Loading...
HomeMy WebLinkAboutSEPA EPIC-211-83 - CITY OF TUKWILA - PORTABLE GENERATOR / 5 PUMP STATIONS MODIFICATIONPORTABLE GENERATOR & VIODIFICA'I,ION OF 5 PUMP STATIONS CITY OF TUKWILA PUMP STATIONS 1,2,3,6 & 8 EPIC- 211 -83 OF✓ICE MEMO CITY OF TUKWILA TO: te(C___"'2,1( -83 FROM: 2 DATE: (-- 13— 84- SUBJECT: DEC e4M lik-)PCMi3 (.e) W Asp= t9 "7 — 10 -DO- - i 8 - (b) A -VMS p►24t .0 1 S Pr flo — sraoPs -cx..) t wctyR.I.scs GCCt1CL �. Oct kYi r C4nSCSJ ►2 toso cssu.ansS t? IESCbK. SCI fit- 6F� {UM PO rZ(D I- 1‘, CITY OF TUKWILA ENVIRONMENTAL CHECKLIST FORM This questionnaire must be completed and submitted with the application for permit. This questionnaire must be completed by all persons applying for a permit from the City of Tukwila, unless it is determined by the Responsible Official that the permit is exempt or unless the applicant and Responsible Official previously agree an Environmental Impact Statement needs to be completed. A fee of $50.00 must accompany the filling of the Environmental Questionnaire to cover costs of the threshold determination. I, BACKGROUND 1. Name of Proponent: 6/7Y C2 A:- 771,ee€ /C.. 4 2. Address and Phone Number of Proponent: /,Zoa so, 67-2 /$LVO 7'v.e14..).6- .4- lr.j)4. p /� 3. Date Checklist Submitted: /7-77-1.3 4. Agency Requiring Checklist: C/ QG -rz//w,4,9 5. Name of Proposal, if applicable: r0474-e-6 .667%/67047-00 'ino a.,,c.¢no,v of F,ve PL✓•7 o 6. Nature and Brief Description of the Proposal (including but not limited to its size, general design elements, and other factors that will give an accurate understanding of its scope and nature):' -7-72,4-746-72_ /rl o /AJ 76-o es- 6-7L)d- r-- eerr-12L oc. i T4A.1 r7F Fi ✓� "'A.? ,A3 7 r3 — eery e2 E rtn1 ,44-4d 16- r7 avv - Frf a c L e .J=o ,2 ezI v6-c,7ic.J (so � 77� G7 e5.tlda°- 0411,e.. 7 Location of Proposal (describe the physical setting of the proposal, as well as the extent of the land area affected by any environmental im- pacts, including any other information needed to give an accurate under- standing of the environmental setting of the proposal): p i/?P 51 977o t) lart D.'5 /, 9/G 4 n2 I%'X /r77,v177 /9.-PP2O,K, in Air TE-L y /O .59a4g -E" TEST --,c )64 t_ ,4-e43 J -i , 1 4c f{ . i ig�7o ti) 8. Estimated Date for Completion of the Proposal: 9. List of all Permits, Licenses or Government Approvals Required for the Proposal (federal, state and local): (a) Rezone, conditional use, shoreline permit, etc. (b) King County Hydraulics Permit (c) Building permit YES NO YES NO YES NO (d) Puget Sound Air Pollution Control Permit (e) Sewer hook up permit (f) Sign permit (g) Water hook up permit (h) Storm water system permit (i) Curb cut permit (j) Electrical permit (State of Washington) (k) Plumbing permit (King County) (1) Other: YES NO YES NO ✓ YES NO YES NO Pr YES NO YES NO " YES 1/NO YES NO ✓ 10. Do you have any plans for future additions, expansion, or futher activity related to or connected with this proposal? If yes,' explain: A/0 11. Do you know of any plans by others which may affect the property covered by • your proposal? If yes, explain: • /Ub 12. Attach any other application form that has been completed regarding the pro- posal; if none has been completed, but is expected to be filed at some future date, describe the nature of such application form: II. ENVIRONMENTAL IMPACTS (Explanations of all "yes" and "maybe" answers are required) 1. Earth. Will the proposal result in: (a) Unstable earth conditions or in changes in geologic substructures? (b) Disruptions, displacements, compaction or overcover- ing of the soil? (c) Change in topography or ground surface relief fea- tures? (d) The destruction, covering or modification of any unique geologic or physical features? -2 YES MAYBE NO (e) Any increase in wind or water erosion of soils, either on or off the site? (f) Changes in deposition or erosion of beach sands, or changes in siltation, deposition or erosion which may modify the channel of a river or stream or the bed of the ocean or any bay, inlet or lake? Explanation: /4PP ,m 'Ly /0 Sp. FT. Puy f' 57W-T o� rr7/4-.< . •4-7 45-GH 2. Air. Will the proposal result in: (a) Air emissions or deterioration of ambient air quality? (b) The creation of objectionable odors? (c) Alteration of air movement, moisture or temperature, or any change in climate, either locally or regionally? Explanation: 3 Water. Will the proposal result in: (a) Changes in currents, or the course or direction of water movements, in either marine or fresh waters? (b) Changes in absorption rates, drainage patterns, or the rate and amount of surface water runoff? YES MAYBE NO (c) Alterations to the course or flow of flood waters? t� (d) Change in the amount of surface water in any water body? (e). Discharge into surface waters, or in any alteration of surface water quality, including but not limited to temperature, dissolved oxygen or turbidity? (f) Alteration of the direction or rate of flow of ground waters? (g) Change in the quantity of ground waters, either through direct additions or withdrawals, or through interception of an aquifer by cuts or excavations? -3-. v • • (h) Deterioration in ground water quality, either through direct injection, or through the seepage of leachate, phosphates, detergents, waterborne virus or bacteria, or other substances into the . ground waters? (i) Reduction in the amount of water otherwise avail- able for public water supplies? Explanation: 4. Flora. Will the proposal result in: (a) Change in the diversity of species, or numbers of any species of flora (including trees, shrubs, grass, crops, microflora and aquatic plants)? (b) Reduction of the numbers of any unique, rare or endangered species of flora? (c) Introduction of new species of flora into an area, or in a barrier to the normal replenishment of existing species? (d) Reduction in acreage of any agricultural crop? Explanation: 5. Fauna. Will the proposal result in: (a) Changes in the diversity of species, or numbers of any species of fauna (birds, land animals including reptiles, fish and shellfish, benthic organisms, insects or microfauna)? (b) Reduction of the numbers of any unique, rare or endangered species of fauna? (c) Introduction of new species of fauna into an area, or result in a barrier to the migration or movement of fauna? (d) Deterioration o existing fish or wildlife habitat? Explanation:. YES MAYBE NO • 6. Noise. Will the proposal increase existing noise levels? Explanation: 7. Light and Glare. Will the proposal produce new light or glare? Explanation: 8. Land Use. Will the proposal result in the altera- tion of the present or planned land use of an area? Explanation: 9. Natural Resources. Will the proposal result in: (a) Increase in the rate of use of any natural resources? (b) Depletion of any nonrenewable natural resource? Explanation: 10. Risk of Upset. Does the proposal involve a risk of an explosion or the release of hazardous substances (including, but not limited to, oil, pesticides, chemicals or radi- ation) in the event of an accident or upset conditions? Explanation: YES MAYBE NO v 11. Population. Will the proposal alter the location, distribution, density, or growth rate of the human population of an area? Explanation: 12. Housing. Will the proposal affect existing housing, or create a demand for additional housing? Explanation: YES MAYBE NO 13. Transportation /Circulation. Will the proposal result in: (a) Generation of additional vehicular movement? (b) Effects on existing parking facilities, or demand for new parking? (c) Impact upon existing transportation systems? (d) Alterations to present patterns of circulation or movement of people and /or goods? (e) Alterations to waterborne, rail or air traffic? (f) Increase in traffic hazards to motor vehicles, i' bicyclists or pedestrians? • �/ Explanation: 14. Public Services. Will the proposal have an effect upon, or result in a need for new or altered governmental services in any of the following areas:' (a) Fire protection? (b) Police protection? (c) Schools? (d) Parks or other recreational facilities? (e) Maintenance of public facilities, including roads? (f) Other governmental services? Explanation: 15. Energy. Will the proposal result in: (a) Use of substantial amounts of fuel or energy? (b) Demand upon existing sources of energy, or require the development of new sources of energy? Explanation: 16. Utilities. Will the proposal result in a need for new systems, or alterations to the following utilities: (a) Power or natural gas? (b) Communications systems? (c) Water ?' (d) Sewer or septic tanks? (e) Storm water drainage? (f) Solid waste and disposal? Explanation: , 'e pos * - - c() ,4 E ,20Q7-G f'ou' ecx 6S17672 TO Er) -Cti GF F, de:� re-7 /- 5 i 4--n6 ".5 YES MAYBE NO 17. Human Health. Will the proposal result in the crea- tion of any health hazard or potential health hazard ('excluding mental' health)? Explanation: `18. Aesthetics. Will the proposal result in the obstruc- tion of any scenic vista or view open to the public, or will the proposal result in the creation of an aesthetically of- fensive site open to public view? YES MAYBE NO Explanation: 7} o 7 4 r( o N 5, V6 -The e 7 17E'' J r p i€-iG cd i cc. air /74,47/c /f .v G c le-/Z.' en 4 C .155 67,/C Go S cite 627- -7-7./ C-- ?%Z e5,57J -> /4c c S -72) 75'i An f s 7- s��` -ro•�s 4w cam- F0 e4 cA: uGc.Gsu,eeE cv�GG es"- Ar, X'A'/ rGZ r 5G' u/ � 2¢ "O )' 5¢ d LIiGic, 19. Recreation. Will the proposal result in an impact upon the quality or quantity of exist- ing recreational opportunities? 