables X 200.000 Total Hours Worked Severity Rate = No. of Lost Workdays X 200.000 Total Hours Worked Submit completed form by the 10th day of each month to the Engineer. Rev. 2. December 30, 1994 01063 5 CONTRACT NO.: ,, ^, PART 1 GENERAL 1.01 QUALITY ASSURANCE 1.02 SCHEDULE OF REFERENCES ACI American Concrete Institute P.O. Box 19150 Detroit, MI 48219 SECTION 01090 REFERENCE STANDARDS A. For products or workmanship specified by association, trade, or federal standards, comply with requirements of the standard, except when more rigid requirements are required by applicable codes or specified herein. B. Comply with issue of reference standard which is current at date of receipt of bids. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in a reference document. AAN American Association of Nurserymen 23o Southem Building Washington, DC AEIC Association of Edison Illuminating Companies 600 N. 18th Street P.O. Box 2641 Birmingham, AL 35291 -0992 AGA American Gas Association 1515 Wilson Blvd. Arlington, VA 22209 AISI American Iron and Steel Institute 1101 17th Street NW Washington, DC 20036 -4700 AMCA Air Movement and Control Association (Formerly Air Moving and Conditioning Association, Inc.) 30 West University Drive Arlington Heights, IL 60004 -1893 ANSI American National Standards Institute, Inc. 11 W. 42nd Street, 13th Floor New York, NY 10036 API American Petroleum Institute 1220 L. Street NW Washington, DC 20005 ASCE American Society of Civil Engineers 1015 15th Street NW, Ste. 600 Washington, DC 20005 ASCII American Standard Code for Information Interchange American National Standards Institute, Inc. 11 W. 42nd Street, 13th Floor New York, NY 10036 ..... n+. rmnan�nw .w+.e.a.v...r.wrttx�xNn7r rr+rd;t.x;/E:iYCW.Hh�xsd'N 01090 - 1 C65047C ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers 1971 Tullie Circle, NE Atlanta, GA 30329 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 -1187 AWS American Welding Society 550 Lejeune Road NW P.O. Box 351040 Miami, FL 33135 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BOCA Building Officials and Code Administrators International 4051 W. Flossmoor Road Country Club Hills, IL 60478 -5795 CBM Certified Ballast Manufacturers Association 1422 Euclid Avenue, No. 402 Cleveland, OH 44115 CRD Corps of Engineers Specification P.O. Box 3755 Seattle, WA 98124 -2255 (206) 764 -3750 CSA CWHSSA Contract Work Hours & Safety Standards Act Department of Labor /WH Office of Contracting 200 Constitution Avenue NW Washington, DC 20210 EEI Canadian Standards Association 178 Rexdale Boulevard Rexdale, Ontario, M9W IR3, Canada Edison Electric Institute 701 Pennsylvania Avenue NW Washington, DC 20004 -2696 EIA Electronic Industries Association 2001 Pennsylvania Avenue NW Washington, DC 20006 -1813 EJMA Expansion Joint Manufacturer's Association 25 N. Broadway Tarrytown, NY 10591 EPA United States Environmental Protection Agency 1200 Sixth Avenue Seattle, WA 98101 01090 - 2 C65047C IAPMO . NAAMM NACE NEC National Electric Code (NFPA 70) See NFPA ICBO International Conference of Building Officials 5360 South Workman Mill Road Whittier, CA 90601 FEDSPEC Federal Specifications, General Services Administration Specification and Consumer Information Distribution Branch 470 E. L'Enfant Plaza SW Washington, DC 20407 FEDSTDS Federal Standards (see FEDSPECS) FM Factory Mutual Engineering and Research Corporation (Formerly Factory Mutual System) 1151 Boston - Providence Tumpike P.O. Box 9102 Norwood, MA 02062 International Association of Plumbing and Mechanical Officials 20001 Walnut Drive S. Walnut, CA 91789 -2825 ICEA Insulated Cable Engineers Association P.O. Box 440 South Yarmouth, MA 02664 IEEE Institute of Electrical and Electronics Engineers, Inc. 345 East 47th Street New York, NY 10017 ISA Instrument Society of America P.O. Box 12277 67 Alexander Drive Research Triangle Park, NC 27709 MILSPEC Military Specifications Naval Publications and Forms Center 700 Robbins Avenue, Bldg. 4D Philadelphia, PA 19111 -5094 National Association of Architectural Metal Manufacturers 11 S. Lasalle Street, Ste. 1400 Chicago, IL 60603 National Association of Corrosion Engineers P.O. Box 218340 Houston, TX 77218 NEMA National Electrical Manufacturer's Association 2101 L. Street NW Washington, DC 20037 NESC National Electric Safety Code See IEEE NIOSH National Institute of Occupational Safety and Health 4676 Columbia Parkway Cincinnati, OH 45226 01090 - 3 C65047C r. L. SBCCI UMC Uniform Mechanical Code Published by ICBO UPC Uniform Plumbing Code Published by IAPMO WAC Washington Administrative Code Washington State Secretary of State Olympia, WA 98504 WISHA Washington Industrial Safety and Health Act Department of Labor and Industries 300 West Harrison Street, Room 201 Seattle, WA 98119 1.03 ACRONYMS A. Wherever used in the Contract Documents, the following acronyms will have the meaning listed: 1. PAT Proficiency Analytical Testing 2. PCM Phase Contrast Microscopy PART 2 PRODUCTS Not Used. NFPA National Fire Protection Association 1 Batterymarch Park P.O. Box 9101 Quincy, MA 02269 -9101 OSHA Occupational Safety and Health Act U.S. Department of Labor - Occupational and Health Administration 1111 Third Avenue, Ste. 715 Seattle, WA 98101 -3212 PSAPCA Puget Sound Air Pollution Control Agency 110 Union Street, Ste. 500 Seattle, WA 98101 Southem Building Code Congress, International 900 Montclair Road Birmingham, AL 35213 UBC Uniform Building Code Published by ICBO PART 3 EXECUTION Not Used. END OF SECTION L 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 Engineer to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance to 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. PART 2 PRODUCTS 2.01 CONTRACTOR RESPONSIBILITIES SECTION 01300 SUBMITTALS PROCEDURE A. 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 Engineer. Ensure that there is no conflict with other submittals and notify the Engineer in each case where such submittal may affect the work of another contractor or the County. Ensure coordination of submittals among the related crafts and subcontractors. B. If the Contractor's review determines that the information shows deviations from the Specifications or Drawings, submit a request for substitution. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE A. General: 1. Submittals regarding material and equipment shall be accompanied by Transmittal Form 01300 -A specified in Section 01999. Equipment numbers shall be listed on Form 01300 -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. Resubmittals shall have the following format: "XXX -Y "; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B or C being the 1st, 2nd and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25 B. Deviation from Contract: Submit a request for substitution for deviations from the Specifications or Drawings. 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 to be submitted are not acceptable and will be retumed without review. 01300 - 1 C65047C 3.02 REVIEW PROCEDURE A. For each required submittal, submit 7 copies of all the submitted information. Individual sheets shall not exceed 22 inches x 34 inches. B. Unless otherwise specified, within 14 days atter receipt of the submittal, the Engineer will review the submittal and return it to the Contractor. The retumed material will consist of 3 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 resubmittal, 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 resubmittal, 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 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 Engineer on behalf of the County, or by any officer or employee of the County; and 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 the 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 01300 - 2 C65047C PART 1 GENERAL 1.01 SUMMARY SECTION 01310 PROGRESS SCHEDULES AND REPORTS A. This Section specifies requirements and procedures for the Contractor in preparing construction schedules. The purpose of the construction schedule shall be to ensure adequate planning and execution of the work by the Contractor, to establish the standard against which satisfactory completion of the project shall be judged, to assist the Engineer in monitoring progress, and to assess the impact of Change Orders on the construction schedule. 1.02 SUBMITTALS A. The following submittals shall, as a minimum, be provided In accordance with other sections of these Specifications. 1. Draft construction schedule: Submit for review at the preconstruction meeting. Include all material and equipment procurement and construction work. Clearly Indicate major milestones 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 7 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 7 days of the effective date of Notice to Proceed. Include required submittals including O &M Manual information. 4. Bi- Weekly progress reports: Provide no later than Wednesday noon. Include the latest updated information from the previous weeks (Saturday through Friday). PART 2 PRODUCTS 2.01 CONSTRUCTION SCHEDULES 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 Engineer. B. Activities: Show on construction bar charts at their early start/finish period. C. In preparing the schedule of values, break up the work into construction activities such that the duration of each activity shall not exceed 10 working days and construction activity values not to exceed $10,000 unless approved by the Engineer. Non - construction activities (submittals, fabrication, etc.) may have durations in excess of 10 working days. D. Submittal and procurement activities shall include preparation and submittal of shop drawings, product data, samples, fabrication, delivery, as -built drawings, O &M manuals. E. Include in the construction schedule owner operator training, O &M manuals and milestone dates as specified in other sections of the Contract Documents. F. Dates imposed on the schedule by the Contractor shall not be binding on the Engineer. G. 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. H. Provide a list of the holidays and non -work days applicable to the schedule. 01310 - 1 C65047C 2.02 SCHEDULE OF VALUES A. Submit a balanced schedule of values. At a minimum, break up the work into units corresponding to each Section of Divisions 2 through 16 of the Specifications and the activities identified in the construction schedule. The total value of the activities shall equal the Contract amount. Overhead and profit shall be prorated to the activities. Activity values shall be rounded to the nearest dollar. B. The value to be allocated to the mobilization activity shall not exceed 5 percent of the initial Contract amount. C. If, in the opinion of the Engineer, the schedule of values is unbalanced, the Contractor will be required to present documentation substantiating the cost allocations of those activities believed to be unbalanced. 2.03 BI- WEEKLY REPORTS A. Include a narrative report describing the work accomplished in the preceding 2 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. B. Accompanying the bi- weekly report shall be a 4 -week look -ahead schedule showing what work the Contractor anticipated working on. This schedule should provide greater detail than the project time - scaled bar chart. 2.04 CASHFLOW REPORT A. Include a forecast, by month, based on the current schedule, of cash requirements to complete the Contract. PART 3 EXECUTION 3.01 GENERAL A. Provide a "statused" construction schedule and narrative summary so the Engineer may use them as a 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. 3.02 UPDATES A. 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 Times. B. Requests for extensions in time resulting from changes issued by the County shall be accompanied by a narrative report explaining the impacts and costs associated with the extension. This request shall be submitted in accordance with Paragraph 10, Changes of the General Conditions. C. On approval of a change order by the County, the approved change shall be reflected in both time and value in the next submission of progress reports and schedule updates. Contract lime extensions and schedule revisions shall be incorporated into the monthly updated construction schedule and schedule of values. END OF SECTION 01310 - 2 C65047C 1._. 1. PART 1 GENERAL 1.01 SUMMARY A. This Section specifies photographs to be provided by the Contractor prior to, during, and after construction. PART 2 PRODUCTS 2.01 GENERAL A. Photographs shall be a minimum 35 mm film size and shall indicate on the Back of each print the date, name of work and location where the photograph was taken. Two glossy prints of each exposure, together with the negatives, shall be delivered to the Engineer within 10 days following each set of exposures. Samples of prints of acceptable quality and identification are available in the office of the Engineer for examination. Photographs shall be taken at locations to be designated by the Engineer. The photographer shall be equipped to photograph either interior or exterior exposures. 2.02 PRECONSTRUCTION PHOTOGRAPHS PHOTOGRAPHS SECTION 01380 A. Provide preconstruction photographs prior to commencement of work on the site. Provide two exposures of the area where the work is to take place. 2.03 CONSTRUCTION PHOTOGRAPHS A. Provide construction photographs during the progress of the work. Take monthly exposures starting 1 month after the date of the preconstruction photographs and continuing as long as the work is in progress. 2.04 POSTCONSTRUCTION PHOTOGRAPHS A. Take the number of exposures specified upon acceptance of the work. 2.05 REQUIRED NUMBER OF PHOTOGRAPHS A. For the work of this Contract, photographs shall be provided as listed: Category Color Preconstruction 10 Construction 10 Postconstruction 10 PART 3 EXECUTION Not Used. END OF SECTION 01380 - 1 C65047C PART 1 GENERAL 1.01 SUMMARY SECTION 01400 QUALITY CONTROL A. Section includes the following: 1. Quality assurance and control of installation. 2. Field samples. 3. Inspection and testing laboratory services. 4. Manufacturer's field services and reports. 1.02 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 sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer 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. E. Perform work utilizing persons qualified to produce workmanship of specified quality. 1.03 FIELD SAMPLES A. Install field samples at the site as required by the Specification. B. The quality of work shall conform to the field samples approved by the Engineer. 1.04 INSPECTION AND TESTING LABORATORY SERVICES A. The Engineer will Inspect work and materials, and may select samples of materials in such number and quantities as the Engineer may deem necessary to determine their qualities. The Engineer 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 Engineer may appoint, employ and pay for services of an independent firm to perform testing. C. The Engineer or the independent firm will perform inspections, tests, and other services specified in the Specification and as required by the Engineer. D. Cooperate with the Engineer and the independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineer and independent firm a minimum 24 hours prior to expected time for operations requiring services unless specified otherwise in the Specification. 2. Make arrangements with Independent firm and pay for additional samples and tests required for Contractor's use. E. Retesting required because of non - conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Price. 01400 - 1 C65047C t i L... 1.05. MANUFACTURERS' FIELD SERVICES A. When specified, 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 provide advice when requested by Contractor. Submit report to the Engineer for review within 7 days of observation, unless specified otherwise. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Temporary utilities: electricity, lighting, heating, ventilation, telephone service, water, and sanitary facilities. 2. Temporary controls: barriers, fencing, protection of work, and security. 3. Construction facilities: parking, progress cleaning, project signage, and offices. 1.02 TEMPORARY POWER SECTION 01500 CONSTRUCTION FACILITIES A. Connect to existing power service. The County will pay cost of energy used. Exercise measures to conserve energy. B. Make arrangements for additional power requirements, as needed, with the electrical utilityfor power takeoff points, voltage and phasing requirements, transformers and metering and pay resulting costs and fees. 1.03 TEMPORARY HEATING A. Provide temporary heating of the buildings and enclosures as necessary to protect work and material against damage by dampness and cold and to facilitate completion of the work. Supply the fuel, equipment and materials required for temporary heating. 1.04 TEMPORARY VENTILATION A. Ventilate enclosed areas as necessary to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gasses. 1.05 TELEPHONE SERVICE A. Provide, for Contractor's own use, telephone service at the construction site office. Radio- telephone service is acceptable as a substitute for telephone service. These telephone costs shall be paid by the Contractor. 1.06 TEMPORARY SANITARY FACILITIES A. Contractor shall use existing restroom in fuel/wash building. Contractor shall also maintain cleanliness inside restrooms. 1.07 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities from damage during construction and demolition operations. 1.08 CONTRACTOR'S SECURITY A. Provide security and facilities to protect the Contract staging area from unauthorized entry, vandalism, or theft. 1.09 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. 01500 - 1 C65047C B. Protect installed work and provide special protection where specified in the Specification. C. Repair or replace damaged structures, work, materials or equipment to a condition equal to or better than prior to the damage at no additional cost to the County. Repair and/or replacement shall be approved by the Engineer. 1.10 PARKING AND STAGING AREA •..........,. a.....« w-,.».... n+. w.. r�r« x. ernwnArMe. T�; CYJ.`R'9MM..: H. M}t�N ??•Hi A. There is limited parking and staging area at the proposed site. The Contractor is responsible for obtaining and maintaining parking and staging areas. 1.11 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Clean the exposed surfaces of piping, ductwork or equipment which has become soiled with dirt, mortar, or other materials before covering with insulation, painting, or enclosing in the building structure. E. Remove waste materials, debris and rubbish from the site immediately upon such materials becoming unfit for use in the work. In the event that this material is not removed, the County reserves the right to have the material removed and the expense charged to the Contractor. F. Provide a legal, off-site debris disposal site. 1.16 CONTRACTOR'S OFFICE A. During the performance of this Contract, maintain a suitable office near the site of the work which shall be the headquarters of the representative authorized to receive drawings, instructions or other communication or articles. B. Communications given to the representative or delivered at the site office in the Contractor's absence shall be deemed to have been delivered to Contractor. C. Copies of the Drawings, Specifications and other Contract Documents shall be kept at the site office and available for use at all times. PART 2 PRODUCTS Not Used PART 3 EXECUTION • Not Used. END OF SECTION 01500 • 2 C65047C PART 1 GENERAL 1.01 SUMMARY A. This Section specifies temporary environmental controls required to be maintained during construction. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 AIR POLLUTION CONTROL A. The Contractor shall 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. The use of water, in amounts resulting in mud on public streets, is not acceptable as a substitute for sweeping or other methods. 3.02 NOISE CONTROL SECTION 01560 ENVIRONMENTAL CONTROLS A. Construction involving noisy operations shall be restricted to the hours between 7:00 a.m. and 7:00 p.m. Noisy operations shall be scheduled to minimize their duration. B. Comply with local controls and noise level rules, regulations and ordinances which apply to work performed pursuant to the Contract. C. Each internal combustion engine, used on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. D. Noise levels shall not exceed 85 dBA at 50 feet. Equipment that cannot meet these levels shall be quieted by use of exhaust mufflers or other means. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Closeout and inspection procedures. 2. Operation and maintenance data. 3. Warranties 1.02 CLOSEOUT PROCEDURES A. Upon completion of construction, perform a detailed inspection of the work to confirm completion of all items. B. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Engineer's inspection. C. Within 10 days after receipt of the Contractor's written notice of confirmation of work completion, the Engineer will perform a detailed inspection and may create a "punchlist" for remaining omissions and defects. If the number or scope of deficiencies is too great, as determined by the Engineer, then the satisfactory completion of punchlist items shall be followed by a final inspection. Punchlist items shall be satisfactorily completed within 2 weeks of the initial detailed inspection. D. Final inspection of the work by the Engineer will be made within 10 days after receipt of the Contractor's written request for final inspection. The Engineer will recommend to the Director that the work be deemed complete as of the date of such inspection if, upon such inspection, the Engineer finds no further punchlist work remains to be done. Before acceptance and before final payment will be made, all defects or omissions noted on this inspection must be completed by the Contractor without additional compensation. 1.03 OPERATION AND MAINTENANCE DATA SECTION 01700 CONTRACT CLOSEOUT A. Submit, in accordance with Section 01730, one copy of the completed volume at the time of submittal of a payment request indicating work is 75 percent complete. This copy will be reviewed and returned within 30 days with comments. Revise contents as required. An acceptable volume shall be submitted and accepted prior to written request for Contract acceptance. 1.04 WARRANTIES A. Provide where specified. Provide duplicate notarized copies. B. Assemble in binder with durable cover. Include table of contents. C. Submit prior to application for final payment. For items delayed beyond date of Substantial Completion, provide updated submittal within 10 days of acceptance of delayed item, listing date of acceptance of delayed item as start of warranty period. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 01700 - 1 C65047C PART 2 PRODUCTS 2.01 GENERAL 2.02 MARKING 2.03 CAD DRAWINGS PART 3 EXECUTION 3.01 PROGRESS 3.02 RECORDING CHANGES WHNI SECTION 01720 RECORD DRAWINGS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies requirements for preparing and furnishing record drawings to the Engineer. A. Provide the Engineer with 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. The record drawing set shall be kept separate from other construction drawings and shall not be used for other purposes. A. Use water -proof red felt -tip pens to make changes on the drawings. Notations are to be neat, legible, clear and concise. A. The following shall be recorded on the drawings for work listed in this Section: 1. Actual dimensions, arrangement and materials used when different than shown on the Drawings. 2. Changes made by Change Order or Field Order. 3. Changes made by the Contractor. A. When Contractor drawings are prepared using computer -aided drafting (CAD) record drawings are to be provided in both electronic format (disk or tape) and on full -size prints. A. Record information concurrently with the progress of construction. No work shall be concealed until the required information is recorded. 01720 - 1 C65047C 3.03 PAYMENT A. A percentage of applicable line item dollar values in the schedule of values shall be assigned as the ' value for preparation and submittal of record drawings. For work requiring record drawings per this Section, the line items and their corresponding percentages are as follows: Reference % of Paragrapti Type of Work Line Value 2.02A underground utilities 2.02B concrete with imbedded 2% conduit or pipe 2.02C1&2 electrical conduit and cable 5% 2.02C3 control systems 10% 2.02C &D Contractor designed systems (excluding controls) . Record drawings must be maintained satisfactorily and the final submittals accepted prior to payment for record drawings. END OF SECTION 5% 5% SECTION 01730 OPERATIONS AND MAINTENANCE INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This Section specifies operating and maintenance information. 1.02 SCOPE A. Where specified, operating and maintenance information shall consist of the names and addresses of the manufacturer, the nearest representative of the manufacturer, and the nearest supplier of the manufacturer's equipment and parts. In addition, the following items of information shall be provided when applicable: 1 Control Diagrams: Shall show intemal and connection wiring. 2. Installation and Startup Procedures: Equipment manufacturer's recommendations for installation, adjustment, calibration, and troubleshooting. 3. Operating Procedures: Equipment manufacturer's recommended step -by -step procedures for starting, operating, and stopping the equipment under specified modes of operation. 4. Preventive Maintenance Procedures: Equipment manufacturer's recommended steps and schedules for maintaining the equipment. 5. Overhaul Instructions: Manufacturer's directions for the disassembly, repair and reassembly of the equipment, and any safety precautions that must be observed while performing the work. 6. Parts List: Generic title and identification number of each component part of the equipment. 7. Exploded View or Plan and Section Views: Provided by the manufacturer if available. Detailed plan and section views of equipment shall be provided when exploded views are not available. All views will have detailed part callouts matching those callouts of the Parts List. 8. Specific Information: Where items of information not included in the above list are required, they shall be provided as described in the specification for the equipment. 9. Field changes. 1.03 OPERATION AND MAINTENANCE MANUAL A. Provide volumes In the following format: 1. Three -ring type binders with durable covers. 2. Table of contents and permanent page dividers organized in numerical order by the equipment number assigned in the project manual. Use specific section numbers in accordance with Paragraph 01730- 1.02A. PART 2 PRODUCTS 2.01 MATERIALS A. Binders for final bound manuals shall be black 3 -ring binders with plastic cover for inserts. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE - PRELIMINARY A. Comply with the submittal requirements of Section 01300 when transmitting operations and maintenance (O &M) information for initial Engineer review and acceptance. B. Engineer - approval of O &M information will be so noted on the submittals when returned to the Contractor. Only approved O &M information shall be compiled by the Contractor into the final bound sets. 01730 -1 C65047C C. If manufacturers standard brochures and manuals are used to describe operating and maintenance procedures, such brochures and manuals shall be modified to reflect only the model or series of equipment used on this project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. Photocopies of manufacturers standard brochures and manuals will not be approved for the final bound sets. Facsimile paper or photocopies of facsimile• information will not be allowed. 3.02 TRANSMITTAL PROCEDURE - FINAL BOUND SETS A. Provide 5 copies of the approved specified operating and maintenance information. The information shall be organized in the binders in numerical order by the specification sections indicated in the Contract Documents. All brochures and manuals contained therein shall be appropriately labeled with the applicable equipment name and equipment number as it appears In the Contract Documents, and shall also indicate the Contract Specification section. B. Each binder shall include a table of contents, and shall be provided with tab sheets to permit easy location of the desired sections of the manual. C. Each binder shall contain an Index which includes a complete equipment list in alpha - numerical order by the equipment numbers assigned in the Contract Documents. Each equipment number shall be cross - referenced to the applicable Specification section tab located in the manuals. END OF SECTION PART 1 GENERAL 1.01 SUMMARY 1.02 DETERMINATION OF GUARANTEE DATES PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 DOCUMENTATION 3.02 GUARANTEE RESPONSE SECTION 01740 GUARANTEES 141.,...- .......�..... «..., M.,.... -..,. n,.. a .. r�v.r a x n; . rrtr>yr. i;":: rR V.r itlCe `IJ:?'1, A. This Section defines Contractor responsibilities and procedures to guarantee the equipment and facilities installed under this Contract. Requirements of this Specification do not release the Contractor from fullfilling those requirements as stated in Paragraph 20, Guarantee, of the General Conditions. Specific guarantees above and beyond the basic one -year guarantee are indicated in the technical Specification sections. A. Guarantee dates for those portions of the work made available to the County for posession and use under the terms and conditions of Paragraph 20, Guarantee of the General Conditions shall be established at the time of availability provided that: 1. The posession and use of that portion of the work has been identified as a contractual milestone. 2. O &M manuals have been received by the Engineer for that portion of the work as required In Section 01730 of this Contract. B. Owner - Furnished Equipment: Unless noted otherwise, equipment purchased by the Owner and turned over to the Contractor for installation under this Contract shall have the guarantee dates established in the same manner prescribed in Paragraph 01740 -1.02C of this Contract. C. Acceptance of the Project: Unless previous portions of the work have been accepted as indicated in Paragraph 01740- 1.02A, the guarantee dates shall be established upon acceptance of the work. A. Guarantee dates and the durations of the guarantee period shall be recorded and submitted to the Engineer on the Guarantee Documentation Form 01740 -A as indicated in Section 01999. B. The guarantee information shall be documented by Specification section, in the same order as presented in the operations and maintenance manuals. C. Vendor information including point -of- contact, company name, company address, and company emergency phone number shall be included for applicable equipment and components of the facility. A. The Engineer, or his /her appointed representative, shall be the point -of- contact for response to guarantee - related problems, during the one year guarantee period. The Engineer shall evaluate the problem, and initiate the guarantee response by the appropriate vendor or contractor. B. For special guarantees extending beyond the one year guarantee period, County personnel shall contact the appropriate vendor directly, as identified on the Guarantee Documentation Form. 01740 - 1 C65047C C. Upon notification of need for guarantee response, the Contractor shall provide written notification to the County initiator, indicating scheduled time of response, so that County maintenance personnel may be scheduled to be on hand to provide assistance, and witness the repair. Guarantee work may only be undertaken on Mondays through Fridays, from 8:00 AM to 5:00 PM, unless the County Facilities Manager gives express written consent for the performance of the work at other times. D. Items requiring guarantee response within the one year guarantee period, shall have a completely new guarantee period established from the time of repair. The Contractor shall provide written verification of the newly established guarantee period to the Engineer, upon completion of the repair. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. The forms listed below and included in this Section are referenced from other sections of the Contract Documents: Form No. I�10 01300 -A Submittal/Transmittal Form 01740 -A Guarantee Documentation Form 01750 -A Spare Parts Release Form 16000 -A Wire and Cable Resistance Test Data Form 16000 -C Dry Transformer Test Data Form 17000 -D Panel Indicator Calibration Test Data Form 1.02 SCOPE A. The Contractor shall be responsible for the documentation forms for tests and evaluations required of the Contract that do not have specific forms identified. B. Contractor - generated forms shall follow the format established on Form 01999A contained herein. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. SECTION 01999 STANDARD FORMS KING COUNTY Submittal/Transmittal VYIV Vlull lr. Submittal No Dale Contract No. Resubmillal Previous Submittal • No. Subcontractor or Supplier: This section to be completed by Contractor. This Section To Be Ccmp Ieted By Metro Item No. ' P/C Spec. Paragraph Contractor's Cat. or Dwg. No. Description of item Copies Subm Revlew 4cllon Notes • • Contractor certifies to Review of Submittal, Verification of Field Measurements and Compliance with Contract Documents. By Date Legend -- Revlew Action 1 No exceptions taken 1111 2 Note marking ❑ 3 Comments Attached — Confirm ❑ 4 Comments Attached — Resubmit ❑ 5 Rejected • ' P — Partial Submittal C — Complete Submittal Distribution: By (Print) Date Initial Review Completed Remarks: Engineering Support Group Final Review • Returned to Contractor " ..' Review of Contractors Information Comments - Engineer's review Is for general conformance with the design concept and contract documents. Markings or comments shall not relieve the contractor from compliance with plans and specifications nor any requirements of the Contract Documents. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly and for performing his work in a safe manner. Engineer's Review Routing Initial Date No Exceptions Taken ❑ • Note Markings • • Rejected ❑ • Comments Attached ❑ Response Required of Contractor Construction Division Use Only Confirm • Reviewed. Copies To: Date Constr. Division Files Resident Engineer Contractor Proj. Eng. Resubmit ■ KING COUNTY 821 Second Avenue, Seattle WA 98104 GUARANTEE DOCUMENTATION FORM Contract Number: System, Equip., START END or Area ID: General Contractor Representative DATE DATE Contact: Page Company: Form 01740 A • Guarantee Documentation 01999 -3 of K , C . Super. Res. Engineer (phone #) Date Phone: C65047C KING COUNTY .11“3.5. .0 nr • . or, ^1, fo, • 821 Second Avenue, Seattle WA 98104 SPARE PARTS RELEASE FORM Contract Number: Pallet / Container / Equip. Skid No. Item No. I.D. No. Description Page of Place of Delivery: By: By: General Contractor Representative King County Rep. Form 01750 A - Spare Parts Release 01999 - 4 Date: C65047C L. 16000 -A. WIRE AND CABLE RESISTANCE TEST DATA FORM: Wire or Cable No.: Temperature, 0 F Location of Test 1. 2. 3. 4. 5. 6. 7. Insulation Resistance, megohms CERTIFIED Date Contractor's Representative WITNESSED Date King County's Representative 16000 -C. DRY TRANSFORMER TEST DATA FORM: Equipment No. Temperature Location Winding: Primary Secondary A. Insulation- resistance test: The test shall be made with a megohmmeter at the test voltage for a period of 1 minute. Test results ( megohms). Voltage rating Test voltage Phase Phase 0 -600 1000 A-GRD A -B 601 -5000 2500 B-GRD B -C 5000+ 5000 C-GRD C -A Resistance readings Tess than the manufacturer's recommended value or less than 10 megohms shall be brought to the attention of the Engineer. B. Dielectric - absorption test: The test shall be made with a megohmmeter at the test voltage for a period of 10 minutes. 1. Test results: Phase Phase (Megohms) A-GRD A -B B -GRD B -C C -GRD C -A 2, Polarization index: Ten minute reading One minute reading = polarization index (from paragraph "A" above) Polarization index values less than 2 shall be brought to the attention of the Engineer. CERTIFIED Contractor's Representative WITNESSED County's Representative Phase Phase A-GRD A -B B-GRD B -C C-GRD C -A Date Date 01999 - 6 C65047C • • 4 maa mwr++mmM* N .l.YaMa......1411140(.%MflI.YY.4 MWwYWM.wvn*M........ 17000 -D. PANEL INDICATOR CALIBRATION TEST DATA FORM: . Tag No. and Description: Make and Model No.: Serial No.: Input: Scale: , Range: PV Scale Calibration Expected Actual of Range Input Beading Beading % Deviation 0 50 100 % Deviation Allowed: CERTIFIED Date Contractor's Representative WITNESSED Date County's Representative C650470 PART 1 GENERAL 1.01 SUMMARY A. This Section specifies demolition, cutting and patching. 1.02 SUBMITTALS 1.03 QUALITY ASSURANCE PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 GENERAL A. Notify the Engineer prior to beginning demolition work. 3.02 OPERATION PROCEDURES 3.04 MATCHING AND PATCHING SECTION 02050 DEMOLITION, CUTTING AND PATCHING A. Provide the following in accordance with Section 01300: 1. Schedule of work contemplated. 2. Coordination and rescheduling as required to preclude interference with other operations. 3. Shop drawings when items of matching and repairing require drawings to allow clarification of Intent. A. Qualifications of Contractor and/or subcontractors: Firms or individual trades qualified to perform work required under this Section. A. Start and complete work in order or precedence as established by approved schedule. Operational procedures and sequence of work optional with Contractor provided they do not infringe upon or violate schedule. B. Execute work to protect occupants from injury and discomfort. Provide protection to persons and property. Conduct operations to ensure minimum interference with roads, walks, entrances, exits, and other adjacent occupied facilities. C. Provide covered passageways where necessary to ensure safe passage of persons in or near areas of work. Provide substantial barricades and safety lights as required. '3.03 CUTTING AND REMOVAL A. Neatly cut and remove materials, and prepare openings to receive new work. B. Take precautions necessary to prevent damage to existing remaining work or to adjacent facilities. Execute work using methods which will prevent interference with use of remaining and adjacent facilities by the County. A. Where items are removed from existing walls, ceilings, floors or partitions to remain, repair wall, ceiling, floor or partition disturbed by removal. 02050 - 1 C65047C Where existing construction is cut or otherwise disturbed to permit installation of new work, match and patch existing disturbed construction. C. Use methods and materials similar in appearance, and equal in quality to areas or surfaces being repaired. Methods, materials, and finished work are subject to review by the Engineer. E. Remove areas, surfaces or items which cannot be satisfactorily matched and patched. Replace at no additional expense to the County. 3.05 CLEANUP A. Remove debris, rubbish, and materials resulting from cutting, demolition or patching operations. B. Transport materials and legally dispose of off site. END OF SECTION PART 1 GENERAL 1.01 SUMMARY 1.02 GENERAL 1.03 JOB CONDITIONS SECTION 15050 BASIC MECHANICAL MATERIALS AND METHODS A. The work of this Section describes the materials and methods common to more than one section of Division 15. Mechanical materials specified under other sections of Division 15 shall also meet the requirements of this Section. A. The mechanical Contract Drawings do not show complete details of building construction. The Contractor shall check actual conditions and shall refer to mechanical and electrical Contract Drawings. Rerouting of pipe from that shown on Contract Drawings will be permitted only after review by the Engineer on submitted shop drawings. Submit shop drawings in accordance with Section 01300. A. Electrical requirements 1. Power wiring: Except for factory wiring on mechanical equipment, power wiring is specified in Division 16. Equipment devices and wiring shall comply with NEC. 2. Provide controls, controllers, transformers, and switches required by the work of this Section. 3. Factory-wired assemblies and panels shall be prewired to numbered terminal strips for connection to field wiring. 4. Provide disconnect switch for each control circuit connection to prewired assemblies and control panels. 5. Provide approved wiring diagrams for work in Division 16. 6. Provide weatherproof devices and installations for out of doors or as specified in Division 16. 7. Install wiring as specified in Division 16. B. Fees, Certificates, Warranties: 1. The Contractor shall arrange and pay for all required permits, fees, connection charges, taxes, and other miscellaneous charges necessary to execute the work under this Division. 2. The Contractor shall deliver to the Engineer all certificates of approval issued by the state, county, local or other authorities having jurisdiction over the work performed. Said certificates shall be forwarded promptly when received by the Contractor. 3. Equipment specified under this Division shall be covered by the manufacturer's standard warranty on the new equipment for 1 year from date of issuance of the Certificate of Substantial Completion and as further protected by the manufacturer's standard warranty. If within 12 months from the Date of Substantial Completion any of the equipment herein described is shown to be defective in workmanship or materials, it will be replaced or repaired free of charge. C. Product Handling: 1. Contractor is responsible for protection of all material, equipment, and apparatus provided under this Division from damage, water, and dust, both in storage and when installed, until final acceptance. 2. Provide temporary storage facilities for material and equipment. 3. Material, equipment, or apparatus damaged because of improper storage or protection will be rejected and replaced at Contractor's expense. D. Special Requirements: Maintain emergency and service entrances usable to pedestrian and vehicle traffic at all times. E. Schedule of Work: Arrange work to comply with schedule of construction. In scheduling, anticipate means of installing equipment through available openings in structure. 15050 - 1 C65047C 1 i F. Coordination of Work: Coordinate all trades whose work is adjacent, in order to avoid field interference and delay in execution of the work of all trades. Fumish detailed advance information regarding all requirements related to work by others. 1.04 QUALITY ASSURANCE A. References in technical sections to a particular organization's standards shall be in accordance with those standards unless more restrictive criteria is indicated in the technical section. B. The Contractor shall comply with all rules and requirements of local utility companies. C. All work and materials shall be in accordance with requirements of all applicable local codes, regulations and ordinances, the National Electrical Code, Uniform Plumbing Code, Uniform Mechanical Code and Uniform Fire Code, (locally adopted edition), the latest standards of the NFPA National Fire Codes, and the rules and regulations of all other authorities having jurisdiction. Nothing in Contract Drawings and Specifications shall be construed to permit work not in conformance with these codes, rules, and regulations. E. The Contractor shall furnish without extra charge any additional material and labor when required for compliance with these codes, rules and regulations, even though the work may not be mentioned in the Specifications or shown on the Contract Drawings. F. All electrical controls, devices and wiring shall comply with standards of NEC listed and so identified. 1.05 DRAWINGS A. Mechanical Contract Drawings are diagrammatic and show the general design, arrangement and extent of the systems. Do not scale Contract Drawings for roughing in measurements, nor use as shop drawings. Make field measurements and prepare shop drawings for submittal. Coordinate work with shop drawings of other Specification divisions. B. Contractor shall investigate the capacity and space requirements of the proposed equipment before submitting shop drawings. C. Where conditions necessitate a rearrangement, prepare and submit to the Engineer, for approval, drawings of the propose rearrangement. Because of the small scale of the Contract Drawings, it is not possible to show all offsets, fittings, and accessories which may be required. Carefully investigate the structural and finish conditions and the work of other trades and arrange work accordingly, furnishing such fittings, traps, valves and accessories as may be required to meet such conditions. 1 06 SUBMITTALS A. General: Submittals shall be in accordance with Section 01300, Submittals Procedure. Additional detailed submittal requirements are given in the individual sections in this Division of the Specifications. Submit all product data and shop drawings in one complete submittal for each individual Specification section with each submittal copy in a binder with index and tabbed dividers. Partial submittals will not be acceptable. Submittals not conforming in physical form and content with the provisions of the Contract Drawings and these Specifications will be rejected without review and a complete resubmittal required. 6. Product Data: Submit all catalog data and other descriptive literature to fully substantiate the conformance with Specifications. Mark product data to indicate exactly those items that are to be provided and cross out unrelated or non - applicable items. In addition, submit manufacturer's detailed installation instruction on all equipment and materials submitted. C. Shop Drawings: Submit shop drawings for fabrication and installation of all system components. Include fully dimensioned layout of all piping and equipment and all connection details. 15050 - 2 C65047C 2.03 PIPE HANGERS PART 2 PRODUCTS 2.01 FLANGES AND PIPE THREADS PART 3 EXECUTION 3.01 EQUIPMENT INSTALLATION A. All pipe threads shall conform in dimension and limits of size to ANSI B2.1, Class 2 NPT, Taper Pipe Thread. B. Grooved pipe connections shall be Victaulic, Gruvlok, or approved equal. 2.02 IDENTIFICATION C. Equipment and Control Devices: All equipment and associated control devices (both local and remote) such as thermostats, disconnect switches, etc., shall have plastic black and white lamicord labels permanently affixed using mechanical fasteners. Labels shall have generic name of item to which it is affixed followed by the County equipment designation number as identified on the equipment list of item or item controlled as applicable. 1. Submit label listing and type for Engineer review. A. Basis for equipment and material installation is the published recommendations of manufacturer. Submit such recommendations for review. 