1/ Explanation: 20. Archeological /Histroical. Will the proposal result in an alteration of a signifi- cant archeological or his- torical site, structure, object or building? Explanation: CERTIFICATION BY APPLICANT: I, the undersigned, state that to the best of my knowledge the above information is true and complete. It is understood that the lead agency may withdraw any declaration of non - significance that it might issue in reliance upon this checklist should there be any willful misrepresentation or willful lack of full disclosure on my part. cvr;Tin -G Pr) (-Li wt 777H - 71) I��' t l / � 8 Si gna re and Title Date SEN(DQ.. -8- v SPECIFICATIONS FOR CONSTRUCTION OF PORTABLE GENERATOR AND MODIFICATION OF FIVE PUMP STATIONS FOR THE CITY OF TUKWILA, WASHINGTON OCTOBER, 1983 BID OPENING: DECEMBER 12, 1983 10:00 AM P.S.T. CASNE ENGINEERING, INC. P.O. BOX 7207 BELLEVUE, WASHINGTON 98008 FOREWORD The items which make up the contract document are the Bidding Requirements, Specifications, and Contract Plans, and although they are bound separately all are hereby made a part of the whole as though all were under one binding and must be used in submitting proposals and to govern construction of the project. Should addenda to any portion of the contract document become necessary and are issued in accordance with the contract document, they shall be deemed a part of said document. This specification contains the following: o General Provisions o Technical Provisions o Plans GENERAL PROVISIONS TABLE OF CONTENTS GENERAL PROVISIONS Paragraph Title Page GP -1 DESCRIPTION GP -1 GP -2 STANDARD SPECIFICATIONS GP -1 GP -3 PERFORMANCE & PAYMENT BOND REQUIRED GP -1 GP -4 TIME OF COMPLETION GP -1 GP -5 LIQUIDATED DAMAGES GP -2 GP -6 CONFLICT OF INTEREST GP -2 GP -7 NON COLLUSION AFFIDAVIT GP -2 GP -8 COMPLIANCE WITH STATE LAWS AND REGULATIONS RELATING TO PUBLIC WORKS & PUBLIC CONTRACTS GP -2 GP -9 RETAINED PERCENTAGE GP -6 GP -10 ACCESS TO WORK GP -7 GP -11 PUBLIC SAFETY AND CONVENIENCE GP -7 GP -12 MAINTENANCE OF EXISTING FACILITIES DURING PERFORMANCE OF THE WORK GP -7 GP -13 STATE OF WASHINGTON SALES TAX GP -8 GP -14 CONTRACTOR'S RESPONSIBILITY FOR WORK UNTIL FINAL ACCEPTANCE OF THE CONTRACT GP -8 GP -15 INSURANCE GP -8 GP -16 PROJECT COORDINATION GP -8 GENERAL PROVISIONS GP -1 DESCRIPTION The work to be performed under these specifications and plans consists of construction of a portable generator and modification of 5 pump stations to accept connec- tion to the portable generator. The intent of the Owner is to let this contract for the installation of a completed system and in proper working order. The work is to be performed for the City of Tukwila, Washington, herein defined as the Owner. GP -2 STANDARD SPECIFICATIONS These specifications are intended to supplement the "Standard Specifications for Municipal Public Works Construction ", prepared by Washington State Chapter, American Public Works Association, 1977, hereinafter referred to as APWA. In case of conflict, these specifications take prece- dence over APWA. GP -3 PERFORMANCE AND PAYMENT BOND REQUIRED The Contractor shall, before commencing work on the project, file with the City of Tukwila, a performance and payment bond issued by a corporate surety licensed to issue surety bonds within the State of Washington and in a form acceptable to and be approved by the Owner. The amount of said performance and payment bond shall be in the full amount of the total contract price. GP -4 TIME OF COMPLETION The Contractor shall complete all work within One Hun- dred Fifty (150) calendar days after notice to proceed. Should the Owner cause delay in the completion of the work by reason of requirements of extra work or other- wise provided for by the plans or these specifications, the Contractor will be granted an extension of time for completion equal to the amount of such delay and no charge will be made against him for the extension of time so granted, provided however,that all such exten- sions requested by the Contractor shall be made to the Owner in writing on or before the 5th day of the month following that in which the alleged delay is said to have occurred and such claim for extensions of time shall state explicitly the reason therefore and such extension of time must be approved by the Owner in writing. Should the Contractor fail to file such writ- ten claim for extension of time within the period provided herein, he shall have abandoned any claim GENERAL PROVISIONS therefore. No claim for delay will be considered by the Owner except that alleged to have been caused by extra work or special order of the Owner acting through the Owner's project supervisor or engineer. GP -5 LIQUIDATED DAMAGES In naming the price for the work and for its completion within the time specified above, it shall be understood and agreed the work shall be completed within that time. If said work is not completed within the time specified in the contract documents as extended to cover the total days of delay allowed pursuant to GP -4, the Owner may deduct and retain out of any sums due, or that may become due the Contractor at the time of such delinquency or later, the sum of Three Hundred Dollars ($300.00) for each and every calendar day that the day of final completion of each phase of said contract is delayed. In submitting the proposal and signing the contract, the Contractor hereby shall have agreed to these provisions and furthermore, that sum deducted and retained is not a penalty, but a reimbursement to the Owner for damages that the Owner will have sustained by reason of such delayed completion. The damages so liquidated are understood to include the additional cost to the Owner for engineering supervision, interest charges, and overhead, all of which damages would be difficult or impossible to ascertain accurately. GP -6 CONFLICT OF INTEREST The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of his services hereunder. The Contractor further covenants that in the performance of the Contract no person having any conflicting interest shall be employed. Any interest on the part of the Contractor or his employees must be disclosed to the Owner. GP -7 NONCOLLUSION AFFIDAVIT The Owner reserves the right to require that any bid- der, after being awarded a contract shall file a non - collusion affidavit in such form as will satisfy the Owner that the bid offered is genuine, is not sham or collusive and in no respect or degree is made in the interest of or on behalf of any person, firm or cor- poration not named in the proposal containing such bid. GP -8 COMPLIANCE WITH STATE LAWS AND REGULATIONS RELATING TO PUBLIC WORKS AND PUBLIC CONTRACTS The Contractor and all subcontractors shall be required to comply fully with the requirements of the. following State laws, including all regulations issued pursuant GP -8.1 GP -8.2 GENERAL PROVISIONS to the authority contained in said laws or statues: Contractor Registration: RCW 39.06.010 prohibits the City from entering into a contract with a Contractor unless that Contractor has met the registration and bonding requirements for a general or specialty contractor under RCW Chapter 18.27. (Note: This requirement is in addition to and not related to the performance and payment bond and the bid proposal deposit requirements for municipal con- tracts.) Prevailing Wages: RCW Chapter 39.12 (RCW Chapter 49.60). The prevailing wage scale refers to the prevailing wage scale for work in Tukwila, Washington and vicinity. In case of a dispute which is related to prevailing rates of wages for work of a similar nature and if such dispute cannot be adjusted by the parties involved, the matter shall be referred to the appropriate public official in the Department of Labor and Industries for the State of Washington, or where otherwise required. the U.S. Department of Labor; and the decision of such public official shall be final, conclusive and binding on all parties involved in the dispute. The requirements pertaining to minimum wage rates on public works projects within the State o fWashington are set forth in Chapter 39.12, Revised Code of Wash- ington as amended shall be adhered to and are hereby made a part of these specifications. The Contractor on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries for the State of Washington certifying the rate of hourly wage paid and to be paid to each classification of laborers, workmen and mechanics employed on the project by the Contractor or subcontractor which shall not be less than the prevailing wage. Such statement and any sup- plemental statements which may be necessary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. All affidavits of wages paid must also include a list of all usual or "fringe" benefits paid, as well as the hourly wage rate. In addition, prior to payment of final retention monies, a statement of release must be obtained from the Department of Labor and Industries. Laborers, workmen and mechanics employed upon this project shall be paid an hourly minimum rate of wages and fringe benefits then prevailing and specified in the list or prevailing wage rates furnished by the U.S. GP -8.3 GP -8.4 GP -8.5 GP -8.6 GP -8.7 GENERAL PROVISIONS Department of Labor and the State of Washington Department of Labor and Industries hereby made a part of these specifications. Wherever there is a conflict between the rates so listed, the higher rate shall govern. Nondiscrimination and Equal Opportunity Employment: RCW Chapter 49.6 prohibits discrimination and requires equal opportunity in employment. Contractor agrees that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids from the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of his compliance of these requirements of nondiscrimination and equal opportunity employment, both as to employees of Contractor and subcontractors. Unemployment Compensation /Workmen's Compensation: The Contractor and all subcontractors shall comply with all requirements and regulations of RCW Title 50 pertaining to unemployment compensation and to RCW Title 51 relating to workmen's compensation, sometimes referred to as industrial insurance. General Compliance The Contractor shall comply with the requirements of all other state statutes, laws and regulations not specifically applicable to the public improvements and work to be performed. Anti Kick -Back The Contractor and all subcontractors shall comply with the Copeland Anti Kick -Back Act and regulations of the U.S. Department of labor (29 SFR Part 3). This act provides that each Contractor or subcontractor shall be prohibited from inducing by any means, any person employed in the construction, completion or repair of public works, to give up any part of the compensation to which he is otherwise entitled. The Contractor or subcontractor shall report all suspected or reported violations to the appropriate agency. Nondiscrimination in Employment: During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion or GP -8.8 GENERAL PROVISIONS transfer; rates of pay or other forms of compensation; and selection for training, including appreticeship. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color or national origin. (3) The Contractor will send to each labor union or representative or work which he has a collective bargaining agreement or other contract or understanding, a notice, advising the said labor union or workers representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with the federal nondiscrimination requirements contained in Section 109 of the Housing and Community Development Act of 1974, Title VI of the Civil Rights Act of 1964, Title VIII ov the Civil Rights Act of 1968, Executive Order 11063, Executive Order 11246, and Section 3 ofthe Housing and Urban Development Act of 1968. Employment of Residents of Washington: The Contractor shall employ bona fide residents of the State of Washington in accordance with the following act entitled "PREFERENCE FOR WASHINGTON RESIDENTS ON PUBLIC CONTRACTS" or any revision thereof. "AN ACT RELATING TO PERCENTAGE FOR WASHINGTON RESIDENTS ON PUBLIC CONTRACTS FOR GENERAL CONSTRUCTION, DEMOLITION, ALTERATION OR REPAIR: PROVIDING FOR THE PAYMENT OF PREVAILING WAGES: AND PRESCRIBING CIVIL AND CRIMINAL PENALTIES FOR VIOLATIONS THEREOF." "BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF WASHINGTON: Section 1. In all contracts let by the State, or any department thereof, or any county, city or town for the erection, construction, alteration, demolition, or repair of any public building, structure, bridge, highway, or any other kind of public work improvement, the Contractor subcontractor or person in charge thereof, shall employ 95% or more bona fide Washington residents as employees where more than 50 persons are GENERAL PROVISIONS employed; and 90% or more where 50 or less are employed; and shall pay the standard prevailing wages for the specific type of construction as determined by the U.S. Department of Labor in the city or county where the work is being performed. The term "resident" as used in this act, shall mean for a period of 90 days prior to such employment; provided, that in contracts involving the expenditure of Federal Aid Funds, this act shall not be enforced in such manner to conflict or be contrary to the Federal discharged soldiers, sailors or mariners, or prohibiting as unlawful any other preference or discrimination among the citizens of the United States. Section 2. In the event a sufficient number of Washington residents shall not be available, the Contractor or subcontractor shall immediately notify the public body with whom the contract has been executed, of such facts, shall state the number of non- residents needed. The public body shall immediately investigate the facts and if the conditions are as stated, the public body shall, by a written order, designate the number of non - residents required to complete the contract. As qualified Washington Resi- dents become available within the period, such resi- dents shall be immediately employed and the period shortened consistent with the supply of resident labor. Section 3. The provisions of this act shall be written into every such public contract, including the following penalty. Any Contractor or subcontractor who shall employ a non - resident in excess of the percentage preferences excepting as herein permitted, shall have deducted, for every violation, from the amount due him, the prevailing wages which should have been paid to a displaced resident. The money so deducted shall be retained by the public body for whom the contract is being performed. Section 4. Any person, firm or corporation violating any of the provisions of this act shall be guilty of a misdemeanor. GP -9 RETAINED PERCENTAGE Pursuant to the requirements of RCW 60.28.010 the Owner will require that a portion in an amount as required by said section, will be retained from each payment made to the Contractorin accordance with the provisions of said section. GENERAL PROVISIONS GP -10 ACCESS TO WORK Access to the work shall be provided as may be required by the Owner or his representatives. Also, the Contractor shall provide access tothe work for the representatives of the City of Tukwila and other agencies or inspection of the progress of the work, methods of construction and for inspection required. GP -11 PUBLIC SAFETY AND CONVENIENCE The Contractor shall at all times so conduct his work as to ensure the least possible obstruction and inconvenience to the general public and the residents in the vicinity of the work and to ensure the protec- tion of persons and property. No road or street shall be closed to the public except with the permission of the Owner's project supervisor or engineer and proper governmental authority. Fire hydrants on or adjacent to the work shall be kept accessible to fire fighting equipment at all times. Temporary provisions shall be made by the Contractor to ensure the use of sidewalks and private and public driveways and the proper functioning of all gutters, sewer inlets, drainage ditches and culvertrs, irrigation ditches and natural water courses and storm sewer facilities. The Tukwila Police Department shall be notified at least four (4) hours in advance of any actions by the Contractor which may affect the functions of either the City Police Department or Fire Department. The Contractor shall conduct his work and take preventative measures such that dust or other particulate matter in the project area shall not become objectionable to the adjacent property owners. Should the Owner determine the Contractor is not fulfilling his obligation in this regard, Owner reserves the right to take such action as may be necessary and to charge the Contractor with any cost that may be incurred in such remedial action. All work shall be carried on with due regard for the safety of the public. Existing paved street intersections must remain usable to traffice. No driveway, public, commercial or private may be closed without approval of the Owner, project supervisor or any engineer unless written authority has been given by the Owner whose property is affected. GP -12 MAINTENANCE OF EXISTING FACILITIES DURING PERFORMANCE OF THE WORK The operation of the existing sewer lift stations shall be preserved during the construction process. The Contractor shall remove, relocate, or adjust such existing improvements as may be necessary for the GP -7 GENERAL PROVISIONS performance of the work and if required herein, shall rebuild the existing improvements as herein specified. The Contractor shall make all necessary or required revisions and shall perform all work required by his operations under the contract incident to any interference with power transmission, telephone or other utility lines or with the maintenance of traffic all in the manner satisfactory tothe Owner and the operators thereof. Under no circumstances will discrepancies in location or incompleteness in description of existing utilities or improvements, whether they are visible from the surface, buried orotherwise obscured, be consisered as a basis for additional compensation to the Contractor. GP -13 STATE OF WASHINGTON SALES TAX None of the work in this contract is exempt from sales tax. Proof of payment of sales tax is required prior to payment of retainage. GP -14 CONTRACTOR'S RESPONSIBILITY FOR WORK UNTIL FINAL ACCEPTANCE OF THE CONTRACT The Contractor shall be hald responsible for any injury or damage to the work or to any part of the premises upon which such work is conducted, by the action of the elements or from any cause whatsoever and he shall make good at his own expense all injuries or damages to any portion of the work before its completion and final acceptance. GP -15 INSURANCE The Contractor shall before commencing work on said project, file with the City of Tukwila certificate of insurance showing insurance coverage in force prior to or at the start of construction and including the City of Tukwila as an additional named insured. In accordance with APWA 3 -1.07, minimum limits are $200,000 for bodily injury, $500,000 for each accident and $100,000 property damage for each accident. GP -16 PROJECT COORDINATION It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract. This coordination shall encompass all work to be performed by the Contractor, his subcontractors, the Owners and any public utilities which may be involved. END OF GENERAL PROVISIONS TECHNICAL PROVISIONS Section TABLE OF CONTENTS TECHNICAL PROVISIONS Description Page DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 1 -1 01051 PROJECT COORDINATION 1 -1 01310 CONSTRUCTION SCHEDULE 1 -1 01340 SHOP AND SUPPLEMENTAL DRAWINGS 1 -2 01510 MAINTENANCE OF EXISTING FACILITIES DURING CONSTRUCTION 1 -2 01640 PRODUCTS, SUBSTITUTIONS 1 -3 01730 OPERATION & MAINT CATALOGS. 1 -4 01740 GUARANTEES, WARRANTIES AND BINDS 1 -4 DIVISION 16 - ELECTRICAL 16010 ELECTRICAL, GENERAL 16010 -1 16110 RACEWAYS 16110 -1 16120 WIRE AND CABLE 16120 -1 16140 OUTLET BOXES AND WIRING DEVICES 16140 -1 16170 DISCONNECTS AND DOUBLE THROW SAFETY SWITCHES 16170 -1 16180 OVERCURRENT PROTECTIVE DEVICES 16180 -1 16200 POWER GENRATION 16200 -1 16400 SERVICE AND METERING 16400 -1 16460 DRY TYPE TRANSFORMERS 16460 -1 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF WORK Part 1 GENERAL 1.01 Scope The work to be performed under these specifications and plans consist of furnishing all labor, material, and equipment neces- sary for the construction of a portable standby power generator and the modificaiton of 5 existing sewage pump stations to accept connection from the portable generator, including all work neces- sary to provide a complete project as required by the contract drawings and these specifications. The work is to be constructed for the City of Tukwila, Washington, herein defined as the Owner. 1.02 Salvageable Materials All salvage material shall become the property of the Owner and shall be removed promptly from the site by the Owner upon notification by the Contractor. 1.03 Lump Sum Breakdown Within 10 days of receipt of Notice to Proceed, submit a complete brekdown of all lump sum bid items showing the value assigned to each part the work including an allowance for project and overhead. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all progress payments. Coordinate with the Construction Schedule. SECTION Part 1 1.01 01051 PROJECT COORDINATION GENERAL Project Coordination It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract. This coordination shall encompass all work to be performed by the Contractor, his subcontractors, the Owner, and any public utilities which may be involved. SECTION Part 1 1.01 01310 CONSTRUCTION SCHEDULES GENERAL Construction Schedules Within 10 days, or such time as determined by the Engineer, after the date of receipt of Notice to Proceed, prepare and submit to the Engineer for approval a practicable schedule, showing the order in which the Contractor proposes to carry on the work, the 1.01 Construction Schedules continued date on which he will start the several salient features (inclu- ding the procurement of materials, and equipment) and the contem- plated dates for completing the same. If, in the opinion of the Engineer, the Contractor falls behind the progress schedule, the Contractor shall take such steps as may be necessary to improve his progress. Failure of the Contractor to comply with the requirements of the Engineer under the provisions of this section, shall be grounds for determination by the Engineer that the Contractor is not prosecuting the work with such diligence as will insure completion within the time specified. Upon such determination, the Engineer may terminate the Contractor's right to proceed with the work, or any separable part thereof, in accordance with detrmination for default or in accordance with other provisions provided in the contract. SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Part 1 GENERAL 1.01 Coordination Assemble, label with reference to specification section and /or drawing number, detail number, location, name and address, delivery date and all pertinent data needed. Notify Engineer of unavoidable deviations from contract documents. 1.02 Copies Submit 4 sets. 1.03 Verification Verify all rough -in, backing or blocking, space requirements, field measurements, conformity to contract documents, code requirements where applicable, and necessary coordination with other parts of the work. 1.04 After Engineer Review Receive and execute as submited; revise if required date and identity revisions; resubmit with corrections if required by Engineer. SECTION 01500 MAINTENANCE OF EXISTING FACILITIES DURING CONSTRUCTION Part 1 GENERAL 1.01 Location of Existing Utilities Under no circumstances will descrepancies in location or incompleteness in description of existing utilities or improvements whether they be visible from the surface, buried or otherwise obscured, be considered as a basis for additional compensation to the Contractor. 1.02 Maintenance, Protection and Coordination The existing underground and overhead utilities, including water, power and telephone lines, lying within the limits of work under this contract, must be maintained in opration at all times and must be protected from any damage during construction operations. The Contractor shall be responsible for coordinating his construction with the Owner of the utility, or other proper authority; shall notify them at least two (2) weeks prior to the commencement of construction operations affecting the utility; and shall be responsible for accurately locating and maintaining the utility during performance of the work. Part 2 EXECUTION 2.01 Maintaining Lift Station Operation During Construction The contractor shall schedule his work on the existing equipment to minimize the amount of down time. The existing sewage lift stations must be kept in operation during the construction period. SECTION 01640 PRODUCTS, SUBSTITUTIONS Part 1 GENERAL 1.01 General In order to establish a basis of quality, certain processes, types of machinery and equipment and kinds of material may be specified on the plans or herein by designating a manufacturer by name and referring to his brand or product designation. It is not the intent of these specifications to exclude other processes, equipment or materials of a type and quality equal to those designated. Product data shall be submitted to the engineer in sufficient detail for the engineer to be able to establish whether the alternate item is "equal ". No extras will be allowed the contractor for any changes required to adopt the substitute equipment; therefore, the contractor's proposal including the approved alternate shall include all costs for any modifications to the plans, such as structural and foundation changes, additional piping or changes in piping, electrical changes, or any other modifications which may be necessary or required for approval and adaptation of the proposed alternate equipment. SECTION 01720 PROJECT RECORD DOCUMENTS Part 1 GENERAL 1.01 Project Record Documents Prior to the acceptance of the work, the contractor shall furnish the engineer one neatly and legibly marked set of contract drawings showing any change in the completed project. Marking of the drawings shall be kept current and be done at the time the material and equipment is installed. These drawings shall be presented monthly to the Engineer for review. SECTION 01730 OPERATION AND MAINTENANCE CATALOGS Part 1 GENERAL 1.01 Number of Sets Coordinate, assemble and submit two sets of the manufacturer's operating and maintenance manuals for each piece of equipment or equipment assembly. 1.02 Date Submit prior to the period of operation required by the contractor. 1.03 Form of Submittal 1. 2. 3. 4. 5. 6. Binding: Submit in 3 -ring or spiral binders with plas- tic or other stain - resistant covering. Multiple smaller binders are preferred to extra large and bulky binders. Index: Index each volume. Drawings: Fold and bind in shop drawings and assemble drawings in fold -out fashion. Oversized Prints: Fold and insert into bound -in enve- lope. Labels: Identify outside of binder with contents with a permanent title. Identification: Prepare title sheet identifying equipment with the process or assembly it is used in, by location, by specification section number and title and /or by Engineer's drawing number. SECTION 01740 GUARANTEES, WARRANTIES, AND BONDS Part 1 GENERAL 1.01 Field Service by Manufacturer's Representatives During the test period, the contractor shall furnish the service of a qualified representative of the manufacturer of the generator equipment to supervise the operation, make adjustments as may be necessary, check the suitability and installation of the equipment and train personnel. The above gives a general scope of the services desired from the manufacturer's representative. It is the responsibility of the contractor to determine detailed requirements. The operator training mentioned above should include some time during the contractor's operation testing period to explain to operating personnel the features of the equipment and maintenance thereof. END OF GENERAL REQUIREMENTS DIVISION 16 ELECTRICAL SECTION 16010 ELECTRICAL, GENERAL Part 1 GENERAL 1.01 Description of Work The Contractor shall provide all labor, material, tools, equip- ment and services required to complete the work described herein and shown on the drawings. This project is to provide the City of Tukwila with a mobile Engine Generator Set (trailer mounted) capable of providing emergency power to its sewage lift stations, and to modify five of those lift stations to accept emergency power through portable cord and plug assemblies. Station modifications will include providing mating receptacles and manual transfer switches as well as any service modifications required to complete the project. 1.02 Standards and Codes Permits, licenses, approvals and other arrangements for work shall be obtained and paid for by the Contractor and included in the bid price. Electrical work shall be executed in strict accordance with the 1981 Edition of the National Electrical Code and local ordinances and regulations. All electrical equipment, materials, construction methods, tests and definitions shall be in strict conformity with the estab- lished standards of the following in their latest adopted revision: Underwriters' Laboratories, Inc.(UL) National Electrical Manufacturers Association.(NEMA) All equipment shall be listed as approved for the application in which it is being used. 1.03 Reference Documents The Contractor shall refer to the drawings, project data and shop drawings of other trades for additional details which affect the proper installation of the work. Diagrams and symbols showing electrical connections are diagrammatic only, and do not neces- sarily show the exact physical arrangement of the equipment. 1.04 Site Familiarization Before submitting a bid, the electrical contractor shall familiarize himself with all features of the building and site which may affect the execution of his work. The Contractor shall take all field measurements necessary for his work and shall 16010 -1 assume full responsibility for their accuracy. 1.05 Project Record Drawings A set of drawings shall be maintained at the job site showing any deviations in the electrical systems from the original design. Minor changes in branch circuit wiring maybe omitted. 1.06 Guarantee The Contractor shall guarantee his work and all components thereof, for a period of 1 year from the date of acceptance of the installation. He shall remedy any defects on workmanship and repair or replace any faulty equipment which shall appear within the guarantee period without additional cost to the Owner. 1.07 Cleanup The premises must be kept free of accumulated materials, rubbish and debris at all times. Surplus material, tools and equipment must not be stored at the job site. At the completion of the job, all equipment and fixtures shall be left clean and in proper condition for their intended use. 1.09 Tests The Contractor shall perform voltage, current and resistance tests as required to complete the Electrical System Test Report and the Motor Test Report forms included herein. If the test results indicate corrective measures are required, the Contractor shall undertake all such corrective measures until the electrical system is accepted by the engineer. No additional compensation will be paid for corrective measures. 16010 -2 ELECTRICAL SYSTEM TEST REPORT ELECTRICAL SYSTEM DESCRIPTION DATA SERVICE DESCRIPTION: nominal voltage, phase to phase/ phase to neutral - single or three phase - number of conductors SERVICE CONDUCTORS: phase size and insulation type neutral size and insulation type ground size and insulation type SERVICE DISCONNECT DESCRIPTION: circuit Breaker or disconnect switch size (amps) fuse size (amps) MEASURED CONDITIONS DATA Operating Load Voltage Operating Load Feeder Current Conductor Insulation Resistance Vab Vbc Vca Van Vbn Vcn Ia Ib Ic ohms a -b b -c c -a ohms a -g b -g c -g DIVISION 16 ELECTRICAL SECTION 16110 RACEWAYS Part 1 GENERAL 1.01 Description of Work This section covers the furnishing and installation of all race- ways used in the construction of this facility. All wiring shall be in a raceway system. 1/2 inch minimum trade size shall be used. 1.02 Standards and Codes Comply with all provisions of the following codes, specifications and standards, except where otherwise indicated. Raceways used shall be as permitted in the National Electrical Code, and local codes and ordinances. 1.03 Submittals Project data and samples submitted in accordance with Section 01340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. Shall be submitted tothe engineer prior to construction. 1.04 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum bid price. Part 2 PRODUCTS 2.01 Rigid Steel Conduit Rigid conduit shall be steel, hot dipped galvanized sherardized. Terminations shall be by means of threaded hubs or double locknuts and insulating or grounding type bushings. 2.02 Intermediate and Metal Conduit Intermediate metal conduit shall be hot dipped galvanized in accordance with UL 1242. Fittings shall be compression type or threaded. 