3.02 TESTING BUILDING SYSTEMS 15050 - 3 C65047C A. Locate identifying markings so that they are visible from the floor. Background color shall be in accordance with that shown in the legend specified herein. Stenciled letters shall be sharp and clear with no runs or drips. For piping concealed in ceilings, apply stencils as specified above, except do the work before the ceiling is erected. Stencil arrows to indicate direction of flow. B. Purchased snap -on type pipe markers conforming to ANSI 13.1 may be used if the legend exactly matches those shown below in Table A Section 15060. A. General: Pipes shall be supported from 1 -5/8 -inch Unistrut channels bolted directly to concrete walls or attached to existing support systems. Do not attach to roof tee stems. Pipe clamps shall be of the standoff or suspended type series P3400 or J1200, of size and material appropriate to the pipe or tubing being supported. All metal shall be galvanized finish. Support pipe in accordance with Manufacturer's Standardization Society (MSS) SP -69 and SP -58. Pipe shall be braced for earthquake resistance as required for Earthquake Zone 3 as defined by the UBC. A plastic coating shall be provided on pipe or hanger for dissimilar materials. A. Contractor shall notify Engineer at least one week prior to testing. Provide tests specified. Provide all test equipment including test pumps, gages, instruments, and other equipment required. Pressure gages used shall be graduated in increments suitable for magnitude of test pressures specified and shall have range of approximately twice test pressure. Use only gages and instruments recently calibrated and provide proof of calibration to Engineer. B. Piping: 1. Remove from systems, during testing, all equipment which would be damaged by test pressure. Replace removed equipment after testing. Systems may be tested in sections as work progresses; however, any previously tested portion shall become a part of any later test of composite system. Correct leaks by remaking joints with new material; makeshift remedies will not be permitted. Test time will be accrued only while full test pressure is applied to system. 2. Do all testing before concealing, insulating, or painting. 3. Tolerance shall be no pressure drop, except that due to temperature change or as specified in test procedure. 1 1 1 1 i 3.03 SECURING AND SUPPORTING OF PIPES D. Special pipe supports shall be as shown on the Contract Drawings. 3.04 CLEANING 3.05 START -UP PROCEDURES C. Valves: 1. Test valve bonnets for tightness. Test operate valves from closed -to- open -to- closed position while valve is under piping test pressure. 2. Test automatic valves by actuating from fully open to fully closed. D. Piping Specialties: 1. Test pressure gages for accurate indication. 2. Test all other piping specialties for proper operation. E. Other materials and Equipment: Test other materials and equipment as specified, as recommended by equipment manufacturer, or directed to ensure they are complete, operable, and ready for use. A. All piping shall be securely supported by means of pipe hangers as specified hereinbefore. Provision shall be made for expansion of piping. Pipes shall be securely anchored, where necessary, to properly distribute stresses. Pipe hangers shall be spaced as follows: 1. Steel, wrought iron, or copper pipe: (Maximum spacings) a. 1 -1/4 -inch or smaller - 6 feet on centers. b. 1 -I/2 -inch to 2 inches - 8 feet on centers. c. 2 -I/2- inches or larger - 10 feet on centers. 2. Hangers shall be located so that the pipes are supported within no more than 1/4 of the above maximum spacing from both sides of any offsets or bends exceeding 45 degrees. B. Pipe hangers shall be installed around the outside of insulation with vapor barriers, and insulation shall be protected against crushing by sheet metal jacket of proper area and weight. C. Approved insulating blocking shall be placed between sheet metal jacket and bottom of pipe where jacket alone cannot prevent crushing. Insulation jacket or vapor barrier shall be sealed after installing blocking.. A. During progress of work, keep premises reasonably free of debris, cuttings, and waste material. Upon completion of work, and at other times as directed, remove all such debris from premises. B. Clean equipment and materials. Remove foreign materials including dirt, grease, splashed paint, and plaster. Restore to original condition any damaged finish. C. Clean, by flushing, interior of water piping after pressure testing. Upon completion of flushing, completely drain systems at all low points; remove, clean, and replace all strainer baskets and refill systems. D. Potable water systems: After flushing, draining, and refilling, sterilize the potable water systems. A. General 1. Provide material and labor required to perform start-up of each respective item of equipment and system prior to beginning of test, adjust and balance procedures. Provide information and assistance required, cooperate with test, adjust and balance services. 2. Comply strictly with manufacturer's specified procedures in starting up mechanical equipment. B. Tighten flanges and couplings after system has been placed in operation. 1. Replace all gaskets which show any sign of leakage after tightening. C. Inspect screwed and welded joints for leakage. 1. Remove welded Joint and replace with new section of pipe and new couplings. 15050 - 4 C65047C . After system has been placed in operation, clean strainers, dirt pockets, orifices, valve seats and headers in fluid systems, to assure system is free of foreign materials. E. Remove rust, scale and foreign materials from equipment and renew any defaced surfaces. F. Inspect fan wheels for clearance and balance. 1. Provide factory- authorized personnel for adjustment when needed. G. Check each electrical control circuit to assure that operation complies with Specifications and requirements to provide desired performance. . Inspect each pressure gage and thermometer for calibration. 1. Replace items which are defaced, broken, or which read incorrectly. I. Repair damaged insulation. J. Vent gases trapped In any part of systems. 1. Verify that liquids are drained from all parts of gas or air systems. K. Check piping for leaks at every joint, and at every connection, using "Leak -Tek ", or other approved compound. 3.06 CONTINUING ADJUSTMENTS A. Provide such periodic continuing adjustment services as necessary to insure proper functioning of mechanical systems after occupancy of the project, and for a period of one year after Date of Substantial Completion. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. This Section specifies systems of piping and infra -red heaters and general requirements for piping systems and infra -red heaters. Detailed specifications for the components listed on the Piping System Specification Sheets are found in other sections of Division 15. This Section shall be used in conjunction with those Sections. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions to 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 Ift12 ANSI B16.3 Malleable -Iron Threaded Fittings Class 150 and 300 ASTM A197 Cupola Malleable Iron ASTM A234 Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures UPC Uniform Plumbing Code 1.03 SUBMITTALS A. Provide the following submittals in accordance with Section 01300: 1. Product data on piping materials. 2. Piping layout drawings. 3. Product data on infra -red heaters and controls. PART 2 PRODUCTS 2.01 PIPING MATERIALS A. Piping materials listed on the Piping System Specification Sheets Paragraph 3.06, including pipe, gaskets, fittings, joint assemblies, linings and coatings, shall comply with detailed specifications for each type of pipe and piping appurtenance specified in other sections of Division 15. 2.02 PIPING IDENTIFICATION SECTION 15060 NATURAL GAS PIPING SYSTEMS AND INFRA -RED HEATERS A. Plastic coding markers: 1. Plastic markers for coding pipe shall comply with ANSI A13.1 as manufactured by W. H. Brady Company, Seton Name Plate Corporation, or approved equal. Markers shall be the mechanically attached type that are easily removable; they shall not be the adhesive applied type. Markers shall consist of pressure sensitive legends applied to plastic backing which is strapped or otherwise mechanically attached to the pipe. Legend and backing shall be resistant to petroleum based oils and grease and shall meet criteria for humidity, solar radiation, rain, salt, fog and leakage fungus, as specified by MIL - STD -610C. Markers shall withstand a continuous operating temperature range of minus 40 degrees F to 180 degrees F. Plastic coding markers shall not be the individual letter type but shall be manufactured and applied in one continuous length of plastic. 15060 - 1 C65047C 2.03 VALVES 2. Markers bearing the legends on the background colors specified in the PIPESPEC shall be provided in the following letter heights: Outside pipe diameter - inches Letter height - inches Less than 1 -1/2 1/2 1 -1/2 through 3 1 -1/6 a Outside pipe diameter shall include insulation and jacketing. 2.04 NATURAL GAS FIRED INFRA -RED HEATERS ,, NUS, ,..�. .�>.,,,s,�.x.n- .,..•.,,.. ....,....... - .., 3. In addition, pipe markers shall include uni- and bi- directional arrows in the same sizes as the legend. Legends and arrows shall be white on blue or red backgrounds and black on yellow or green backgrounds. A. Valves of the same size and service shall be provided by a single valve manufacturer. Actual length of valves shall be within 1/16 -Inch (plus or minus) of the manufacturer's specified length. Flanges shall meet the requirement of ANSI 816.5. A. Heaters shall be natural gas, direct fired units with main frame of 16 gage non - welded corrosion free aluminized steel with stainless steel baffle and corner reinforcement brackets. Reflector shall be 0.032 polished aluminum with turned lower edge for rigidity. Combustion surfaces shall be grooved and perforated ceramic with minimum of 190 perforations per square inch. Venturi mixer shall be seamless spun metal construction matched with ceramic port area capable of 110 to 120 percent inspiration of primary air. Plenum chamber shall be 20 gage seamless, one piece, corrosion free aluminized steel with tile retainer clips and single screw removal. Contractor shall provide chain mounting for all units. B. Units shall be A.G.A. and C.G.A Designed Certified and tested under ANSI Z.83.6 and accepted by I.R.I. and F.M. Units shall be factory prewired, pre -piped and tested. Minimum inlet pressure shall be 7 -inch water column, with maximum inlet pressure of 14 -Inch water column. Gas inlet size, 1/2 -inch FPT. Contractor shall field verity gas pressure available at the site, and provide each unit with non- vented gas pressure regulator (Soiaronics Model 0002 -42 -080, or approved equal), an Isolation valve (see Paragraph 3.06). C. Controls shall be self energizing thermostat for each unit, with direct spark Ignition, 100 percent shut- off. Thermostats shall be Soiaronics Model 0002 -42 -080, or approved equal. See drawings for locations of thermostats. D. Units shall be Solaronics K- Series Models KS -40, or approved equal. See drawings for schedule and locations of units. PART 3 EXECUTION 3.01 GENERAL A. Location: Provide piping as specified except for adjustments to avoid architectural and structural features. Coordinate with electrical construction. B. Piping Sizes: Shall be as shown on Drawings. C. Pipe Supports: Support by anchor brackets, guides, saddles or hangers. Hangers for horizontal runs of pipe shall be spaced as specified. Supports shall be provided on each run at each change of direction. Pipe supports shall be hot -dip or mechanically galvanized. Existing pipe supports shall not be used to support new piping. 15060 - 2 C65047C 3.02 PIPING IDENTIFICATION A. Pipe Coding: After application of the specified insulation systems, exposed piping, interior and exterior, and piping in ceiling spaces, pipe trenches and pipe chases shall be identified with plastic markers as specified in Paragraph 15060- 2.02A. Legend markers and directional arrows shall be located at each side of walls, floors and ceilings, at 1 side of each piece of equipment, at piping intersections, and at approximately 50 -foot centers. 3.03 TESTING A. General: 1. Upon completion of piping, test the piping systems. Pressures, media and test durations as specified in the PIPESPEC. Equipment which may be damaged by the specified test conditions shall be isolated. Testing shall be performed using calibrated test gages and calibrated volumetric measuring equipment to determine leakage rates. Each test gage shall be selected so that the specified test pressure falls within the upper half of the gage's range. Notify the Engineer one hour prior to each test. 2. New piping systems shall be completely assembled and tested prior to connection to existing pipe systems. B. Liquid Systems: Leakage shall be zero at the specified test pressure throughout the specified duration for exposed piping. 3.04 CLEANING A. Piping systems shall be cleaned following completion of testing and prior to connection to operating, control, regulating or instrumentation equipment. The Contractor may, at its option, clean and test sections of buried or exposed piping systems. Use of this procedure, however, will not waive the requirement for a full pressure test of the completed system. 3.05 PIPE INSTALLATION A. Protection of work: 1. Cover openings in piping, and temporarily seal to protect from contamination. 2. Protect materials and equipment from damage due to environmental conditions. Use protective cover, and protect from surface water by using raised platforms. 3. Protect unfinished work at end of each work day from damage, contamination and moisture by use of plugs, caps or covers. 4. Protect piping and valves from damage pending performance of system tests. B. Installation: 1. Install piping parallel to walls. Clear obstructions, preserve headroom, and keep openings and passageways clear. 2. Should structural difficulties or other work prevent running of pipes or setting of equipment at locations indicated, necessary minor deviations will be allowed, as approved by the Engineer. 3. Use reducing fittings where change in pipe size occurs. 4. Use couplings only where required pipe runs between fittings are longer than standard length of pipe being used. 5. Make changes in direction only with fittings. 6. Prevent entry of foreign matter during handling, assembling and installation. Use compressed air, wire brush, solvent and other acceptable means to remove residual scale, dirt and other foreign matter from interior of piping before final connections are made. Protect open ends of pipe by capping, plugging or other acceptable means. 7. Install piping with sufficient pitch to ensure adequate drainage and venting. 8. Provide unions or flanges in piping connections to equipment. 9. Electrically isolate connections between dissimilar metal piping with dielectric couplings or f ittings. 10. Install class of piping as indicated. 11. Protect against external corrosion pipes which pass through, under or otherwise in contact with soil, cinders, concrete or other corrosive material. Protect by protective wrappings or other means approved by Engineer. 15060 - 3 C65047C Installation of pipe joints and connections: 1. Cut pipe with appropriate tool and debur. Make joints tight. Test and remake leaky joints with new materials. Do not use thread cement or caulking to remake joints. Do not use sharp- toothed wrench in making up brass pipe, or chrome - plated items. 2. Provide thread forms and length in accordance with ANSI standards. Use lubricant or sealant on male threads suitable for proposed pipe service. Installation of pipe hangers and supports: 1.' Provide piping systems with anchorages, sway braces, guides and supports as required by applicable portions of ANSI B31. 2. Necessary hangers and supports including beam and purlin clamps, rods, pipe rolls, angles, channels and plates as well as any changed from indicated design, must have Engineer's prior approval. 