16110 -1 trench. The warning tape shall be of a non - biodegradable material and shall have the words "caution buried electrical conductors below." ' 16110 -2 DIVISION 16 ELECTRICAL SECTION 16120 WIRE AND CABLE Part 1 GENERAL 1.01 Description of Work This section covers furnishing and installation of all wiring used in the construction of this facility. All wiring shall be in raceways. 1.02 Standards and Codes Comply with the provisions of the following codes, specifications and standards, except where otherwise indicated. All wiring shall conform with NEMA standards and the National Electrical Code. 1.03 Submittals Project data and samples submitted in accordance with Section 031340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. 1.04 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. Part 2 PRODUCTS 2.01 Copper Provide copper conductors unless otherwise indicated. Minimum conductor size shall be No. 12 AWG 2.02 Solid, Stranded, Insulation Type Conductors No. 10 AWG and smaller shall be solid, insulated with type THW or THNN insulation. Conductors No. 8 AWG and larger shall be stranded with Type THWV or THWN insulation. 2.03 Connectors Utilize Ideal Industries "Wing Nut" or 3M Company "Scotchlock" preinsulated connectors for splices and taps in conductors No. 10 16120 -1 AWG and smaller. For No. 8 AWG and larger conductors, utilize T &B compression connectors. Compress using recommended die and tools. 2.04 Splice Insulation Splice insulation shall be equal to the conductor utilized. 2.05 Portable Cord Portable cord for use on the portable generator shall be type G portable power cable. Conductor shall be rope stranded copper. Insulation shall be type RHW rated at 75 degrees C. The ground conductor shall be flexible copper, covered with green braid. The conductors shall be cabled with fillers and separators and covered with an oil resistant lead - cured neoprene Jacket. Conductor sizes shall be as indicated on the drawing. Part 3 EXECUTION 3.01 General Keep all conductors within the allowable tension limits during installation. Lubricants for wire pulling, if used, shall be approved for the insulation and raceway material. Observe cable manufacturer's and industry standard cable bending radius recommendations. 16120 -2 DIVISION 16 ELECTRICAL SECTION 16140 OUTLET BOXES AND WIRING DEVICES Part 1 GENERAL 1.01 Description of Work This section covers furnishing and installing all receptacles, switches and other wiring devices indicated on the drawings including all boxes, cover plates and other pertinent parts. 1.02 Standards and Codes Comply with the provisions of the following codes, specifications and standards, except where otherwise indicated. Outlet boxes and wiring devices shall meet NEMA standards in all respects. 1.03 Submittals Project data and samples submitted in accordance with Section 01340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. 1.04 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. Part 2 PRODUCTS 2.01 Receptacles and Mating Plugs Receptacles for use at the lift station sites shall be as follows: For use on 480Y/277V ac. systems - 200 amp Crouse - Hinds no. AREA 20416 -S22 (reversed contacts) For use on 120/240V ac systems - 60 amp Crouse -Hinds no. AREA 6415 -S22 (reversed contacts) Plugs for use on the generator cord shall be as follows: For use on 480Y/277V ac output - 200 amp. Crouse -Hinds no. AP 20458 -S22 (reversed contacts) 16140 -1 For use on 120/240V ac systems - 60 amp Crouse -Hinds no. APJ 6475-S22 (reversed contacts) All plugs and receptacles shall be style 1. No substitue will be accepted for plugs and receptacles specified. 2.02 Outdoor 120 receptacles exposed to outdoor temperature shall have gas - keted weatherproof plates with hinged cover. Sierra Electric WP Series or equal. Shall be wired per drawings. Receptacles and plugs shall be mounted as indicated on the drawings. 16140 -2 DIVISION 16 ELECTRICAL SECTION 16170 DISCONNECTS AND DOUBLE THROW SAFETY SWITCHES Part 1 GENERAL 1.01 Description of Work Provide all disconnects, fused and unfused, required by code for equipment furnished under this and other Divisions of these specifications. 1.02 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. 1.03 Submittals Project data and samples submitted in accordance with Section 01340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. Part 2 PRODUCTS 2.01 Disconnects Switches shall be heavy duty type, shall be quick -make quick - break and shall be horsepower rated. Switches shall have blades as required to open all ungrounded conductors. Switches shall be single or double throw fusible or nonfusible as indicated on the drawings. Switches shall be padlockable in the OFF or ON position. (all three positions for double throw) Enclosure shall have interlocking cover to prevent opening door when switch is closed. Interlock shall include a defeating scheme. Enclosure shall be padlockable. Enclosure shall be suitable for location in which mounted. Fusible disconnects shall be as above with addition of fuse space and clips to accept Class R fuses. 2.02 Manufacturer Square D, General Electric or Gould or Westinghouse. 16170 -1 16170 -2 DIVISION 16 ELECTRICAL SECTION 16180 OVERCURRENT PROTECTIVE DEVICES PART 1 GENERAL 1.01 Description of Work This section covers the furnishing and installation of all fuses and circuit breakers used in this project. 1.12 Standards and Codes Comply with the provisions of the following codes, specificica- tions and standards, except where otherwise indicated. Fuses and circuit breakers shall be listed by the UL or the Canadian Standards Association. 1.03 Submittals Project data and samples submitted in accordance with Section 01340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. The use and location of each item shall be indicated. 1.04 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. Part 2 PRODUCTS 2.01 Fuses Fuses shall be of the type and amperage indicated on the drawings. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the drawings imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without written approval from the Engineer. 2.02 Molded Case Circuit Breakers Molded case circuit breakers shall be quick -make and quick -break type. They shall have wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C. 16180 -1 2.02 Molded Case Circuit Breakers: Continued Molded case circuit breakers shall be trip -free. Each breaker shall have trip indication independent of the ON or OFF positions. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated on the drawings. 2.03 Uses Breakers covered under this specification may be installed in appropriate individual enclosures and mounted on the portable generator. Part 3 EXECUTION 3.01 Installation Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16180 -2 DIVISION 16 ELECTRICAL SECTION 16200 POWER GENERATION Part 1 GENERAL 1.01 Description of Work This section covers the standby power generation system including the motor alternator set with controls, fuel tank with appropriate fuel lines and filters, output circuit breakers, mobile trailer switch and all auxiliary systems specified herein. 1.02 General The engine generator set shall be standard product of a nationally recognized manufacturer regularly engaged in the pro- duction of engine generator sets for a minimum of 5 years. The manufacturer shall have a complete line of standard models and shall have a catalog of such models with printed material which describes the basic features of each model. The manufacturer of the generating set must manufacture either the engine or the alternator. The manufacturer shall supply a complete power generation system including engine, generator, automatic transfer switch, cooling system, exhaust system and fuel system. The manufacturer shall have standard printed literature and brochures describing the specified models. The manufacturer shall have sucessfully tested a prototype of the specified generating set and shall submit prototype test data. The performance test and data shall be in accordance with proce- dures certified by an independent testing laboratory and shall include: 1. maximum power level 2. maximum motor starting capacity 3. structural soundness 4. torsigraph analysis per MIL - STD -705B, method 504.2 5. fuel consumption 6. engine - alternator cooling air flow 7. transient response and steady state governing 8. alternator temperature rise per NEMA MG1 -22.40 9. single step load pickup per NFPA 76A -822 10. harmonic analysis and voltage waveform deviation per MIL - STD -705B, method 601.4 (11) three -phase short . circuit test for mechanical and electrical strength. 1.02 General (continued) The complete power generation system shall be warranted for a period of five years. Proof of warranty registration shall be 16200 -1 forwarded to owner after final system acceptance. Some of the existing pump stations contain solid state motor starters. The generator manufacturer shall work closely with the Solid State Starter manufacturer and provide filter networks or other devices as required on the generator to guarantee trouble free operation on the engine generator. 1.03 Standards and Codes Comply with the provisions of the following codes, specifications and standards, except where otherwise indicated. The complete system and all components shall conform to the latest revised standards of UL, ANSI, NEMA, ASTM and NFPA, as applicable. 1.04 Approved Manufacturers The following manufacturers are approved for bidding on this project. ONAN, KOHLER, CUMMINS ENGINE CO., CATERPILLAR, DETROIT DIESEL, and KEM Equipment, Inc. Bids from other manufacturers will not be accepted. 1.05 Ratings The engine generator set shall be rated for continuous standby service except that the generator shall be rated for continuous operation. Temperature rise shall not exceed 105 degrees centigrade over a 40 degrees centigrade ambient when producing its full rated output. Generator shall have Class F insulation. Rating of the engine - generator set shall be based on operation of the set when equipped with all operating accessories. 1.06 Submittals Project data submitted in accordance with Section 01340 shall include but not be limited to the following: Catalog data for - Engine- generator set Exhaust muffler Trailer 480 to 120 volt transformers Portable Cables In addition submit - Warranty documents Schematic wiring diagrams and interconnecting diagrams showing connections to individual components which constitute the standby power system. 