3. Use of building structural steel for supporting hangers will be permitted only where indicated or approved by Engineer. Do not weld transversely across tension flange or any member under stress, use bracing, girts and other secondary members for support, nor burn or drill holes in building steel. 4. Support vertical piping with approved steel brackets to prevent swaying, sagging, vibration and resonance. AIIow for thermal expansion between supports or anchors. Do not use flat steel strap hangers. 5. Do not support piping by wire, rope, strap, chain, wood or similar devices. 6. Provide pipe hangers of same size, or nearest commercial size available, as pipe or tubing on which they are to be used. AIIow for thickness of insulation in sizing hangers. 7. Supporting structures, including supporting frames, anchors and guides common to mechanical and electrical work, must have Engineer's prior approval. 6. Use adjustable iron hangers for 1 -1/4 inches and smaller pipe, and clevis type for 1 -1/2 inches and larger pipe. Where copper tubing is directly supported, use copper - plated hangers. E. Unions, flanges and gaskets: 1. Provide unions where indicated and at each threaded or soldered connection to equipment, ' tanks and valves with the following exceptions: a. Only 1 union is required at each manually operated threaded valve. 2. Locate unions so piping can be easily disconnected for removal of equipment or valve. 3.06 PIPING SPECIFICATION SHEETS (PIPESPEC) A. Piping and valves for groupings of similar types of service lines are specified on individual piping specification sheets (PIPESPECS). Piping services are grouped according to the chemical and physical properties of the fluid conveyed and by the temperature or pressure requirements. Each grouping of services (PIPESPEC) is identified by a piping system number as shown in Table A. Table A. Piping Services Pipe Marker Fluid Background Symbol Service System Category Color CW Water 1 Water Red NG Natural gas 5 Gas Yellow 3.06 - PIPING SPECIFICATION SHEET — PIPESPEC Piping SymboUService: CW— Potable Cold Water System -1 HW— Potable Hot Water Test Requirements: Medium: Water Pressure: 150 psig Duration: 60 minutes Exposed or Concealed Pipe and Valves: (See drawings for pipe size and valve type) (3 inches and smaller) Pipe: Copper tube; ASTM B88, Type L, drawn, if exposed. ASTM B88, Type K, if buried. Ref. Spec Section 15066. Conn; solder type with threaded or flanged adapters for valves. flu wrought copper or bronze, ANSI 816.22. (2 inches and smaller) Valves: E Jamesbury 11- IIOOTT, Apolb Series 70 -100, Lunkenheimer 706 HST, or approved equal. Globe; Crane 7 or 17, Lunkenheimer 123 or 214, or approved equal. Swing check; Jenkins 352, Crane 141, or approved equal. 3.06 PIPING SPECIFICATION SHEET — PIPESPEC Piping Symbol/Service: NG— Natural Gas System --5 Test Requirements: Medium: Air Pressure: 200 psig Duration: 120 minutes Gasket Requirements: Flange: Neoprene, C.I. 15060 - 5 C65047C 1 .: i i c • i Exposed Pipe and yalves: (See drawings for pipe size and valve type) (2 inches and smaller) Pipe: Valves: Steel; ASTM A53, seamless, Grade B, black, Sch. 40, no lining. Ref. Spec Section 15061. Conn; taper threaded, ANSI B2.1. Eto; malleable iron, ASTM A197, ANSI B16.3, Class 150; ends to match pipe. $ali; Jamesbury 11- 2136TT, Apollo Series 73 -140, Lunkenheimer 7HST, or approved equal. Globe; Crane 254XR, Lunkenheimer 1021 -PS, or approved equal. Lift check; Jenkins 54, Lunkenheimer 1616, or approved equal. .END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. This Section specifies steel pipe and fittings. 1.02 REFERENCES 1.03 SUBMITTALS 2.03 CONNECTIONS A. Connections are specified in Section 15050. SECTION 15061 STEEL PIPE A. Provide the following in accordance with Section 01300: 1. Affidavits of Compliance with ASTM A53 or ASTM Al20, as applicable. 2. Layout drawings. .. n,eY.:ax:, arer .A lnru » A. This Section incorporates by reference the latest revisions to 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 litjg, ANSI B16.3 Malleable -Iron Threaded Fittings, Class 150 and 300 ASTM Al20 Pipe, Steel, Black and Hot - Dipped Zinc - Coated (Galvanized) Welded and Seamless, for Ordinary Uses ASTM A53 Pipe, Steel, Black and Hot - Dipped, Zinc - Coated Welded and Seamless ASTM A197 Cupola Malleable Iron ASTM A234 Pipe Fittings of Wrought - Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures PART 2 PRODUCTS 2.01 PIPE MATERIALS A. Steel pipe and fittings shall be provided in accordance with ASTM A53 or ASTM Al20, as specified in Section 15050, Piping Systems. B. Steel for ASTM A53 pipe shall be Grade B. 2.02 PIPE MANUFACTURE A. ASTM A53 pipe shall be Type E, electric resistance welded or Type S, seamless pipe as specified in Section 15050. The minimum wall thickness for ASTM A53 or ASTM Al20 pipe shall be Schedule 40 15061 - 1 C65047C 2.04 FITTINGS AND APPURTENANCES A. Malleable -Iron threaded fittings and appurtenances shall comply with the requirements of ASTM A197 or ANSI B16.3. B. Steel fittings and appurtenances shall comply with the requirements of ASTM A234, ASTM A105 or ANSI B16.9. 2.05 SOURCE QUALITY CONTROL A. Factory testing shall comply with the requirements of ASTM A53 or ASTM Al20, as applicable. PART 3 EXECUTION 3.01 GENERAL A. Pipe installation is specified in Section 15050. END OF SECTION PART 1 GENERAL 1.01 SUMMARY A. Work covered by this Section consists of fumishing all labor, material and equipment required for insulating and heat tracing all piping designated in other sections or herein, to be insulated and heat traced. 1.02 MANUFACTURER A. The materials used for the insulation and heat tracing systems shall be standard products of a manufacturer of established good reputation. Products shall be UL- listed or labeled. 1.03 SUBMITTALS A. The Contractor shall submit an insulation schedule indicating manufacturer's system and thickness used on piping, and heat trace schedule indicating manufacturer's system, including all controls and appurtenances. PART 2 PRODUCTS 2.01 PIPING INSULATION SECTION 15200 INSULATION AND HEAT TRACING FOR EXPOSED PIPING A. Material shall be glass fiber pipe insulation with 4 pounds per cubic foot density, have K factor of 0.22 at 75 degrees F mean temperature, and be I -inch thick with jacket. Insulation shall conform to the . requirements of Fed. Spec. HH- I -55B. Seal joints with 4 -inch wide factory provided sealing strips. B. Fittings, valves and flanges for all sizes, exposed and concealed, shall be insulated with premolded fiberglass fittings securely fastened in place. 1. For valves, fittings and flanges up to 6 -Inch size, fabricated "Zeston" type insulation with plastic cover may be used. Plastic cover shall be tacked in place and all joints, seams and laps shall be taped watertight. 2. All seams, joints, laps and end strips shall be sealed against moisture penetration with vapor, barrier cement. All vapor barriers shall be of the white fire - retardant type and all ends of insulation shall be sealed off with vapor - barrier cement at all valves, fittings and flanges at intervals of 20 feet on continuous run. Longitudinal lap and 4 -inch wide vapor - barrier Joint seal strips shall be adhered neatly in place. Insulation shall be banded in place with 3 aluminum bands per section, 1 over each end of the joint sealing strip and 1 in the middle of the section. Where additional field applied jacket is specified, aluminum bands will be installed only over the jacket. 3. All pipe insulation and vapor barriers shall be continuous it through sleeves, hangers, walls, and partitions except through walls, between classified and non - classified areas. Stop insulation on each side of the wall, etc. Seal exposed ends per manufacturer's recommendations. Submit type, heat resistance factors and manufacturer of all insulating materials for approval. Also, submit samples of insulation materials for approval. C. Protect insulated piping by providing corrugated aluminum jacket 0.01 -inch thick minimum, which shall lap over all seams and joints. All aluminum jackets on pipe insulation shall be secured by 3/8 -inch aluminum bands and seals placed 8 inches on center with 1 band at each joint. Corrugated aluminum jacket shall be as manufactured by Childres Manufacturing Co., "Alcorjec" as manufactured by the Aljon Mfg. Co., or approved equal. Provide factory formed aluminum fittings for elbows valves and the like. Make all seams and joints watertight. 15200 - 1 C65047C 2.02, HEAT TRACING A. Fumish and install an operable heat - tracing system: 1. Heat tracing shall be Raychem Chemelex Model 5BTV2 -MCT self - regulating type, single phase, or approved equal. 2. Heat tracing shall be parallel 14 AWG bus wire conductor with self- regulating semi - conductive core and modified polyolefin jacket. Heat tracing shall be FM and CSA approved for installations in hazardous (classified Division 2) area. 3. The thermostat shall be Raychem Catalog No. AMC -1A (UE), Part No. C77061, NEMA 4X enclosure, range 15 degrees F to 140 degrees F, rated 22 amperes at 125/250/480 V AC. 4. Heat tracing system shall include all wiring, connectors, and pilot light panel. See electric drawings and specifications for descriptions and location of pilot light panel. PART 3 EXECUTION 3.01 INSTALLATION A. Insulation shall be installed in a smooth, clean workmanlike manner. Joints shall be tight and finished smooth. B. All surfaces to be insulated shall be dry and free of loose scale, dirt, rust, oil or water when insulation is applied. C. Insulation shall be applied in such &manner that air circulation within the insulation or between the insulation and the pipe, duct or equipment shall be avoided. D. Surface imperfections in the insulation, such as chipped, edges, small joints or cracks and small voids or holes not over 1 inch square shall be filled with like insulation material or with insulating cement. E. All insulation shall meet the requirements of the National Bureau of Fire Underwriters (NBFU) for fire resistance and smoke developing resistance. F. Where insulated piping is subject to movement and supported on roller hangers, steel protection saddles shall be provided and welded to the pipe. Saddles shall be filled with insulation material. G. Heat trace installation on piping, valves and fittings shall be per manufacturer's recommendations in locations shown on Drawings. H. Heat trace installation shall include all wiring, connectors, pilot light panel and other appurtenances required for a complete and functional. END OF SECTION PART 1 GENERAL 1.01 SCOPE 1.02 WORK INCLUDED 1.03 WORK NOT INCLUDED Not Used. 1.04 WORK OF OTHER TRADES SECTION 16051 BASIC MATERIALS AND METHODS ELECTRICAL MINI -SPEC a. : I 44'4fYntM•°! t{. r, 1:•' f.'. t,' i'. `.:P.";"::f:.:.' °rn.^;;•s. A. The electrical work under this Contract shall be performed at King County's South Operating Base and includes all labor material and services required for the following work: 1. Furnish and install an operable heat - tracing system as shown on electrical drawings E102, E103 and E104. 2. Remove all items shown on the demolition drawing, E101. B. The above statements provide a general view of the electrical work required. These statements do not provide the full extent of electrical work required to complete the Contract. Contractor shall refer to the Contract Drawings as well as this and the other sections of these Specifications for the complete Contract work required. A. The work under this Division includes electrical systems of.power, control and miscellaneous work items. The work includes installation of new equipment, installation of supplier- furnished equipment and removal of existing facilities. B. The intent of the Contract Documents is to include all labor and materials, equipment and transportation necessary for execution of the work. By submitting a bid, 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 are suitable and adequate to enable it to execute the work. C. During the course of the Contract, where minor adjustments of the work 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 which require such connections. E. The electrical drawings 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 bid these and related electrical items and the work associated with their installation. A. The electrical drawings do not necessarily show complete details of the project construction. Contractor shall familiarize itself with all features of the project which may affect the execution of Its work and reflect this consideration in its bid. 16051 -1 C65047C 1.05 REFERENCES ctw:�.r.:•'er•;r� rnwr':•:kuvxv�• rn* r,.. m.. nw:•..+ ev:..,... u. r: c+ a•.. nlc »�s+a r.:•s.?iWO'V,Wl:r:9.'.. '• 27ti , ritr.:*1)...477.''RCir,ret5 A. This paragraph presents a general compilation of references used in the County electrical work. In executing this Contract, the Contractor shall be responsible for adhering to the current edition of all references in Section 16051 whether they are listed here or not, particularly observing the requirements of Paragraph 16051- 1.15D. The Contractor shall disregard listed references that are not applicable to this project. References I@ ANSI C -80.1 American Natl. Stds. Institute, "Zinc- Coated Rigid Steel Conduit" ANSI C -80.3 American Natl. Stds. Institute, "Zinc- Coated Electrical Metallic Tubing" ASTM 01556 American Society of Testing Materials, "Density of Soil in Place by the Sand -Cone Method" NEC (NFPA 70) Natl. Fire Protection Association, "National Electrical Code" NEMA TC -2 Natl. Elec. Mfrs. Assoc., "Electrical Plastic Tubing" NEMA MG -1 Natl. Elec. Mfgs. Assoc., "Motors and Generators" UL 6 Underwriters Laboratories, "Rigid Metal Electrical Conduit" UL 651 Underwriters Laboratories, "Schedule 40 and 80 Rigid PVC Conduit" UL 797 Underwriters Laboratories, "Electrical Metallic Tubing" UL 1242 Underwriters Laboratories, "Intermediate Metal Conduit" WAC 296 Washington Administrative Code, Department of Labor & Industries SEC Seattle Electrical Code Supplement Seattle Energy Code Seattle Std Plan City of Seattle Supplement to the Standard Specifications for Road, Bridge and Municipal Construction Seattle Std Plan City of Seattle Standard Plans for Municipal Public Works Construction WSDOT Washington State Department of Transportation ( WSDOT) Standard Plans for Road & Bridge Construction WSDOT Washington State Department of Transportation ( WSDOT) Construction Manual JIC Joint Industrial Council (JIC) 1.06 UNDERWRITERS LISTED EQUIPMENT A. See Paragraph 16051 -1.10. 16051 - 2 C65047C 1.07 DETAIL DRAWINGS BY CONTRACTOR 1.08 SUBMITTALS 1.10 QUALITY CONTROL 1.13 WORKMANSHIP B. Workmanship shall comply with NECA Standard 5055. lrnay re:r�•, »n: ^,^.+'sue ^: ^.:uv a.:•.•r�.: "•C',�tl':1 A. Where the Contractor's work requires additional detailing including the preparation of shop drawings for individual items which are not of standard manufacture and which have to be specifically fabricated, Contractor shall prepare drawings and details on mylar drawing sheets 22- inches x 34- inches; optional type and size sheets shall be at the discretion and approval of the Engineer. 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 Engineer for the Engineer's approval before construction work begins. Upon completion of the project, Contractor shall update its drawings to "as constructed" condition and surrender them to the Engineer. A. See Section 01300, Submittals Procedure. The submittals shall be identified by the specified eqipment number and Specification section. 1.09 LIST OF MANUFACTURERS A. Where more than one manufacturer is allowed, Contractor shall advise the County of the make selected within 21 days after effective date of Notice to Proceed. 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 County. B. Manufacturer and Type: Where manufacturers' names and types are specified or shown in the Contract Drawings or 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. 1.11 QUANTITY ITEMS A. Items of any one classification shall be products of one manufacturer. 1.12 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 in the Contract Documents. The Contractor shall assume responsibility for equipment submitted fitting in available space as intended by the arrangement drawings. 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 and shall be approved by the Engineer. 16051 -3 C65047C f 1.14 COORDINATION OF WORK ........w wows- �u.+WYYXtaMf)!I. aiYat( �7UY. xSYMXYp+A A. Contractor shall compare the Specifications with the drawings including those for other trades and report any discrepancies to the Engineer 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 Engineer. 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 Engineer. Contractor shall consult with the Engineer and obtain written consent from the Engineer for the exact date, time and duration of time which the operations may be interrupted. 1.15 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 1.15D below. B. Contractor's Responsibility: It Is the Contractor's responsibility to notify the County of any deviation In Contract Documents from applicable regulations and codes prior to installation of the work. Changes in the work after initial installation where due to requirement of code enforcing agencies, shall be done at no additional cost to the County. 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 Documents, the Contractor shall provide the materials and methods required by the regulations. In cases where 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 surrender inspector's Certificates of Compliance to the County. 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. 2.02 CONDUIT A. Rigid Conduit (G.R.S.): 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, unless specifically noted. 16051 - 4 C65047C 2.03 WIRING MATERIALS sntn: ct�' �'r M.' vsnllrr.: u: ncnv::: rv' wi; eiv. ner, xwwn rqrq_,;. xv..«,.• e.T.. c�, vm..; y r maA7 ra .07,,,rurg,o:h}M. ntti rWT B. Liquid -tight Flexible Metal Conduit: Conduit shall be formed from interlocking galvanized steel strip and shall have PVC Jacket extruded over the outside to form a flexible water -tight raceway. Minimum trade size shall be 3/4 -inch unless otherwise shown. Conduit shall be American Seaftite, type UA , Electri -Flex, Type LA, or approved equal. C. Intermediate Metal Conduit (IMC): Not Used. D. Electrical Metallic Tubing (EMT): Not Used. E. Rigid Non - Metallic Conduit: Not Used. F. Flexible Metal Conduit: Not Used. G. Explosion -proof Flexible Conduit: Not Used. H. Plastic- Coated Rigid Steel Conduit: Not Used. I. Conduit Fittings: Fittings shall include all those items used with conduit to form conduit runs. Fittings shall be used with the type of conduit for which they are designed, i.e., liquid -tight fittings shall be used with liquid -tight conduit. Liquid -tight fittings shall have an insulated throat. Fittings shall be by 0. 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. Steel straps shall be one -hole, ribbed, snap -type, zinc- plated. Clamps, spacers and straps shall be by O.Z. Gedney, or approved equal. 2. Framing channel shall be hot -dip galvanized. Framing channel and associated conduit clamps shall be by Unistrut, or an Engineer- approved alternate. 3. Concrete fasteners and screws shall be stainless steel or zinc - plated. K. Conduit Tags: Unless waived by the Engineer, conduit shall be tagged with appropriately sized embossed metal conduit tags as manufactured by Floy Tag and Manufacturing, Seattle, WA, or Engineer- approved alternate. A. 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: Ail conductors shall be color -coded in accordance with the following: 16051 - 5 C65047C i 1 a: ..;r}. , :�r I.. Conductor Color I . 3 -phase 480 -volt Phase A Brown (480V 3 -wire & Phase B Orange 480/277V 4 -wire) Phase C Yellow Neutral Grey 3 -phase 208 -volt Phase A Black (208V 3 -wire & Phase B Red 208/120V 4 -wire) Phase C Blue Neutral White 1 . Single -phase 120/240V Phase Black 3 -wire Phase Red Neutral White Control circuits All control Yellow conductors l . Ground Green I C. Wire, multiple- conductor and special cable: Multiple- conductor and special cables shall be used only where these types of cable are specifically required to connect the vendor's system devices and to connect the vendor's system to the County's facility. These cables shall be vendor - specified by make and model unless vendor furnishes its own cable with its system in which case vendor shall provide complete description and characteristics of the cable. D. Splices and connections: 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 a conductor that the Contractor has cut too short. I 2. Underground or wet area splices shall be made with 3M Scotchcast Splicing Kit 85 -10 or 72 -N, or approved equal, as applicable. Dry area splices shall be made with spring -type solderless connectors as manufactured by 3M, Ideal Industries, 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, 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 Floy Tag and Manufacturing, Seattle, WA, or approved equal. b. Card - mounted markers, vinyl, designed to withstand more than moderate exposure to oil, solvents and water. Markers shall be Engineer- approved. c. Labeling shall be machine- printed. 3. Tags for cable shall be embossed metal or machine - printed plastic type manufactured by Floy Tag and Manufacturing, Seattle, or approved equal. 16051 -6 C65047C 1 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 environmental 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 T &B, O.Z. Gedney, Steel City, Appleton, Crouse - Hinds, or approved equal. B. Pressed -steel NEMA 1 boxes shall be used in walls and ceilings of dry areas or where concrete - embedded. All boxes shall be electro- galvanized. Concrete - embedded boxes shall be designated for that purpose. C. Zinc - electroplated cast 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 be by Hoffman and shall include panels. 2.05 WIRING DEVICES A. Wiring devices (such as toggle switches and the like, receptacles, etc.) shall be as called for on the Drawings or in the Specifications; when make and model are not directly specified, devices shall be provided at the "Specification Grade" level and shall be by Hubbell, Leviton, G.E., or Engineer - approved alternate. B. Rain -tight enclosures shall be Raintight- While -In -Use Industrial Grade by TayMac. 2.06 MOTORS AND MOTOR CONTROL Not Used. 2.07 NAMEPLATES A. Each individual device shall have a nameplate designating the function of the device. B. Nameplates shall be made of 1/16 -inch thick machine engraved laminated phenolic having white letters 3/16 -inch high on a black background. Equipment titles shall be completely spelled out on the nameplates. C. Nameplates shall be secured to the equipment with stainless steel screws or 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 Engineer for approval. 2.08 POWER DISTRIBUTION PANELBOARDS A. Circuit Breakers: Furnish and install circuit breakers identical to the breakers in the existing panelboards. B. Circuit Index: Provide a new typewritten index, listing each circuit in the existing panelboards by number with its proper load designation. The index shall reflect the panel configuration with the odd numbers on the left and the even numbers on the right. 2.09 COATING SYSTEM A. General: Where specified, electrical equipment shall be painted by the manufacturer. 16051 -7 C65047C PART 3 EXECUTION 3.01 GENERAL B. Finish: Equipment shall be treated with zinc phosphate, bonderized or otherwise given a rust preventative treatment. Equipment shall be primed, painted with enamel and baked. Minimum dry film thickness shall be 3 mils. C. Color: Exterior color shall be FEDSPEC 26314, light gray. Interior shall be painted white. Nonmetallic electrical enclosures and equipment shall be the manufacturer's standard gray color. 2.10 TERMINAL BLOCKS • A. Unless otherwise specified, terminal blocks shall be screw type terminal, heavy duty, rated at 20 amperes minimum, 600V AC. Terminals shall be provided with integral marking strips which shall be permanently identified with the connecting wire numbers as shown on the drawings. Each terminal block shall be uniquely identified. 2.11 SEISMIC REQUIREMENTS A. Equipment shall be braced for Seismic Zone 3 as defined by the Uniform Building Code. 2.12 PRODUCT DATA A. In addition to the Information specified under the individual Specification sections, the following material shall be provided within the time period specified. 1. Interconnection diagrams: The diagrams shall Indicate wiring between panels, terminal boxes, and remotely mounted devices. The diagrams shall interface with the manufacturer's internal wiring diagram diagram for panels. The diagrams shall indicate the terminations to terminal blocks of devices at each end of the cable, the number of conductors in the cable, the size of wire, and the number of spare conductors. For each termination, indicate the terminal number. wire color, and wire number as it appears on the wire marker. All terminal blocks, including spares, shall be Indicated on the diagrams. Interconnection diagrams shall be provided to the Engineer prior to the acceptance of work. 2.13 HEAT - TRACING SYSTEM A. See Section 15200, Insulation and Heat Tracing for Exposed Piping. A. Electrical work shall be completed In all respects as shown on the 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 govemed by structural conditions and physical interference. C. Where details of installations are not shown on the Drawings, new installations shall be similar to existing installations. D. Manufacturer's installation details: Contractor shalt install items in accordance with manufacturer's 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 Drawings. 16051 - 8 C65047C i 3.02 RECORD DRAWINGS ' 3.03 DUST 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 Engineer at any time. B. Current, acceptable as- constructed prints must be submitted prior to the certification of any monthly progress payment for electrical work. A complete and accurate set of these prints shall be submitted to the Engineer for approval. 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. Electrical work shall satisfy the NEC requirements for the classification. Conduit, boxes and enclosures, devices, fittings, seals, compound and fiber, drains and the like shall be approved, used per the intent and manufacturer's specifications, and located and installed in accordance with the NEC requirements. B. Not Used. C. Not Used. D. Not Used. E. Not Used. F. Not Used. G. Conduit shall not be welded, brazed or otherwise heated. H. 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. J. All conduit shall terminate in boxes or handholes unless otherwise shown. K. All rigid conduit entering sheet metal boxes shall have a metal insulating bushing installed over the conduit end. 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 conduit shall be cut square, reamed and threaded with straight threads. Rigid conduit joints shall be made up with T&B Kopr - Shield which shall be applied to the male threads only. L. All rigid conduit entering sheetmetal boxes or cabinets shall be secured by locknuts on both the interior and exterior of the enclosure. M. 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 installation. 16051 -9 C65047C I. 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. S. Not Used. 3.05 CONDUCTORS N. Conduit supported directly from the concrete structure shall be spaced out at least 3/8 -inch. O. Flexible conduit shall not be used as a general purpose raceway, but shall be provided in locations requiring flexibility. Liquid -tight flexible conduit shall be used for all motor connections. Where flexibility is required for electrical raceways on equipment, liquid -tight flexible conduit shall be used in accordance with JIC standards, these Specifications and the local inspection agency. P. Plumber's perforated hanger iron shall not be used for any purpose. Q. All fittings shall be made up wrench - tight. R. 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 water -tight with non - shrink non - staining grout above grade; link -seal below grade. T. The 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. 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 or card - mounted markers. Marking sleeves and card - mounted markers shall be as specified in Paragraph 16051- 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 16051 -2.03D (underground or wet areas shall be 3M 85 -10 or 72 -N. Dry areas shall be spring -type solderless connectors). D. Crimping shall be done with approved crimping tool (not side - cutters or the like). 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 atter 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 fumished 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. D. Power Distribution Panelboards: The Contractor shall type in the circuit description on the circuit director as shown on the drawing or panel schedule. 16051 -10 C65047C 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 the procedure to demonstrate to the Engineer 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 Engineer for approval at least 48 hours prior to the demonstration. All equipment and systems shall be demonstrated by the Contractor as operating properly prior to acceptance of the work. All protective devices shall be operative during demonstration. If the demonstration indicates unsatisfactory operation as determined by the Engineer or inspecting authorities, defects shall be corrected by the * Contractor, and the demonstration shall be repeated at no additional expense to the County. Phase Relationship Tests: Connection to all equipment shall be checked for proper phase relationship. During such check, all devices which could be damaged by the application of voltage of reversed phase sequence shall be disconnected. 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 which 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. These tests shall be witnessed by the County. Contractor shall notify the County 48 hours in advance of testing. END OF SECTION I \CH ow Talk 1111 ' ii i1. 1l111� � Gd1I 14 4 4 . W MIAMI PROJECT LOCATION 12100 EAST MARGINAL WAY S. 13,1101 Is/ arms 7/s LOCATION MAP 1/2 C65047 W cr o. S. Ilslh ST. SOUTH BASE S. 1171h ST. S. IIIIN ST. LEGEND gpFRAnoNg HuILLUtia AREA OF WORK MAINTENANCE' 91WLQRNG f1Ui FNTRANCF OBLX 115111 =Mean � NTRANCL 'Uri /WASH 91111 DINr, S. 1541h ST. 0 x r NOTE 1. SOUTH BASE IS OPERATIONAL 24 HOURS A OAY. THE CONTRACTOR SHALL MARK VAIN AU. DUE CAUTION TO AVOID INTERFERENCES MTH BUS AND OTHER VEHICLE TRAFFIC DURING THIS WORK. THE CONTRACTOR SHALL BE RESTRICTED TO THE OUTLINED STAGING AREA AS SHOWN ON THIS SITE YAP UNLESS OTHERWISE INDICATED. 0 SITE MAP :00 S12{TRACTOR TAMPA LCSA1106 400 1_I F[[T soo •5. • .y»rv.w II II S. IISIh ST. II II TYPICAL SECTION AND DETAIL REFERENCING SYSTEM (1) THE SECTION IS CUT ON DRAWING A101 SECTION NUMBER ELEVATION NUMBER (2) ON DRAWING A105 SECTION Al SCALE: 1 1/2". 1' — 0' /A] 03 DRAWING ON WHICH SECTION /ELEVATION APPEARS. — INDICATES THE DRAWING IS ON THE SAME SHEET. THIS SECTION IS IDENTIFIED SECTION NUMBER DRAWING ON WHICH SECTION WAS TAKEN. — INDICATES THE DRAWING IS TAKEN FROM THE SAME SHEET. (3) MANNER, A EXCEPT O THAT E DETAILS E ARE IDENTIFIED BY LETTER RATHER THAN BY NUMBER. LAKE WASHING SNT. NO. 1 2. 3. 4. 5. 6. 