16200 -2 1.08 Performance A. B. Voltage Drop: The engine generator unit supplied must start the indicated load with a sustained RMS voltage drop no greater than 15% of rated voltage during the starting period up to 3 seconds. Instantaneous voltage dip shall not cause motor starter chatter or drop out or exceed a level which causes undesireable motor starting. The method of measurement shall be by light beam occiliscope. Frequency Regulation: 3 Hz maximum, no load to rated load. C. Voltage Regulation: Plus or minus 2 percent. Rheostat provides +/ -5 percent voltage adjustment. D. Payment Steady State Operation: The frequency variation shall not exceed +/ -0.5 percent ( +/ -0.3 hertz) and voltage variation + / -1 percent of their mean value for constant loads from no load to full load.1.09 No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. Part 2 PRODUCTS 2.01 Engine Generator Set The engine and alternator generation system shall be sized to start and operate the load indicated for a continuous period without exceeding the temperature limits. The temperature rise shall not exceed a maximum of 105 degrees C over a 40 degrees ambient when operating the indicated load and when producing its rated output. At a minimum the engine and alternator shall not be less than that specified herein but may be greater if necessary to start and operate the load indicated. At a minimum the engine shall produce 210 brake horsepower at 1800 RPM and the alternator shall produce a minimum of 357 kVA for motor starting. The engine and alternator may be greater if necessary to start and operate the indicated load. The engine generator set shall be rated at 100 kW, 125 kVA at 0.8pf. The set shall be a radiator and fan cooled, diesel - driven, brushless alternator unit, Onan Model No. 100.0DYD -15R or approved equal. The alternator output shall be connected for 480/277 volt, three phase, four wire, 60 HZ. 16200 -3 The engine generator set shall be an Onan 100 kW, series DFY radiatorcooled, diesel- driven, brushless alternator unit, Model No. 100.0 DFY -4XR or approved equal. The alternator output shall be connected for 480/277 volt, three phase, four wire. The generator neutral shall be isolated from ground and generator and brought out for connection to one pin on the portable connector as shown in the drawings. 2.02 Controls All controls, signal lights, gauges and generator •instruments shall be incorporated in single NEMA 1 enclosure for simplicity and convenience of operating personnel. It shall be shock mounted over the alternator. All indicator lights and controls are to operate from battery power. A. Engine Controls: 1. Oil pressure gauge 2. Water temperature gauge 3. Battery charge rate ammeter 4. 3- position selector switch - OFF,RUN,START(SPRING RETURN to RUN) 5. High water temperature cutoff 6. Low oil pressure cutoff 7. Over speed shutdown - shall be mechanical device separated and apart from engine speed control governor 8. Overcranking protection (after a cranking cycle of one minute cranking shall discontinue) 9. Low fuel alarm 10. Individual alarm contacts and individual fault lights to operate in the event of alarm by 5, 6, 7, 8, 9 or 10 above 11. Indicator panel light B. 'Alternator Controls /Instrument Panel: 1. Manual reset circuit breaker (field breaker) 2. Voltmeter (dual range - internally connected for all output voltage connections) 3. Voltage adjusting rheostate ( +50) 4. Frequency meter 5. Running time meter 6. Ammeter (dual range) 7. Meter selector switch 2.03 Fuel Tank Fuel tanks shall have a total capacity of 50 gallons and be mounted on the trailer. 16200 -4 K. Certified Test Reports: Provide factory certified test reports to Owner and Engineer showing maximum power cabability of generator set supplied, voltage regula- tion and frequency regulation. ' L. Condensation Trap: Provide a condensation trap and drain between the engine and the muffler in the exhaust IIsystem. "Minimum size shall be 2" diameter 6" long." M. Fuel Tank Level Gauge: Provide a liquid level gauge ' 16200 -5 N. for indication of the fuel level in the tank. The level indicator shall be Hersey "Midget" model liquid, levelometer pneumatic type, hand operated. Battery Float Charger: A fully automatic battery float charger shall be provided. The maximum charge rate shall be 2 amps. The charger shall be suplied by 120V. 2.07 Trailer Assembly The complete generator set shall be mounted to the bed of a dual axle trailer suitable for the capacity of the emergency generator, fuel tank and fuel, and all mounted accessories. The dual axle trailer with electric brakes shall be provided with tubeless 6 ply tires suitable for trailer applications. Trailer shall include leaf springs, fenders, hubcaps, safety chains, rear end reflectors, license holder and light, four running lights, pair rear end stabilizing jacks, swivel wheel front end retractible support, stop -tail light and turn signals, and ball coupler. Trailer shall also contain a mounted 50 gallon fuel tank complete with connected fuel lines, fill cap, fuel level gage, and drain plug. Provision shall be made for conveniently storing the portable cords and connectors out of the weather when not in use. 2.08 Output Wiring Generator supplier shall provide the output wiring as shown on the drawing. The generator neutral shall be isolated from genera- tor frame and ground. Neutral shall be brought out to the 480 volt plug. The generator manufacturer shall supply A 150 A circuit breaker and A 30 A CKT breaker which shall be mechanically interlocked to prevent simultaneous closing of both breakers. A 15 amp 2 pole circuit breaker shall be provided to feed the convenience recep- tacle transformer. 2.09 Portable Cord Generator supplier shall provide (2) portable cords as shown on the drawings and per specification Section 16120. Installation shall include strain reliefs at both ends of cable and a convenience method for storing the cable and receptacle out of the weather when not in use. Where the cord attaches to circuit breaker and switch enclosure a Kellems Cable grip shall be used. 2.10 Plug Connections Generator supplier shall provide (2) plugs per the drawings and specificaion Section 16140. 16200 -6 2.11 Transformers The generator supplier shall porvide (2) dry type transformers per the drawing and specificaiton Section 16460. The transformers shall be mounted on the trailer and connected to the supply circuit breakers through liquid tight flex for vibration isolation. They shall be housed in outdoor type enclo- sure. Neutral connection on the 120/240 3 phase 4w transformer shall be isolated from ground and brought out to the plug as shown on the drawings. The "HIGH LEG" conductor shall be indentified with orange. 2.12 Convenience Receptacles A 20 A GFCI circuit breaker and (2) duplex receptacles shall be provided per drawings. Part 3 EXECUTION 3.01 General: The emergency power system shall be tested at each pump station by a representative of the manufacturer in the presence of the Engineer. All functions of the emergency power system shall be tested to the Engineer's satisfaction. The system shall be tested under simulated power failure conditions and operated under full load for a minimum period of an hour. Additional load banks shall be provided by the contractor to supplement the normal emergency load to provide the full load demonstration. Full load test is not required if factory certified test reports are provided verifying a minimum of 1 hour full load test at factory. The contractor shall allow in the bid, time for instruction of Owner personnel. He shall provide no less than six hours of insturction time in maintenance and operation. 16200 -7 DIVISION 16 ELECTRICAL SECTION 16400 SERVICE AND METERING Part 1 General 1.01 Description of Work The utility company providing power to the facility is Puget Sound Power & Light. The Contractor shall make all necessary arrangements for service work with the utility and include all charges in the bid price. Modification of Pump Station #2 will require modification of service. 1.02 Quality Assurance Comply with all serving utility company standards and require- ments. 1.03 Submittals Project data submitted in accordance with Section 01340 shall include, but not be limited to, the following: Catalog data showing material information and conformance with specifications. 1.04 Payment No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the unit or lump sum price bid. 1.05 Utility - Contractor Responsibilities Contractor shall coordinate with Utility as to division of responsibilities, scheduling and costs. Part 2 PRODUCTS 2.01 Meter Socket The meter socket at pump station number 2 shall conform in all respects with the requirements of the serving utility company. At a minimum the meter socket shall be 200 amp, heavy duty, 7 terminal with manual by -pass. Part 3 EXECUTION 3.01 Ground Electrode System 16400 -1 The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor. The grounding electrode system shall consist of the metal underground water pipe and any one of the following: 1. The metals frame of the building. 2. A concrete encased electrode. 3. A ground ring bonded together. 4. A 3/4 inch diameter by 8 feet long copperclad steel ground rod. The system shall be as indicated in Article 250 -81 of the 1981 National Electrical Code. 16400 -2 DIVISION 16 ELECTRICAL SECTION 16460 DRY TYPE TRANSFORMERS Part 1 1.01 GENERAL Description of Work Provide (1) 25kVA dry type transformers for supplying 208Y/120V requirements from 480 volt generator system. Transformers shall comply with NEMA Standard ST -20. All transformers shall carry a UL label and (1) 2kVA dry type transformer for supplying 120VAC convenience receptacle from 480V generator. 1.02 Submittals Project data submitted in accordance with Section 01341 shall include but not be limited to the following: Catalog data showing material conformance with specifications. 1.03 Payment information and No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and /or materials shall be considered as incidental to the project and shall be included in the appropriate unit or lump sum price bid. Part 2 PRODUCTS 2.01 Type Steel panel enclosure over core, coil and terminal chamber with guarded openings for convection cooling. 2.02 Windings Separate primary and secondary. Windings shall have Class H insulation and shall be rated for continuous operation at rated kVA with temperature rise of not over 150 degrees C above a 40 degree C ambient, with a maximum hot spot temperature of 220 degrees C. Windings and core and coil assembly shall be treated and built to resist the effects of dirt and moisture. 2.03 Capacity Transformers furnished shall have a continuous rating of not less than the size noted on the plans. 