7. } `\\ I % IA / . >� I,� -. �,/ � , /// sou ■ J • - ilea' v . M L L ■ ! I. ��� assort. -- SMOAK o , •0 I I Ip %WE: r 1�. l' LAKE C I kik 'y �� WASHINGTON Al `�6 is InPiiii Pil utunsii � �PROJECT LOCATION ����'= �-,� 1210 0 EAST ► MARGINAL WAY S. X1 M `� = 1 4k '97.. ��,, - � T' L E T 1110 �_ m I M `� r i�_�IL V n CD ors r ' 1AO:NA • '� icr,oN KENT QED Alli ANC awry I I I ' :-.'''''"'\'''‘' @MAO gm --iim I I 3 a I I b r 4 0 VW US 4 ,, i w, ii mitz . P 41111,57' 1 � / � - � i� ( ,,,i ill 1 111111 ° l b' ( �i I:�� 11111 ►� I " 1 isorit— I-1 .1 niaw, ..1 L-1- arMla monlz,noth 2 .e.4 4) picsa-autry LOCATION MAP 4 1/2 1 2 VICINITY MAP o ! io NILES Y0.}$ TYPICAL SECTION AND I N D E X T O D R A W I N G S DETAIL REFERENCING SYSTEM I SNT. ND. DNO. NO. DRAWING TITLC 1) THE SECTION 15 CUT ON DRAWING A101 SECTION NUMBER 7 . ELEVATION NUMBER / 0]3 1. G101 VICINITY & LOCATION MAPS AND INDEX TO DRAWINGS 2. M101 MECHANICAL PLAN DEMOLITION 3. M102 MECHANICAL PLANS, SECTION AND DETAIL 4. E101 ELECTRICAL PLANS DEMOLITION 5. E102 ELECTRICAL PLANS Al DRAWING ON WHICH SECTION /ELEVATION APPEARS. — INDICATES THE DRAWING IS ON THE SAME SHEET. ;2) ON DRAWING M05 THIS SECTION IS IDENTIFIED SECTION NUMBER SECTION 6. E103 MISCELANEOUS DIAGRAMS 7. E104 MISCELANEOUS DIAGRAMS SCALE: 1 1/2" I' - 0 • A 02 DRAWING ON WHICH SECTION WAS TAKEN. - INDICATES THE DRAWING IS TAKEN FROM THE SAME SHEET. (3) ARE MANNER, E CROSS-REFERENCED EXCEPT THAT DETAILS ARE IDENTIFIED BY LETTER RATHER THAN BY NUMBER. 7HIO O3 V 3N3S KIM 1 IN if 'MS . 11(14 IV _ I1 V 0 n r 4y L DEPARTMENTT wt. JUNE 96 R 1, , .. +4. a.1Rbs 1 careacite r � CRJ 0 �� King county -- OF TRANSPORTATION SOUTH BASE FUL VIC INITY E /WASH BUILDING &LOCATION FREEZE PROTECTION M AND INDEX TO DRAWINGS o no � u„ % e ' I Z1 , • , ft. h. .„ 1 , � , ) � o r 7 ^,' ICAO D NOTED I NI/ON ` N � ,,,,, ,,,..,■,� G101 WV 1101 1 or 7 ,� f ' 3 }O } NAL COBIIIVC1 Kli C65047C — aI. , ;m�"�'-" �� tom= 1/111/k8 ___I DAM ow 7/■ / �_ } FUH -1 1/4 '1 /2' 3/4" ;yy�,� FUH -5 tj� `'`'` . 1 1 /2' HB f ..� /�.,[ /e,� t /,ut /,t. ,t� ce��� c ctJ� if Rr� l�� vr% � �'` / f.; ��� ` / /� %�- ref /elf /r!�/ �'fr!� /r ! ,/ , f�f/ 8...t i- �'i'1,/,//s f�f FUELING LANE 1 � i / / � 1 1/2' 103 FUH -2 ( r WASH RACK 1 FUH -3 /, / 7 -2- 101 . r % HEATER (TYP / % � .. UN IT F .) � �3 -`� - / IIIIIIIIIIIIII _ 2 . 09 O 7 FUE 04 LING LANE 2 i � 3' r 1 1/4" UH -6 ?' FUH -7 F h•-REM LJMI -f- '-f / //,�/f `/- ' �WR .-. ` ■ I--�3 1 1/7 �U_M�ItT�i ---- ..c ---- ..�._. 2- ` -. _ ... ,/,,G 3/4" HM I5' W - R //- /.4.1/,t i/ - �,.X, Ste, ,(/ ,�' -- BOILER ROOM 108 NOTED WASH RACK 7 102 C65047C a a EYE WASH HB STATION I I I I I I THESE (3) PIPES HWS REMAIN LJ , -, ' PUMP FP -8 b I ////.t:,Q{ / EXPANSION TANKS Br BOILER ROOM PLUMBING PARTIAL PLAN O SCALE: 1 /4' REVISION 3/4" HB 3/4 HB NOTE: NATURAL GAS PIPING NOT SHOWN FOR CLARITY. SEE NOTE 3 APP.'O are 7' 7c:.n If 10 "46 TYPE 'B' STACK THRU ROOF BOILER DOMESTIC WATER HEATER FUEL AND WASH BUILDING PLAN SCALE: 1/5-1'-O" L TO OUTSIDE H8 HB + SECTION SCALE: 1/4" 0 1 1/2' CW i FIN FLOOR 44 1E' io 9 .� W CONNECTIONS T WATER /RINSE P THIS AREA DEMOLITION NOTES 1. CONTRACTOR SHALL REM OF ALL HOT WATER UNIT H AND ALL ASSOCIATED HEATI SUPPLY AND RETURN PIPIN VALVES. FITTINGS & INSULA DEMOLISH HOT WATER BOIL EXPANSION TANK, CONTROL ASSOCIATED PIPING. VALVES INSULATION AND STACK ( INSIDE OF BUILDING 12"t DEMOLISH HEATING WATER PUMP AND ALL ASSOCIATED FITTINGS. CAP NATURAL BOILER AT TEE IN HORI2 2. CONTRACTOR SHALL REM ALL EXISTING HOT WATER, AND COLD WATER INSULAT REMOVE ALL DEMOLISHED SITE PER ALL APPLICABLE REGULATIONS. 3. SEE NOTE 4 SHEET 14102 DEMOUTION. 4. � HOSE BI885 I- t / FUH -3 I I �►i1� FUH -4 / / UNIT r - /� G --� �3 HEATER (TYP /' — �-• 2' X '' c am •----A•-- a ° — --- •. —•.•_ HB WASH RACK 2 I 1oz I j I y3• /1 1/2* /I REM FUH 7/' / i'UH -8 : : ' F—aC31 1 /2- �LIMIT c- --- --c --• .� .._.Z. .. ,.. ��'� ' x Z,c M5>: �CW CW '1. V. ._ ._.., PUMP ROOM HB ' 1"'•r �� n N 0 O O 0 i rt yti l'4 Yy��yt�1`�y�a CONNECTIONS TO WASH WATER /RINSE PUMPS THIS AREA DEMOLITION NOTES ABBREVIATIONS 1. CONTRACTOR SHALL REMOVE AND DISPOSE OF ALL HOT WATER UNIT HEATERS (8 TIP) AND ALL ASSOCIATED HEATING WATER SUPPLY AND RETURN PIPING & SUPPORTS, VALVES, FITTINGS & INSULATION. DEMOLISH HOT WATER BOILER, EXPANSION TANK, CONTROLS, ASSOCIATED PIPING, VALVES AND FITTINGS, INSULATION AND STACK (CAP STACK ON INSIDE OF BUILDING iri FROM ROOF). DEMOLSH HEATING WATER CIRCULATION PUMP AND ALL ASSOCIATED VALVES AND FITTINGS. CAP NATURAL GAS PIPING TO BOILER AT TEE IN HORIZ PIPE RUN. 2. CONTRACTOR SHALL REMOVE AND DISPOSE OF ALL EXISTING HOT WATER HOT WATER CIRC, AND COLD WATER INSULATION AS SHOWN. REMOVE ALL DEMOLISHED MATERIALS FROM SITE PER ALL APPLICABLE CODES AND REGULATIONS, • 3. SEE NOTE 4 SHEET M102 FOR ADDITIONAL DEMOUTION, 4. ALL EXISTING HOSE BIBBS ARE NON - FREEZE TYPE. cw NOTED C65047C Mug Count)" HB HB TxVrl"41nx,rr w7. v..,,....e rr..t c.d�p� ^ : X`r • sT ? - V AFF ABOVE FINISHED FLOOR CW COLD WATER ON DOWN HD HOSE BIB8 HW HOT WATER HWC CIRCULATING HW HWR HEATING WATER RETURN HWS HEATING WATER SUPPLY FUH EXISTING UNIT HEATER IRH NEW UNIT HEATERS NG NATURAL GAS POC POINT OF CONNECTION PRV PRESS REDUCING VALVE TYP TYPICAL LEGEND EXISTING PIPING INSULATION TO BE REMOVED EXISTING EOUIPMENT AND PIPING TO BE DEMOUSHED 11(1 '1, 'A 1, W//7Y71/2 DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION MECHANICAL PLAN DEMOLITION att, JUNE 1996 ono O M 1O.1 .a, fCt Of 2 7 ■.. .i.r. ..u■ A■ NG 13/4 1 I/4' FUELING LANE 2 1 1/4" 104 1 1/2" 2 1/2 HB +4'AFF WASHER COLUMN (TYP 2) FIN FLOOR NOTED UNIV 1 ra C65047C 3 +3'AFF HB +3'AFF 1 1/4' NATURAL GAS DN TO POC 0 EXIST, APPROX 6' -0" AFF I _ 3/4' HB — t - +5'AFF EXISTING 1 1/4 NATURAL GAS SERVICE w/ SHUT -OFF VALVE BOILER ROOM PLUMBING PARTIAL PLAN SCALE: 1 /4" - 1' -0" CAP CONNECTION TO BOILER DOMESTIC HW HEATER EXISTING GAS PIPING TO EXISTING RADIANT HEATERS IN PUMP • ROOM TO REMAIN FOR PIPING CONNEC 70 NEW INFR -RED UNIT HEATERS, SEE -- H= +4'AFF 3/4' '10 0 NEW INFRA -RED HEATER ) DETAIL SCALE: NTS 3/4 HB FUEL AND WASH BUILDING PLAN SCALE: 1/61'-0" 1 /2"FLEX PIPING GAS PRESS REGULATOR 1/2 "BALL VALVE 1 /2"GAS PIPE UNION 0 INSULATE PIPE AND HEAT TRACE ALONG TOP OF WASHER ARCH BEATER PIPING CONNCTION • SECTION SCALE: 1/4 " -1' -0" CONNE WATER INSIDE UNIT HEATER SCHEDULE MARK INPUT RATING COON SIZE INPUT PRESS MFG /MODEL IRH -1 40 MBH 1 /Z'FPT 7 -11'WC SOLARONICS KS -40 Y Y Y WASH RACK 1 101• HEAT TRACE T'STAT —SEE r . 6 ELEC 7 CS n R /4' HB \-2 1 /2"DN L AND WASH BUILDING LAN E: UNION ING CONNECTION 1/7 FLEX PIPING GAS PRESS REGULATOR 1 /2'BALL VALVE 1 /2'CAS PIPE INSULATE PIPE AND HEAT TRACE ALONG TOP OF WASHER ARCH i tt ! 'INasj. ,r fix r°ii ,LriY' y ? Y +Tr -5,43 i ytX .,.n., n..E,.z?}.C.�4t ✓..V'.54 P,t"!1'S',i1■ f ',: ptiJf... .�'l:<.� xtaak'r3 ., ,tC: ea17�e'.' 1 {N1b"ti'1. 7 CD 9O 10 1 1/2 SECTION SCALE: 1/4'.1' -0' PUMP ROOM r s .r.1. CONNECTIONS TO WASH WATER RINSE PUMPS. HEAT TRACE ONLY INSIDE PUMP ROOM County 11 HB +3'AFF i NOTES HB HB +3'AFF 1. COORDINATE ACTUAL LOCATION OF INFRA —RED UNIT HEATERS WITH RESIDENT ENGINEER. CONNECT NEW 1 1/4 INCH GAS PIPE TO NEW INFRA —RED HEATERS AT EXISTING GAS MANIFOLDING IN BOILER ROAM, DOWNSTREAM OF PIPING TAKEOFF TO EXISTING INFRA —RED UNIT HEATERS LOCATED iN PUMP ROOM AT NORTHEAST CORNER OF BUILDING. 2. HEAT TRACE AND INSULATE ALL PIPING. VALVES AND FITTINGS ASSOCIATED WITH SUS WASH. PRE —WASH AND SPINNER PRE —WASH SYSTEMS, BETWEEN WASH WATER AND PRE —WASH PUMP MANIFOLD SYSTEMS AND POINTS OF CONNECTION TO PRE —WASH, SPINNER PRE —WASH AND WASH ARCHES. HEAT TRACE AND INSULATE COLD WATER PIPING INCLUDING VALVES, FITTINGS AND HOSE B18BS AT CONNECTION POINTS SHOWN. 3. SEE ELECTRICAL DRAWINGS FOR HEAT Tnerr LAYOUT. POWER AND Gur.Ti.u 00441. 4. REMOVE ALL GAS PIPING, FITTINGS, VALVES AND APPURTENANCES ASSOCIATED WITH HEATING WATER BOILER, CAP GAS PIPING TO BOILER AT GAS MAIN IN BOILER ROOM. LEGEND EXISTING CW, PRE / & WASH WATER PIPING 'p WITH NEW HEAT TRACE AND INSULATION NATURAL GAS PIPING NG IAA(' q DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION MECHANICAL PLANS, SECTION AND DETAIL IW[c JUNE 1996 na; 0000 eft M102 .x,10 OF 3 7 W 3 D . ,r 0 o q o NOTE 1 FUH -1 11:?24 } iW n4, r Ct tJ�s Y w es. Apro NOTE 1 FUH -5 H -6 NOTE 1 HW CIRC PUMP FP -8 NOTE 1 --1 ET PNL FP11 TO REMAIN UNIT HTR PNLS FUHI —FUHB NOTE 1 OME BOILER ROOM PARTIAL PLAN SCALE: 1/4' - 0' NOTE 1 111111111111111 V.IQ BOILER NOTE 2 EXPANSION TANK NOTE 2 PLAN O I, FUEL AND WASH BUILDING DOMESTIC WATER HEATER TO REMAIN NOTE 1 FUH -3 HOT WATER HEATER TTP H -7 ida NOTE 1 ,__NnTF 1 CRJ NOTED CE5047C BUILDING ATER HEATER NOTE 1 FUH- HOT WATER HEATER (TYP NOTE 1 H -7 �1�f1 1 .FUH -4 NOTE 1 ,FUH -8 Count, NOTES Ilk VY AD ( H 1. REMOVE AU. POWER AND CONTROL WIRES. CONDUIT AND JUNCTION BOXES ASSOCIATED WITH THIS ITEM. REMOVE POWER CONDUIT AND WIRES BACK TO PANEL HAUL AWAY ALL REMOVED MATERIAL PER LOCAL CODES AND REGULATIONS. 2, SEE MECHANICAL PLAN DEMOLITION. DRAWING. M101. DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION ELECTRICAL DEMOLITION PLAN o bits JUNE 1996 ni na woo Ks E101 o w., a 4 W 6S C IRH -1 INFARED UNIT HEATERS N)(6 Z) L IHTR -PC101 HT -PC102 !„ :7' .;!e .::Si ":3':17VV.,24d"r :'7i ?PV T,7.. ?r`3"r..171,Lii3O X45. 17"%; 0"....*: 7`.1 i.., 70, h,77ATriSSY7`7(7:'Y79iiF4017.Ti7 7- T , iti" �64�.tt�:ntM�trn- �r....... ....�..< 0 HTR- PC101A IHTR-PC101 • PNL •5 0 I -1 HTR- PC10181 1/E102 HT -PC105 HT -PC106 HEAT TRACE MONITOR PANEL 12 "RED LED, OIL -TIGHT W/ XF•R PUSH TO TEST LIGHTS; IN PRE - PUNCHED NEMA 1 ENCLOSURE (SEE DWG E103) er APP*0 HT- PC108A BOILER ROOM PARTIAL PLAN SCALE: 1 /4' . 1' -0' GATE HT -PC103 HT -PC104 HT -PC107 FP11 (EXISTING) Q 5 HT- PC1088J C FUEL AND WASH BUILDING PLAN OA SCALE: 1/6 - r -o• HT -PC 107AI HEAT TRACE T'STAT -SEE ELEC DWGS CONTACTOR ENCLOSURE 1 -20A, 12 POLE MECHANICALLY HELD CONTACTORS: HAND- OFF -AUTO, CONTROL RELAY, IN NEMA 1 ENCLOSURE. (SEE CONTROL DIAGRAMS ON DWG E103) ; � I P w h , . i ..._..._HT 4 — t--HT 7---- - - - - - -- ..c.:_- HT 7 � - - - - G=IMTL'1 =1•11 P �/, 7 4 . Cam---- --N— 4________ HT 3 -- I mom PNL • S ELEVATION SCALE: NTS JP Owe )(FUR PNL 'A EXISTING PANELS °UNSEX C6504 HT- PC107AI HT- PC107B HEAT TRACE T'STAT -SEE ELEC DWGS HT 4— — - -- NOTED conwn C65047C HT-PC 1098 HT -PC109 C .-HT 7- 7.747.7 - HT -PC111 BUILDING HANICALLY RELAY, IN NEMA 1 E103) sv;w. ':.s:> r ;1 "v:dt r,: i . „alir.:'� -,. .ai..�.. ,..:A.v i. i PNL Iowan s/. EXISTING PANELS ELEVATION SCALE: NTS King County HT -PC110 I 5 C NOTES 1. SEE CONTROL DIAGRAMS. ON DWG E103. 2. PROVIDE TEE CONNECTION KITS AT EACH TEE IN HEAT TRACE. 3. PROVIDE END SEALS AT THE END OF EACH HEAT TRACE RUN. 4. ELECTRICAL CONTRACTOR SHALL PROVIDE AND INSTALL A COMPLETE OPERABLE HEAT TRACE SYSTEM ACCORDING TO ELECTRICAL DWGS. ELECTRICAL SPECIFICATIONS. MECHANICAL DWG'S. 11101 & M102 AND MECHANICAL SPECIFICATIONS. •5. SEE DWG'S E103 AND E104 FOR PANEL SCHEDULES. 6. FOR RACEWAY SCHEDULE. SEE DWG E104. 7. FOR COMPLETE CONDUIT GROUT, SEE RACEWAY SCHEDULE ON DWG E104. SOME CONDUIT RUNS ARE NOT IDENTIFIED FOR CLARITY. SYMBOL LIST CD inActif--0P-114 .,■- ......w ..M+•cnrn.e..•r,Y.+ n- rs•. wn++r:ewtr ^ xx1. 0 ,vnm - - - - -HT 2— HEAT TRACE (HT) NUMBER INDICATES CIRCUIT NO. CONDUIT EXPOSED m JUNCTION BOX e i mi HTR PANEL 120/208V PANEL 480V CONDUIT DOWN CONDUIT UP HEATER DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION ELECTRICAL PLANS THERMOSTAT PROVIDED BY MECHANICAL CONTRACTOR NUMBER INDICATES LOCATION POWER CONNECTION KIT NUMBER INDICATES CIRCUIT NO. i g Ag J Owls JUNE 1996 Al rot awt+ua Not E102 OW NO Of 5 7 o rryo • 7.11.1 /a1 O nu... • ...a w• • HEAT TRACE I • HEAT TRACE 3 • HEAT TRACE 5 • HEAT TRACE 7 • HEAT TRACE 9 • HEAT TRACE e • SPARE • SPARE YARD UGHTS BUS WASHER NO. 2 HEAT TRACE ' POWER ON 0 CIRCUIT 1 HEAT TRACE ON a...( CIRCUIT 6 HEAT TRACE ON 0 SPARE 0 12 12 12 12 12 12 TOTAL Ai, 11 C1 TOTAL CON KVA maw N C65047 C UNIT HEATER IGNITOR CKT 25 ) 1P /2a CKT 23 ) 1P/1SA THERMOSTAT FROM PANEL "S" 1 OV INFARED UNIT HEATER IRH -1 E&INTROL DIAGRAM THERMOSTAT AND INFRARED UNIT HEATER IGNITOR ARE SPECIFIED IN DIVISION 15 FROM PANEL "S" 120v THERMOSTAT 17 CLOSES AT 40'F •• HEAT TRACE POW}EERRC� ON RED r LATCH I UNLATCH L_ � J HEAT TRACE CONTROL DIAGRAM • IN CONTACTOR ENCLOSURE •• IN HEAT TRACE MONITOR PANEL CR— CONTROL RELAY C1 -3 CONTACTOR COIL ^r :r #. ;i';.x. �rh,� .,,�, xl r.r,��y� Ax��, /k Ktre ;•�nx�; ..t �: eaR:v� . � rl• .k. .., ` :,'}'�15a�.�r�i2l�ctv'r:'��7 j , T.. �, COIL CLEARING CONTACTS(TYP) CONTACTOR 1 PANEL "1 . 480/277 v A I C N DCLOSLIRC IXINUCTORS NUT NONTO1 ► INPAILL �v 1. 1 _ 101 102 3 • 11 201N 0 201 3011 3 � ) C 401 2 Cl SQIM O 1QIN C1 7�^ 7011 0 701 01 Ir 01 11 CI CI G ■11 >7 1 � O7t I r I r r 0 RD Lm - 242.4P- - J 1 40211 NOTES: 1. CONTRACTOR SHALL VERITY HT C•CUR LENGTH 2, THE MONITOR UCHT SHALL BE CONNECTED TO THE LONGEST SECTION LENGTH OF THE CIRCUKT HEAT TRACE CONTROL DIA,Q AM we cara1m Nut MCC (t HT (1151) M 4 (1431) HT • (ICY) OR 7 (2251) NT 1 (4P*) NT • (401) • REVISED TRACT PA/Q, 1111 o . 17 1 1 F2 J or) tort PONCA Lti1•Q11 IGT Ifl11.2 (M) 1111 MEE 11 '0 1ED J r HT CtRCUI'( LENGTH L BE CONNECTED TO MOTH OF THE CIRCUIT QL_DIA, HT 2 001) K13 (1q*) n 1111! !� h 1 .2. LP J NT I ��taTi•1 1111�1� n 1111I h Kg. J KT 5 ( ) 1! ■ 1111��1 b Kt (40'*) SPARE • REVISED •HEAT TRACE • POWER ON 0 CIRCUIT 1 HEAT TRACE ON CIRCUIT 6 HEAT TRACE ON SPARE 0 TOTAL CONNECTED LOAO —_ KVA — AUP & L1GT01 • HEAT TRACE 3 BUS WASHER NO. 2 Anne r./1 d ®lS�i� ®10 ®MIR31111I//0 131111E11111111111ENCO o mlm.IMM®.v I a ®11111J11,1', w IILI 11�1111■1 MIEZIMMEIMEMIC .1IMIIIIII50© . s.n■■I.vAIo .I =a1111W1D 111111111•1♦1♦D 0 IQs 11111 UtA 0 nom Ut BUS WASHER NO. 1 U 0 0 m — !� •••• /oIr RIM ,Ti MM Ml NA01 NAACO a14 CEEM PANEL SCHEDULE Malmo SOUTH BASE FUEL/WASH BUR Nal SIN MPS CtT, mato .as. T T ARCA 1211E7411111111111111•111111111 -- D....... >■ DQ111111111111111111. ©����1♦ SPARE ©11111111111111111111111♦ SPARE . 1011111111111111 EZMIIIMMIMMI1111110 13111111111101111•111111111 sPARE OIN0 16 1ITC DA 4410 277 o arw CS •• aro UM ONO mall O.sAr nom 14492 w ova •P. NOTE: 1. CONTRACTOR SHALL VERIFY PANEL SCHEDULE CIRCUIT 2 HEAT TRACE ON 1�..( 0 )...� �..( CIRCUIT 7 HEAT TRACE ON 0 SPARE 0 PANEL "U" CIRCUIT 3 HEAT TRACE ON CIRCUIT 8 HEAT TRACE ON HEAT TRACE MONITOR PANEL DETAIL SCALE: NONE /Una County 1101AL hat Kt TOTAL OENAND LOAD KVA AMP CIRCUIT 4 CIRCUIT 5 HEAT TRACE ON HEAT TRACE ON CIRCUIT 9 HEAT TRACE ON SPARE d a hfo(i-otGli,/ DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION MISCELANEOUS DIAGRAMS .,.f.,...)L» Y; ✓N }I:,, .:: -.ice* �F;"," , out, JUNE 1996 ru 14. E 103 • tT Mk or 6 7 Ot1wQ Ap ��_ a • PANEL SCHEDULE PINCL IN S ren ants 117J MIN Alt 1/917ACC 47A IRMA Numb AA& (23C1 mArA 11111.11/2. SOUTH BASE FUEL/WASH BUILDING • PAI IN E104 o rcre so, tau 0 sorra um VAC AM. eff. luz IX" SIM ma. mt =Di 41.1 ASCII A I C RINSE ARCH CONTROL SPARE OIL,/WATER SEPARATOR JIB CRANE HOIST EX. FAN FEF-1 EX. FAN FEF-2 EX. FAN FTS-3 UNIT HTR. CONTROL Eat. FAN CONTROL FUEL MONITOR CONTROL 15 I 20 3 20 3 20 7 20 I 20 II 15 $3 15 tr TOILET FAN FEF-7 SOUTH 15 I TOILET FAN FEF-8 HORN 15 RI 15 33 20 es 20 IN 20 a FP9 DOM. HW CIRC. PUMP 15 33 BOILER BURNER 20 37 FUEUNG WARNING LIS. 20 ro UPS FOR FUEL 20 41 IICICX/71174 I tICA711191 TOTAL CONNECTED LOAD KVA AMP . 4. ••■••• ••^ ••••••• ••••• •■•••■ ■•••••••• ••••••• •■■•■■ •■••••••• •••••••• 'UT. aS '7= e •■••••• 111 1111Cl lilt WW1 15 11 N 2 $1 15 RI 15 19 15 2 RS y re 2 14 30 N 20 RI 20 33 20 240 34 /2 a 15 39 20 II 4 2 VW( SIZE PCIJOI 1101 A C TOTAL DEMAND LOAD KVA AMP 11110111 I IICA11014 DIESEL PUMP FP-1 2 POLES PLUS SWITCHED NEUTRAL DIESEL PUMP FP-2 2 POLES PLUS SWITOIED NEUTRAL EX. FAN FEF-4 EX. FAN FEF-5 EX. FAN FEF-6 AND-FREEZE PUMP FP-2 2011V WATER METER PIP POWER TOOL OUTLETS TOOL OUTLETS TOOL OUTLETS GAS PUMP GEN FUEL TITER PUMP Mil FUEUNC WARNING LTS. SPARC SPARE MA. Ae 1 eC e 111114. Allt ILI Ia o Jib_ my Ma 208/120 ...a p .441. um ea. 4 . ammo meson ft.r.. On VA or. PANEL SCHEDULE IN T O no rut • Inun rue ET rusi 4rti • taw= Nil PIACI IIKAALOIA KA t23:1 1..14.. DOOR 103 MOTOR 12 3/4 HP, 1.2 KVA 15/ /3 3 3 17 15 7 3/4 HP, 1.2 KVA 3 tt 154 3 SPARE 11 FP7 FINAL RINSE PUMP 8 RI 25 HP, 28.2 KVA es VACUUM PRODUCER 8 25 HP, 28.2 KVA 3 LIGHTS, WASH AISLES 12 7.22 20 LIGHTS, WASH AISLES 12 6.5 20 UGHTS, WASH AISLES 12 6.5 20 SPARE SPARE [MIN. 44, I, C 87 PP a 37 29 41 t" • IC7921P/101 I LOCA7101 TOTAL CONNECTED LOAD KVA AMP WEL CIT. HMO 0372 oa la 19■1 11110111 1111011 1144111 ARCH ■•••••. 4 aS 24 SAM flit WAR set ICSICA 414.1 15 15 25 60 3 3 3 3 A I C TOTAL DEMAND LOAD KVA AMP kfra191K11 I UXA/9311 12 DOOR 104 MOTOR -1/4 HP, 1.2 KVA 12 DOOR 102 MOTOR 3/4 HP, 1.2 KVA 12 COMPACTOR .3 HP, 4KVA 1 8 FP6 WASHER PUMP 25 HP, 28.2 KVA 7.2 12_ LIGHTS FUEL AISLES 6.5 12 UGHTS FUEL AISLES 6.5 12 LIGHTS FUEL AISLES 6 PANEL U SUBIANN SPARE SPARE SPARE A. See e TOTH. AU, WC • LWI SOUTH BASE FULL/WASH BUILDING IN 0 TO. rue am LW E104 sArus to 4 80/2 77 ma ww. U. sal 11 an- 22.14•• OANCWI 41114 OS PA IAA REVISOR PANEL "S" PANE "r BY AP PATE HT- PC106 Pone! U HT-PC107 I Heat Trace Monitor Panel HT-PC107A I Thermostat I 7 HT-PC107B 1 HIS (Heat Trace PS) HT - - PC1OBA HTI NW Trace P1) HT-PCIOBB 1 11T2 (Huat Trace PZ ' r Heat Tract C.ontacte Had Trace Contactor Encl. J-BOX .1-BOX .1-BOX J-BOX J -BOX •1 4- IllreMrT IIIIIIrgnr 11.1 •r 1 • ilied:12117117r1.11111111=11. 111.111 _ 471 • - IIIIII(I711177111111 ; • •• awmumurririarm:- - • • - . • • • • on el .1 4 .• 6) J -pox Conduit or Cable No. HTR-PC101 HTR-PC101A HTR-PC10113 RIR -PC101C KIR -PC10113 HTR-PC10IE .114.:a • HTR-PC1010 .1: • • HTR-PC101I .11 .1 - anus 3/37/ LOCATION, FROM Panel S ( 73 .1-BOX .1-BOX .1-BOX .1-BOX .1-BOX Thermostat I 2 Thermostat I 4 HT-PC11113 1,......._1•179 Neat Trace P9) RACEWAY SHE LOCATION, TO J-BOX J-BOX J-90% Thermostat I & 3 vett Thermostat 81 via i-box Thermostat 14. 5. 8• via '- Unit. heater anitor Unit haatetjanItor: Ina i- J-BOX NOTES: I. MI final connection from j-box to the 'unit heater ignitor shall be mode with 2. All unused wires shell be marked spore. =awl oat C65047C RACEWAY SHEDULE Conduit or Cable No. LOCATION, FROM LOCATON, TO CIRCUIT VOLTS NUMBER OF WIRES CONDUIT SIZE. inches IIIIPLINIIIII REMARKS .1; — HTR— PCIO%A J —BOX — • — — J —BOX 120 • ' ' — 12 1— 12 G - MOM EF�E7 .1 : - : • :�• • : i . :!. :. 1 1,. 1 , IL.�II,L 0:11:0:04 t .1 : . . 01st' . .11: : ,01 01. ., • �'IIir aer irS•!♦ dl: :. h 1.. • •, Ti ,u•.. I •. , .1 : • 0101 w. •. , v •.. , o 1'1- i1 �K EN11.1 !!T!!1 :-. • • • • I • _ APARQ ifs.+a{1ll .H . 1 • r a 01 ,,, I . I • I •■ 0101, .• , , ' al •T . 1 - : . • 0101 _., , •. , . W ! • I lit'airAlom irS•11 .t •. ,. . , 01 .• - alleinnigtrinra 19.1 .0 04t•i• _ �M •t • 01 01 01 4— — : • :,• , . .. . • ,. iIIMYAQiI 4 a .1— 0101 ., 0101.., , —:.• .• - - ,1 — •. _c. - • 0101 • . 4410!7 .I - •.: , 71 .•. - - .1 :. •; 1 1' •. 0101,•.. X{' /l1♦ EIIweer lYS•i•! =MUG I H ? ' X /277 I 4 —/12 1 -412 G 3// —. .I .. 1 — .14 1�!1ii,Td� 01.01 —0101 X11 AIMS — — : • 4IQL2 - - 17 G — - 3/4 .1 —: 1 .t : (Heat Trace Pal J —DO) -:. • • 0101. . r . _:• .. — — 4 I NOTES: ' 1, All final connection from J.-box to the 'unit heater ignitor shall be mods with liquid —tight flexible metal conduit and type TFF wires. 2. All unused wires shall be morNed spore. rn 1. CONTRACTOR SHALL VER1rf ALL PANEL SCHEDULES: SWINT A5 —BUILT WNW 70 ENGINEER. 101 S 139S ,� ., t n G pNIS10N gv1�plN DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/WASH BUILDING FREEZE PROTECTION MISCELANEOUS DIAGRAMS Max) w1wi1 4htr VA 4 40° F sse VAX. Vulwu, 3 Siw. dAra q 3 Cht4i6r 4 •S.3.S.3 outs JUNE 1996 w O — Too E104 01(11 Nog 7 7 issaa IN AREA OF 7qa E LM A1 atcmeaces \\' l �a > \�� D U w A tetvraar I S H SOUTH BASE NOTE. ,. SDITM 11A-V 4 OPERADOUL 04 M01RS A DAY. DC CDI1RAC10R 974[1 1Ow DIN ALL Out CAUTION 70 AVOID w7piDIDIC6 111114 !US AND ODILD 71Ana DAM 1775 WORK. DC 09TIRA. T 94[1 103171C1ED 70 D4C DUTUD D STAGING MLA AS 9100 ON DIS 9TE YAP U IZSS ODOM SE waCAIE0. c4TRAeH914 n SITE MAP 1m 400 IRO 1 I I I I I I i I I I R tawra S. 1m7 D. .�K ■ \k' 1\ PROJECT LOCATION 12100 EAST MARGINAL WAY S. (1) TtE SECTION IS MR ON DRAWING A101 SECTION NUMBER 2 ELL.EvATKX4 NUMBER TYPICAL SECTION AND DETAIL REFERENCING SYSTEM DRAWING ON pn.ocri /ET.EVAT APPEARS. - INDICATES THE DRAWING IS ON THE SAME SHEET. (2) ON DRAWING A105 TICS SECTION IS IDENTIFIED SE CTION NUMBER SECTION sULE: 1 1/2"- 1 •-rr AT 03 DRAwwc ON WHICH SECTION WAS TAKEN. - mesas THE DRAWING 6 TAKEN FROM THE SAME SHEET. (3) DEFIES ARE CROSS - REFERENCED W A SIMILAR MANNER. EXCEPT THAT DETAa.S ARE IDENTIFIED BY LETTER RATHER THAN SY NUMBER 941. NO. OAC. NO. LAKE WASHINGTON I N D E X T O D R A W I N G S ORARIIC TITLE 1. G101 VICINITY & LOCATION MAPS AND INDEX TO DRAWINGS 2. M101 MECHANICAL PLAN DEMOLITION 3. M102 MECHANICAL PLANS. SE CTION AND DETAIL 4. E101 ELECTRICAL PLANS DEMOLITION 5. E102 ELECTRICAL PLANS 6. E103 MISCELANEOUS DIAGRAMS 7. El Oa MISCELANEOUS DIAGRAMS war AT Uri' DEPARTMENT OF TRANSPORTATION JANE SOUTH BASE FUEL/WASN BUtDINC FREEZE PROTECT/ON nz .0 VICINITY & LOCATION MAPS AND INDEX TO DRAWINGS G101 SWIMS ISS yen lee 1 d 7 r O NB O 1 CW 1 1/7 FUH -1 1 1/2' , / -- 0-1 • .[/ Rtfl 1NG t A 1VF 2 1 1/t 1 ; 3, 3/4 FUN-5 7`/ t I 1/7 b �_,I /` — FISH-6 1 1/2' Qcw "° r '�vfJ1 - -,s�T- r 1 7/2 � RfAIrR ROOM O O O 1 1 1 i EYE WASH 1 I 1 / STATION i I I T � �� �iart�— ..ice -,�.�� :� - �1�. r,�- , �r.�,- � � 4 +�- r�r,.. .. q .- r.• -�.=�f ,y,+ I FI fl ING I ANF 1 I - 1� 103 ▪ FUH -2 I 1 e MASH RAO( 1 701_ i I Ir3' 1 czi 3/C NB NOTE: NATURAL GAS PIPING NOT SHOWN FOR CLARITY. SEE NOTE 3 BOILER ROOM PLUMBING PARTIAL PLAN B SCALE: 1/4 O I APP1 t C3 1 61 PLAN f4 \ ry ¢ � r1 M �� •• -7 /•+ / I I FUH • ' 11 " SCALE• 1/Er-r--0 1 • 11 1 /2' ve—o L-_- 3/C MB FUEL AND WASH BUILDING � TO OUTSIDE HB Ml II %+T SECTION SCALE: 1/4 "-1' -0 1/2' CW FIN FLOOR 0 P + WASH RACK 7 `.Z. 102 Et ta 0 ^ • UNIT HEATER (TYP O i O 1 DEMOLITION NOTES Y ,I 7 C -< PUMP ROOM CONNECTIONS TO WASH MATER /RINSE PUMPS THIS AREA 1. CONTRACTOR SHALL REMOVE AND OLSPO OF ALL HOT WATER UNIT HEATERS (B TYP) AND ALL ASSOCIATED HEATING WATER SUPPLY AND RETURN PIPING & SUPPORTS. VALVES. FITTINGS & risuLADoN. DEMOLISH HOT WATER BO ER. EXPANSION TANK. CONTROLS. AND FTITINGS. ASSOCIATED INSULATION AND STACK (CAP STACK ON INSIDE OF BULD NG 12's FROM ROOF). OE110L1SH HEATING WATER CIRCULATION PUMP AND ALL ASSOCIATED VALVES AND FT1TWGs. CAP NATURAL GAS PIPING TO BOILER AT TEE IN HORIZ PIPE RUN. 2. CONTRACTOR SHALL REMOVE AND DISPOSE OF ALL E7LSTWG NOT WATER. HOT WATER CIRC. AND COLD WATER INSULATION AS SHOWN. REMOVE ALL DEMOLISHED MATERIALS FROM SITE PER ALL APPUGBLE CODES AND REGULATIONS. 3. SEE NOTE 4 SHEET M102 FOR ADDITIONAL. DEMOLITION. 4. ALL D2STINC HOSE EMS ARE NON- FREEZE TYPE County C.1 ABBREVIATIONS LEGEND EXISTING PIPING INSULATION TO BE REMOVED EXISTING ASO PIPING EOLOPU TO BE DEMOLISHED ABOVE flN@NED FLOOR COLD WATER DOWN HOSE BIBS HOT WATER CIRCULATING HW HEATING WATER RETURN HEATING WATER SUPPLY EXISTING UNIT HEATER NEW UNIT HEATERS NATURAL GAS POINT OF CONNECTION PRESS REDUCING VALVE TYPICAL. • r `i1 �f / iYf /.L DEPARTMENT OF TRANSPORTATION SOU BASE FUEL/WASH BImDING FREEZE PROTECTION MECHANICAL PLAN DEMOLITION Mimi we .LANE 1996 su M1 sent Me 2 0 7 2 6 rt' CAP FOR FUTURE 1 f2' ( z) FUFI ING iAWr I v I q WALSN RACK 1 1D3 i r I 101 - i .��- �, C? O I HEAT TRACE ELEC WASH RACK / TT 1 rt 1 /4• flIFIING IAl1c ? 1 1/4 1 1/2 a 0 (IRH -1 J T (6 TIP 0 lI 446 +3•AFF 1 1 /e NATURAL GAS ON TO POC O EXIST. APPROX 6 -0' AFF She •1 ROA FR ROOM 108 1/Y 3/t Na , +5 AFF I � 1 7/! u�R I L �- -- O CAP CONNECTION TO BOILER DOMESTIC HW HEATER L`_ 1 I !� ', �TTOLLST EXISTING AEA T • HEATERS IN PWP • ROOM TO REMAIN 0 0 FOR PIPNG CONMECTRON TO NEW INFR-REO UNIT HEATERS. SEE© • --- 1 HB +a•AFF 148 NEW INFRA-RED HEATER (T P) n i ) ~ <— 2• Lei I ii7� L 3/4 N8 PLAN SCALE: 1/r -r-Tr 2 1/2 DN FUEL AND WASH BUILDING MOON 1/2 FLEX PIPING GAS PRESS REGULATOR 1/2 VALVE 1/?GAS PIPE IASIAATE PIPE AND HEAT TRACE ALONG TOP OF WASHER ARCH WASHER COLUMN (TIP 2) CONNECTIONS TO WASH WATER /RISE PUMPS. HEAT TRACE ONLY INSIDE PUMP ROOM 44 b HB AFF I NOTES +G U c H� +3'AFF 1. COORDINATE ACTUAL LOCATION OF INFRA WtT HEATERS 1144 RESIDENT EACNEER calECT NEW 1 1/4 NCH GAS PIPE TO New RFRA -RED HEATERS AT =STING CAS MMdOLONG N BOILER ROOM. DOMNSIREAY of PPM TAKEOFF TO E7isTVNC INFRA-RED UIoT HEATERS LOCATED N PUMP ROOM AT NORTHEAST CORNER OF I1tn.DNC. 2. HEAT TRACE AND INSULATE ALL PIPING VALVES AND MTN= ASSOCIATED WISH BU5 mot PRE -WASH AND SPINNER PRE -MASH STSTE1S. BETWEEN N ASH INTER AND PRE -WASH PUMP wow) S15TEMS AND PORTS OF CONNECTION TO PRE -MASH,. SPRAYER PRE -MASH AMO WASH ARCHES. HEAT TRACE AND INSULATE COLD WATER PPM IICLUOIC VALVES. FITTRCS NC Hose RIBS AT CpANECOON PONTS SHORN. 3. SEE ELECTRICAL DRAWS FOR HEAT i 'C - LAYOUT. Povrat AND 4. REMOVE ALL GAS PIPING. FIONGS. VALVES AND APPURTENANCES ASSOCIATED 14TH HEATING WATER BOILER. CAP GAS PIPING TO BOILER AT GAS MAN N BOILER ROOK LEGEND EXISTNG CM. PRE/ t WASH WATER PIPING PENINOMEDMISPEN WITH NEW HEAT TRACE AND INSULATION NATURAL GAS PIPING NC UNIT HEATER SCHEDULE MARX NH -1 I40 HRH! 1/tFPT I T -IrWC I SOl.RONDS KS -40 BOILER ROOM PLUMBING PARTIAL PLAN O SCALE. 1/4 =r-0 I I I I I L_ I ICIASCIN I hmil act HEATER PIPING CONNECTION DETAIL SCALE: NTS FIN FLOOR SECTION 0 I SCAL:: 1/4.1• -0" OdigiSt NOTED CON= it C5SOS7C County DEPARTMENT OF TRANSPORTATION SOUTH BASE FUEL/ROSH BUILoNC FREEZE PROTECDON MECHANICAL PLANS, SECTION AND DETAIL JUNE 1996 6L Aa talt M102 0 0 0 0 0 0 0 0 0 10 >> ! 1 i i I 1 I 1 i 1 i i I i I I i i i I i i 1 I Y NOTE �j{ FU" -1 J�—�; FUH - 5P NOTE 1— I BY I M1E BOILER ROOM PARTIAL PLAN B SCALE: 1/4' -1'-0* II/ 1.1t1 r U n FUEL AND WASH BUILDING PLAN O NOTE 1 C65047C NOTED NOTES al ow-D I LN 1. RENDVE ALL FOAM AND CONTROL HIRES. cONOIRT AND .meCDON BOXES ASSOCIATED RCN 'MS 1TEL1. REMOVE POAER CONOCO AND AIRES BAOC TO PANEL MAUL AWAY ALL REMOVED NATURAL PER LOCAL CODES AND RECD ATIONS, 2. SEE MEOINIC L PLAN DEMOUJTION. ORAAINO. Yi01. DEPARZTYENT OF TRANSPORTanoN SWIM RASE FUEL/WASii BUILDING FREEZE PROTECTION ELECTRICAL DEMOLITION PLAN /IL Mt COWL 4 El 01 Mai PIS 4 s 7 0 nr M 1— WH -1 KffARED UPC (NOTE TIP) MR -PC1O1 1/E102 HTR- PC101B1 O O 1 1 1 I -- NT 1 - -:I ___ HT-PCT o264,1 0 0 0 I I { I I I ec -jM- PC1068i TRAM --- TSTAT -Sa Cr LI ELEC DWGS J M -PC103 HT-PCl O4 HEAT TRACE MONITOR PANEL 12 * RETt L. Oa - NI/ IOLR �.G1IT$; PRE- P FP11 ( TWL" TEST NUNCHED NEW t (EXSTNG) i I I - �PrD nle BOILER ROOM FUEL AND WASH BUILDING PLAN SCALE: 1 /lf -1•-(f O CONTACTOR ENCLOSURE 1 -201. 12 POLE MECHANICALLY HELD CONTACTORS: MOO-OFF-AUTO. ROL RELAY. ENCLOSURE (SEE CONTROL DM AMS ON OwC E103) N NEMA 1 CL Na - s .wa'T Plc ht :•I P P 7 -, / /. 7 j P ELEVATION SCALE: HIS NOTES it7ti = Hr 3 / / I. 1 2~ ' / /S~ I I I �- - - -' —M 7 .. EXISTING PANELS M -PCI10 County M -PC111 1. SE CONTROL OUGRAYS, ON DWG E103. 2. PROVIDE TEE CONNECTION KOS AT EN7t TEE N HEAT TRAM. 3. PROVDE END SEALS AT THE ENO Cr EACH HEAT TRACE RUN. 4. =RCN. CONTRACTOR A GOAPtETE OPr•RA$E HEAT TRACE Et.ECTRr.AL smcwr MECHANCAL ORS 11101 IO k M102 AM3 MEOAMICAL 5. SE M CS E103 AHD E104 FOR PANEL SCHEDULES. 6. FOR RAC W SCHEDULE. SEE DWG E104. 7. FOR COMPLETE CONDUIT CALLOUT. SEE RACEWAY SCHEDULE ON OMG E104. STYE CONDUT RUNS ARE NOT IDENTIFIED FOR CLARITY. SYMBOL LIST - - -M 2— HEAT TRACE (NT) NUIBER NOICATES at= NO CONDUT O CPOSED .ANCTION BOX O l NUMBER v&M NO 0 PANEL 120/200V ® PANEL 490V m, THERMOSTAT PROVTEED BY NECNosCAL CONDUCTOR NWARER Nor-Am LOCAPON CONOUT DOWN CONDUIT UP HTR HEARER 1(14610 -o DEPARTMENT OF TRANSPORTATION SOUTH BASE FUQJWASH BtADONG FREZE PROTECTION ELECTRICAL PLANS E102 9417 at • 5 7• 3111a3H3S 13NVd ' Mairt7I ... gym i a . •••••a 1 i 1 • ! =au 1•304 1 zt .1 • 33n1 1•3•11 Li • z 3a411 1•3w 1 z1 ._ M I - i s r.q 1 1 1 � a . r _ t1 IT Y c/l l— a - 1 1 1� la SANAA " ` rill ` r1-r RSV is i r cu c n.rt 1•304 i. 1 � to 1 1.CI n1 �37n111•3wi II it NN .1J - .I•oq . . ilkitic1i q 4 §1 . . •NNNiii - 1L1A1,1J ... NiiN. Y nialiraXmoi COI • F t 3+1661. - - 1 - - • 1 2 'ON xi6•la SnE ; 11X - F _ - - • v if 9 k R k 0 9i —_J f 0 17 \1 \3S•BNVNI\S131foIJVd :••1 •m•S P w Q :1 iga Jo JL r 1.1 OIIgNOO:r. .1 041 0 i it . 3 i i 5 sr , IV 11]M NO z a ce 2 4D i i o 1§ M x t1 Iw a " I :1 IN fi i� d n 7 \ s+22(011aVd •f01 •a,nos a A 3 tv gi fi 6p • N a N t A N cow R A N t A m / ) o_( 1 I 1 I T T 11'1(1 n11__1I 11 1 ii ILA( (l( ( ((( NY�— I 11 1 1 1 I l l l (( ! 1 1 1 1 1 1 npcRacaccAnAAK. 01 W 4 0. 1l( 0o v - . o— a Z M1 0 1:1 I ' rkftio4 1 1 fa A -- ill I'I� 1TII 111 T f fl f @I (• • .c:c;c,c:((•('(,c:('c •(' :( CYE _ 1 1 1_1 11 1 l 1 l anoRa A p Ott RI AX. I p 2 1) u, gp O ca 0 0- O m ? Z 11 g I 18 6 rn ..... . nn rnnnr Iji i ii .� > »- __- ...�. n nnrrr . .n`n , sUoe. OouoW ap p,a a+. caiman W 2 '+o!o tit +W D.. rm.= PWi i j )469 -PPI:9 v>r wau .e pK .TPAI L . MS of .07—! uo11 wp.� ow./ n 't , 531011 1...e h h - h M1 UUUUL' N h h M1 UUU UUUU U n h h N hh � � Nh U ULUUUUOUU L'U 1 1 1 1 1 1 1 1 1 1 , 1 1 1 .( „ M1 A A'' r4f• i I l I 1 1 hflf•h hhh hh nM1h.- , -��Nh hhhf h Fhfvh AA4AA 1 NM1M1C Z4 1 ,,44 I' 44A MUMMUMU RRRRRnRRR'RRR$S&Miti& RACEW 01 NOWf3t71 FE” EE M 2 pp gq. � I t I Te C FUF:FF -C ..; it . a.UCW k ur -� �c 1 F <�L [[ I_L% <p .1 iE 6 �j g U ....GOO.CC Br f p� 222 ^^^''' HHHiiig glii54 5 :5:45445 .5r5 a " I :1 IN fi i� d n 7 \ s+22(011aVd •f01 •a,nos a A 3 tv gi fi 6p • N a N t A N cow R A N t A m / ) o_( 1 I 1 I T T 11'1(1 n11__1I 11 1 ii ILA( (l( ( ((( NY�— I 11 1 1 1 I l l l (( ! 1 1 1 1 1 1 npcRacaccAnAAK. 01 W 4 0. 1l( 0o v - . o— a Z M1 0 1:1 I ' rkftio4 1 1 fa A -- ill I'I� 1TII 111 T f fl f @I (• • .c:c;c,c:((•('(,c:('c •(' :( CYE _ 1 1 1_1 11 1 l 1 l anoRa A p Ott RI AX. I p 2 1) u, gp O ca 0 0- O m ? Z 11 g I 18 6 ;,r.S::t.,ir.'�y v;�, % �.v. .l:i(:;6;y r�?.;".4 ;:i >H.I:j..1;� a wt,. •1 ?�i: yiC! «r<7; k,ei .5ri?'iYv ;',.tt r; .."A :tear OCT -28 -' 96 WED 09:04 I r a . Nob 64,4 innlisk) Ci L3t+l t)(x(►ptIon i Q A` I/t)Iy4 LEGAL DESCRIPTION NI +.,JuI L II H.,(up w . 3 Ctr61r 4(4ia'1 r Pe Roo. 646GNE . 6.43c1,4 l cocbcf, 'Yo 41i rsre TEL NO: PORTIONI or 'SIT Wt C: HALF St 1C. T10N 10 1QWNS00 23 IIORrH, uhCiT OS T, N 11.. GtscR,etc AS ' U,OWS• LOT21 't7 7♦ A'aO THAT DOAnt,•N CI LOT 2C or Ur/0411 S INTSRUROAN NA..CYS UNRQCORQEO, :Y.i0 NOQ:N Of A NNC SQ fill SCi/TH Or Tait TROTH LINt J/ COQfRNHLYi 1.01 15 or 1110 SECfJN 1O. AND Log IT, lb. ' >. )0. 21. 22. mo Tait RvinsioI STONE OVARRT 0t /n•1RSICC .NT(RaPO4N TRACTS, AS 11(t01100 IN I01.6Mt 10 O1 PIA:S ^N PACE 74. RECOROS Ot !0N0 `Ot,I14fY A tI RMtl S'6EET AL VACATE) ire $Vt1TR10I COURT CAI1!t no. 663414, AU. 1.116.G 60UTr1WCST(RLY Or 21 2%0Y SY41I PI4IWAY NO. I, fOS1ZR Irt7C JNGC TO SOUT1 IIITN S:IT AS CSTIILrS,CD @Y WARRANTY OE(p, 10040 R Al ttr 1UM0 I S c our t ( CAuSC J 440 9T, 4A14 R 4 NIp>9 µ AND 1 MAT PO T)T) 0CCICO T G MAnCiN4L CASITIl IY OMT :L4111 DECO AS It000Qt0 U•OlA MJOITOR'I ft( N0. 1004911, AN4 WARRANTY OLEO NO. To2o9o405• lu>~ Aa ,, nk „her ; 07 - 3 1 30 0 —CO - 0) r epo */ O)7V.f c44143S) �)rd je4 ac4foN Q 1 K CTwnit'> /'\ ; Ll) Q it» • 11 / 1.)kr uf .J.. tJ A /L4 - : Ft{a //M ' PERMIT CENTER PQOt.It” brand tax transmittal memo 7071 Q(ct, t G r 11107 sui-410,5iwl t`, S, TASK NO,; *MITM0 Municipality of Metropolttan S ItWv rte. .�..._...... PROJECT NO. ENGINEERING COMPUTATION SHEET TITLE: a7,e(t.nr r ffa +:r+s *rmJU:af tri vrt RAi? k" Cfi! itl', t`h i RAPtcr Viv^vrArrRorrntwnvmarxx #1018 P01 RECEIVED CITY OF TUKWILA OCT 281996 45-t5h L %4'7 ',"■■■0' XtOr 4;1• STATE OF WASHINGTON r • - IF rrtrr ED BY LAW AS A F825-052.000 (3-92) A, • ;,‘,;c: 01; •,•• • 1:: k iO4/:01 /9'7 7 • • vmE C.OilTRACTORS rtkic 1 0,415' SW 5 `• SEATTLEIVA :118146 , it rep „ p p „ 4. THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVID DE IACH TO DISPLAY CERTIFICATE DEPARTMENT OF LABOR AND INDUSTRIES grRoggp • . • rkv .4'W •" AV