2.04 Connections Provisions for external connections shall be made by means of a terminal board employing lugs compatible for the external conduc- 16460 -1 tors to be installed. The 25kVI Part 3 INSTALLATION 3.01 Mounting Transformer raceway connections shall be flexible metal conduit as specified hereinbefore for equipment subject to vibration. 3.02 Connection Transformers shall be considered "grounded neutral separately derived systems" and neutral shall be grounded accordingly to the building ground grid utilizing a direct connection. The 25kVA 460 - 120/240 3 phase transformer shall have neutral (center tap of one leg) and phase conductor connected to plug via flexible cable. The neutral shall be isolated from ground and generator frame. The 2kVA 480 - 120 V transformer shall have secondary neutral bonded to the generator frame and trailer frame. 16460 -2 ' • p I Lib. FAT °Pt1GS mitwtJ• LoT. • P.M7eANG6 II ax IT is tI10t Y ' NOW � '�k"Sy',1 Y.• STla1. PodinaNT-4411, ? Nolb+i(Nq Pt.AT>s OVEN ew. i C ' } NQT5s 10Ot7IFIcATION OF 5 PUMP STATIOIJSI , . I l I Ize v .' pcuTllJq 4tSRVIGtt BRJIPMCh�T AA" IrbTAU. PEW AND ILBJD617 tXbT1Fb CRUIPtr6NT Irl Naw Pjits TTANo1Ne>t IIoPr4AN E 42.11RS, • i _ ► r �' . �- 4a.-,� 41..i'7 ° s2;r l►�.. • e• : ' • • �Qt r�( ! IIGD !:! u�DIr16T lle'. `� ■`� i Lm r , extol s f' Lo• . �I r rR++. :I. _: , , - J . "'i la Wit) ew ri { 1.80 ,. 1 Il�ll r �.�� _ JNUTiuT �MPEE A>�� NoRt�l S�vaTI J I t �.i.�vatloN irk" t STATIOIJ # 1 ELEVATIONS SITE PLAN- STATIDIJ $1 i ecaL -e: 11' I'-o IV . • �_�'��ry rgIr a'• .2. ' - PARK W • °,GALE s I' Boy , 11T1UTY • RIMS& . co NW I ,, - , • t`!(!•__- I . 1 �° Waal ewer T • NNW Zoo► 'tams r1�lok NE7ER • nletal�N.or T111tgW *AP ** U.— Raft" N �W °1a 130H r.....1 ... VICINITY MAP ,.. /env CASNE ENGINEERING INC. P.O. BOX 7207 BELLEVUE, WA 98008 206 746 -4232 I : k 41 ol►.- X1`0--- • --.�'. •.I ,W� �L:1 i I1 (-- -� I I 1 I L_•-1 L_ '' - - -_— - • ` - - TUKW I LA PUMP STATIONS -��—� °.i.V ,Tt,.• • ' ': " To`� Imo+.. STAY ION # I SGHEMATIG DIAGRAM axle Yl a - E wr. ,#W Picas eTA►IwNrl 04044 (2 saci.s■uRN {{OFrMAH) �1A-7260♦ •w/rADIANC t1A7r D61NL `%0Esr -�`' raja • . I },' F 1 wueT M� 2'><3'X %4t rxitwrMg' paid p NQ gt yT1Nq R<MOVN RAltir. nor • (%� \1 I' Aartu+L 3rUG! I/ NEW MNTSK kaT ?mA, HfiAV(DJIY 7 TER HIMAL WR:1 MANUAL ar-PMYJI `�'' " ' roue'. 98RV1G F541hR.. • iS►r�.'e9.n•N � E>< ' O XO' PI7•� ex1oT. iru III Age•B•• --N, O , 14M 10/A, NOMA , O. CbuDt 6 ?WWI ' rAPSIY awliral. NNW UDW O M►1 .. ICI , AROUNR M�GTIIR ID A (rlttv�ioi'kj1mJ) r NxleT 2 U.4. OtRRVlra J�l Ih�� NaMA DR P Pu4as. 6004111-p . �yf Ite pI •G. ,11�100r.r4b 1 _ F�RNKLE]I:.- ±- L>1 VQ MINKL6R I vrg.� r3�s #� $ �� i► »)� `- s aoe'� 1 QG11aWTOR (tICQr a ' 'W'� n+N Ira-4�o rata 1G To Mr* eAfloN• , O caNrsa�Tt OkD S1.OPbD 70 MAW. f NRw� -Nia► _. in , �1 GOA- 120 /WV. y4r 4 alsw t e- •2 2114114. s exleroo T I j• II .■ Nsw �-eo1 I I I.11 I I I t t sE4rl0t EQUIP. ii I III Ogler. i9c10T. • FxIeT2' '�� `` %u 1 kTiON Acme! �0 I -NDUIT • • v'� IT�y r 4 tvM1POpQtorl S > SITE. PLAN • SITE PLAN— STATION.. "! To NNW nn04. ELT. EAST EI.EVATtOI4 NEW S0UTN ELEVATION - . STAY ION Afr3 ILI WEST ELEVATION r.066T ELEVATION 1005 ANnoVER PARK W. - 42 ' INKLsER 13LV17 43 x,p,� ; Ir_�, NSW EXt 1 j0.M M6TEa GIdCO�N6r� 7M VG* STATION ELEVATION Q> STATION ELEvATIoN • - LE I Ys' • I I -iu ' L6 : Yes V-01 • - 1220/t 34,4W / nRT rf I•ILW OOA PIISIDLi R7J.L/ TNFOr1M oAPN7y OWITLAI. — FeRTADL . coRD 190A � 4 roR7rau am 10 EXIO.T look: . Naw 14,44A 01, LORD MATER dOLOhJFItOf .oW IQO�► R711DLG oAfaTY XPM*. ON OSAIRAVR ooa - - - -- M ICC ao ? • lrq-1 - . I i P I I . DRAWN ii-K7 K. CHECKED Ji 4ee 1¢o /z4o 277V l ) V t Ize afro11r1nED e- PrAc4.e SHELL THRoUgH av►�n1lr( 1 WOUND VV. rAGCW 6T011111.1 �rf a1 4w ^u11u ibwse Nx16i. I "G pasveR sYeV44, To PUMP' OTi•TION STATION *2 ScHEMATIO _ I71A�I?AM _, •y1-4W. .X18 1Y'0. P1¢y� OIL My etwaR Tt>t frUP ATION. STATION 4'J SOI- IEMATIG (2IAt2AM I. =`F oa = - ^ ' W - NGW Haw . view mbe.se LAOJ FIBERALAhj et•GtOhJ2a =X =-0'* �T'aL x. a sw' • wee•T, J MARL PaodJQD No1101)14 PLATE N w PAO PE* Ndv 2ke =o'( yer eT1eL PIDEKaUb! er:1u.45Jeia MouNTIrJ0 PLATk We�'f:R1J itAVER rii>D1ifJL'! , g - • LILT. F4W1141 �txUT. manta // IWA, uc1 17.J. Fyl.�i1q 6 IoN. . -2 Z Q r>L O meow- BO 1 :I 11 NSW PARKING Lei ,eT R19 Bl a 9MI r,a.J �O , Q O 1 2 1-11 "� J it 4Q N ►L - 1— - 4) a 1 1L 0 o < < �L Q Paw � - X- # NEW - 1o0A -4E0V WTW�NGt G�IEFAroet aetearT�(GL' 4OOT /27T -?oGN. UNIhiaUt ■ raJelili 0w1L11. 9oA -4eDV ►4w LIBJ�D- T(aNf. PLelx�oNolMj I 4b' u , Wrt To M►DTATl/w, aR 'gym. J.'%, � IR7W Fle�eteal 120 /PAov -04► r Zr W16T� i N'W LI.JID -TIgHT x .L�EV~�TtoN MAX toNoUfT I' / +' -yEt I _ New J -eblt + - Tow 9LVD�( hJ.,oE1 �' 4etw J-eYg1 wMOVe e�(btaerb(AET 9l1PPoAT Rawer. exl''• AirULzt , - - - iij3 nIMPe?�tlael • • STATION 4116 ►� . . 5 PLAN STATION e :. I'A�TIAL 51 E� _ �,�'E Co 90 TOt2t7 t3LVP, I I ' 6820 SOUfHGENTEiZ �l -VI7. STATION ELEVATION 'STATION iS ELEVATION �jGALE.s IN. OW — -, ALE , Yes II -on N•Tb exI,t Me.Tsgwla 3GALE t t' • I'-o. Ito/=40V kTva•�.vE roa(Tr.m . _ N o of o OLL vTxolibi —7 Naw - - - - -- R>QT� F11C+IDLE CDJOL . THa4W hallTGN wow . • 170A u.NttvTvf V • upD • McT�riTR i+'GhiJTIt row.. IOOA CZ71JSti i1k17W 5'1FET`( �MrITC1(. D 'EONe+ aq., r III • 4 •'b .. t j: 4 oaf, CASNE ENGINEERING INC. • ,��. s •. E .eJ P.D. BOX 7207 `Fri,6 ;ii -L , BELLEVUE, WA 98008 206 746 -4232 r r a oX I.: �� I o� • I. • ' = _ , - .(e�oY 271V ` AtreJND vIA • To Pu rl arAflar� 61-4w tzksv4Y �'d(><N Our( rim ape ' • 5TATIoN .G. 501- IEMATIG • bIAC SAM �-� ArioLrJD I2 t�V . vw tvcEwM a ,wy To PUMP SP►tarJ. • .. everso Y - UTILITY MAUL, • ' STATION 48 .. SOH EMATIG 17 IA0 PAM • • • BDY /L77 VAC, , 4W, 200A 490Y/277 VAG, 340, 4W 200A • - wad► =rum o,jn� .I .- - ' • -L1JGI GO (AU'A 0 eTATION iZ FW-4 -E Gob tJRAf0N 247A. Gt20 SE- 1 Pb A1'20459-5 22 -NIN(n *AREA 20440 HA>P♦ h.API E PAR "sDr,lw,lru waa«+ psl wTlie�wob Pnwrer eaM�N+Y. ' Zg7A.GRoIJbB -522 QTY I 'TATION6 1.210 4mlasAbR - yA a •� oN rv� Axs al.►+. PHASE a .r i v► PHASE D F'HAgE G Opu18) ' ©� ©' (��) p p (dLJe:) t o.4. ! O 4 1► �,; ((a; iv1 ;�n; 1 4ocY /2n - aY •res Tyra O,.cA544 • NEUrQAL `D� NAAG (wNITL) (eLAGK) NE Hw� 4ROUND(QErJieR�+Tal �.watioD(hN e.u.or rula A4D TW.II.s's FRANE) G (ow 5)( ow') coswez r61 To PUMP 9Ar10N PHA6i proTATtoN aPOJND VIA coNoJIT brbTtN,)�- �(RN4) ; illk.MM. I"A 4wlp(s a 4�° °�° - �� IMI (61". (.4411) 1 ®= t� N �� WM fsN.dTRAL i a (PIN 1)(DLAGK . ) b (PIN2)(R.W) Eoa Co-T. ZA•A rt.J. (440v0G) - - IP�� .— - yp1�A.CIJ �v�r1�4. rm.. PLJ9 DMKL NO G�s�l`INO eapt 4u•WLTANaoUWY T g W ..12.10/ 240 VAG. 34.4 W GO I20/ 240 VAC-. 54), 4W . c OA (Nhgx Hm(i ax - OIEHERATOR FLLIG1 CdNFIQII) T1014 • 5.1AT10r1 REGEPrAGLE C.04FIGUIZAT011 o4A WIrN ewM1aE) (FROM 25KVA Up 4(049/2.4p V XFMR) &OA.0 ZOU E..141I1t79 6 AREA G4I5 -522 ' . ;2011M-)411J1:76 •APJ0475 -922 6TATIO1-.1b 1. O . .., . STYLB -1 _ PI4AhS G (ma) : ©" ©'� (° IEJOIE) © © P( Pao)G 124V. To0400 Nor Leo IZev, ro AIiOUtb, Z°eu Tooi4o. IMF Q 0 NEUTitAL �� Pi1A58. A Na(1tRAL _ hiL7P dtAPL6 IE►hle wITM HOLE At e�AGM IaNd LvMP1�NY LOote. _ 5401P HEAT {2p��kJK. oiry Rte IJo/ '14R�4w • hraNG•►RT Y -* 4TePe 4 �. 6OA Ito /7�(�vee PuMe ( . 4 � 40mJ0 4 HOL. rL(D 3HaLL BN R r ■��.�1 _I L , �� '' , I- 1 DRAWN KKK 'CHECKED /" R.J.G. DATE or1%_ _ jOA (`N4ITG). ' 114 atzaUND(aea4aW.jge •No TzalLea GWna) (e3LAGK (WNItE) v. To D. v(� LI opiiainf p TO 1:11.109P(04 TIO1J - G (PIN a) ava4D VIA C4 J UIr DrbTSN. •—∎ PHAx. RoTF+TIOIJ N (P14 4 11("14 I) _ ` -T eAIL'R FRAM' me" tl111r1M. WIIIT� (oeNP coal op Ai1i6RAT °L. oAba or TkA.b'wiw1K, 71,A11-1141- PIAML WITH ♦ OWIFta 01. NUTAUC. MieAia.hcAL coNIJDr�(lorJ. . c ENERATO1Z W1IZING�1 121A0 RAM Gm(4 1.xK . LEGTIZIGAL O. T.5. �iNGLoStJlz� l..4014.11 1.108 N0. 3 N W 6(171142) 17E.7AIL N.T.s. - BIDDING REQUIREMENTS PORTABLE GENERATOR AND MODIFICATION OF FIVE PUMP STATIONS FOR THE CITY OF TUKWILA, WASHINGTON OCTOBER 1983 CASNE ENGINEERING, INC. P.O. BOX 7207 BELLEVUE., WASHINGTON 9800 FOREWORD These Bidding Requirements and Specifications both must be used in submitting proposals and will in part govern construction of the project. Should addenda to any portion of the contract documents become necessary they shall be deemed a part of said document upon issuance. These BIDDING REQUIREMENTS contain the following: Bidder's Checklist Advertisement for Bids Instruction to Bidders Proposal Bid Bond Deposit Bid Bond Statement of Bidders Qualifications Certification of Non- segregated Facilities Agreement Retainage Investment Option Performance Bond BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full as required and submitted when bidding. 1. Proposal. The lump sum or unit price bid must be shown in the space provided. Show lump sum or unit price in both words and figures. 2. Proposal Signature Sheet. To be filled in and signed by the Bidder. 3. Statement of Bidder's Qualifications. To be filled in and signed by the Bidder. 4. Certification of Nonsegregated Facilities. To be filled in and signed by the Bidder. 5. Five (5) percent Bid Bond or other suitable security. The following forms are to be executed after the contract is awarded: 1. Agreement. To be executed and submitted in triplicate. 2. Proof of Carriage of Insurance. Submit in triplicate a certificate of proof of insurance for each required policy. 3. Bonds and Accompanying Power of Attorney. To be executed and submitted in triplicate. 4. Retainage Investment Option. To be filled in and executed in duplicate. THESE INSTRUCTIONS TO BIDDERS CONTAIN THE FOLLOWING: Description INTENT OF PLANS AND SPECIFICATIONS EXAMINATION OF CONTRACT DOCUMENTS QUANTITIES ARE APPROXIMATE EXAMINATION OF SITE AND CONDITIONS ADDENDA AND INTERPRETATIONS OF DOCUMENTS QUALIFICATIONS OF BIDDER PREPARATION OF PROPOSAL ALTERATION OF DOCUMENTS PROHIBITED SUBMISSIONS OF PROPOSAL MODIFICATION OF PROPOSAL SHOP DRAWINGS, PROJECT DATA AND SUBSTITUTIONS BID SECURITY WITHDRAWAL OF PROPOSAL OPENING PROPOSALS TIME OF COMPLETION AWARD OF CONTRACT BASIS OF AWARD AFFIDAVIT OF NONCOLLUSION REJECTION OF PROPOSALS CITY OF TUKWILA Call For Bids GENERATOR AND PUMP STATION PROJECT NOTICE IS HEREBY GIVEN that the City of Tukwila, Washington, will receive sealed bids at Conference Rm. 3, Tukwila City Hall, 6200 Southcenter Blvd., untill 10:00 A.M. on the 21st day of December, 1983, at which time the bids will be opened and publicly read aloud for: PORTABLE GENERATOR AND MODIFICATION OF FIVE PUMP STATIONS The Project includes the construction of a 100 kw trailer mounted diesel generator and the modification of five sewage pump stations to accept the connection from the portable generator. Each bid must be in accordance with the bid documents available at. the Public Works Department, 6200 Southcenter Blvd., Tukwila, WA 98188, (433- 1850), for a NON - REFUNDABLE fee of $15.00. Each bid shall be accompanied by a bid proposal deposit in the form of a certified check, cashier's check, postal money order, or surety bond made payable to the City of Tukwila for the sum not less than 5 percent of the bid. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, creed or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive formalities in the bidding, and to make the award as deemed to be in the best interest of the City. A pre bid conference will be held at 10:OOAM in Conference Rm 3, Tukwila City Hall, 6200 Southcenter Blvd. on Wed., Dec 7, 1983. CITY OF TUKWILA Maxine Anderson City Clerk Published "Renton Chronicle" - November 24 & December 1, 1983 Published "Daily Journal" - November 24 & December 1 ,1983 Published "Facts" - November 30, 1983 INSTRUCTIONS TO BIDDERS 1. INTENT OF PLANS AND SPECIFICATIONS The plans and specifications shall be considered and used- together and anything appearing as a requirement of either shall be accepted as applicable to both even though not so stated therein or shown. The Engineer may furnish supplemental plans and specifications to define more clearly any requirement of the original documents. In case of any conflict between the listed and the supplemental drawings, the latter shall govern. The Contractor shall not be entitled to extra compensation because of his compliance with the requirements of such supplemental drawings unless they contain new requirements involving costs which clearly could not have been anticipated by an experienced contractor in his examination of the original listed drawings or could not reasonably be inferred there- from as requirements of the contract and then only as provided in the General Conditions. 2. EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with the contract. The submission of the proposal shall constitute an acknowledgment that the bidder has thoroughly examined and is familiar with the contract documents. The failure or neglect of a bidder to receive or examine any of the contract documents shall in no way relieve him from any obligations with respect to his propo- sal or to the contract. No claim for extra or additional compensation will be allowed which is based upon a lack of knowledge of any contract document, and the Owner will in no case be responsible for any loss of for unanticipated costs that may be suffered by the Contractor as a result of conditions pertaining to the work. 3. QUANTITIES ARE APPROXIMATE The quantities named in the proposal or separately listed are approximate only, but these are to be used as a basis for the comparison of proposals and to determine the amount of the bonds. However, if unit prices appear to the Owner to be unbalanced to such an extent that changes in actual quantities required under the contract might result in contract price adjustments which would increase payments to the Contractor excessively, then the Owner may take such a condition under consideration in making the award of the contract. 4. EXAMINATION OF SITE AND CONDITIONS Before making a proposal, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to take this precaution shall not release him from his obligation as implied by the proposal he submits nor excuse him from performing the work in strict accordance with the requirements of the contract documents. Instructions to Bidders - 1 No statement made by any officer, agent or employee of the Owner pertaining to the site of the work or the conditions under which the work must be performed will be binding on the Owner. 5. ADDENDA AND INTERPRETATIONS OF DOCUMENTS No interpretation of the contract documents or other prebid documents will be made to any bidder orally. Every request for such interpretation shall be submitted in writing, addressed to Casne Engineering, Inc., Bellevue, and to be given consideration shall be received at least 10 days prior to the date fixed for opening of proposals. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifi- cations which, if issued, will be mailed or otherwise delivered to each prospective bidder. Failure of any bidder to receive any such addenda shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract documents. 6. QUALIFICATIONS OF BIDDER The Owner desires that this project shall be built by a contractor who is competent and adequately financed. The bidder shall submit a written statement to show experience in construction work of this character as an indication of qualifications and business standing. Failure to comply with this request may cause rejection of the proposal which is affected. 7. PREPARATION OF PROPOSAL Proposals must be submitted by filling in with ink (or typing) each and every blank provided for such purpose in the form headed "Proposal," or if the bidder is required to provide a special form appropriate to the nature of his proposal then such form be complete in all respects as required by the contract documents if it is to merit consideration by the Owner. Where indicated, all blank spaces shall be filled in with words and figures. Written amounts shall take precedence where there is a conflict between the written amount and the figure. If the proposal is made by a partnership, it should contain the name of each partner and should be signed in the firm name, followed by the signature of a partner or that of a person duly authorized to act for and on behalf of such partnership. If made by a corporation, the proposal should be signed with the name of the corporation and the state in which incorporated, followed by the written signature of the qualified officer and the designation of the office he holds in the corporation. The address of the person, firm or corporation in whose behalf the proposal is submitted shall be given. The bidder shall comply with all other specific requirements of the proposal form. Instructions to Bidders - 2 8. ALTERATION OF COCUMENTS PROHIBITED Except as may be provided otherwise herein, proposals which are incomplete, are conditioned in any way, contain unverified measures or alterations, include items which are not named in the proposal form or which are unlawful, may be rejected as informal. 9. SUBMISSION OF PROPOSAL Each proposal shall be completely sealed in a package addressed, as required, by the official advertisement, marked with the name of the bidder and the title of the project and must be delivered to the addressee at or before the time named in the advertisement. If forwarded by mail, the sealed envelope containing the proposal shall be enclosed in another envelope addressed as specified in the bid form. 10. MODIFICATION OF PROPOSAL Change in a proposal already delivered will be permitted only if a request for the privilege of making such modification is made in writing signed by the bidder and the specific modification itself is stated prior to the scheduled closing time for the receipt of proposals. To be effective, every modification must be made in writing over the signature of the bidder and no other procedure will be acceptable. 11. SHOP DRAWINGS, PROJECT DATA AND SUBSTITUTIONS Submittal and approval of shop drawings, project data and equipment and material substitutions shall be as specified in the Technical Provisions, Section 01340, 01341 and 01640 respectively. 12. BID SECURITY Each proposal must be accompanied by certified check of the bidder cashiers check, postal money order or a bid bond payable to the owner and duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner in the amount of 5 percent of the bid unless applicable law requires less. Such checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the con- tract, or, if no award has been made within 45 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. Instructions to Bidders - 3 Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 13. WITHDRAWAL OF PROPOSAL A proposal may be withdrawn at any time prior to the scheduled closing time for filing proposals. This may be done by the bidder in person or upon his telegraphic or written request. A telephoned request for withdrawal of a proposal will not be recognized. If withdrawal is made personally, a written acknowledgment thereof will be required. After the scheduled closing time for filing proposals, no bidder will be permitted to withdraw his proposal unless no award of contract has been made prior to the expiration of 45 days immediately following the date when proposals are opened. Proposals received after the scheduled closing time will be returned to the bidder unopened. 14. OPENING PROPOSALS All proposals received prior to the scheduled closing time and which are not withdrawn as above provided will be publicly opened and read aloud even though there may be irregularities or infor- malities therein, except that any proposal which is not signed, will not be read and, consequently, will be rejected without consi- deration. 15. TIME OF COMPLETION The time of completion of the work contemplated by this contract shall not be extended or changed by the fact that there will, of necessity, be a certain period of elapsed time between the date of receiving proposals and the signing of the written instruments by all parties thereto. In specifying the dates for completion, it has been assumed that a period of not more than 60 days will elapse between the opening of the proposals and the submission to the Contractor of the written contract for his execution. If the above period exceeds this amount, the bidder will be released from his bid bond unless by written notice to the Owner the Contractor has granted the Owner an extension time for the official award of the contract. 16. AWARD OF CONTRACT Within 45 calendar days after the opening of the proposals, the Owner will accept one of the proposals or reject all bids. 17. BASIS OF AWARD The award will be made to the responsible Contractor who submit the lowest acceptable proposal on the schedule determined, either arbitrarily or with reason, to be in the best interest of the Owner. Within 10 days after receiving the contract documents from the Owner, the successful bidder shall sign the contract. Instructions to Bidders - 4.pa 18. AFFIDAVIT OF NONCOLLUSION The Owner reserves the right to require that any bidder, before being awarded a contract, shall execute a noncollusion affidavit in such form as will satisfy the Owner that the bid offered is genuine, is not a sham or collusive and in no respect or degree is made in the interest or on behalf of any person, firm or corporation not named in the proposal containing such bid. 19. REJECTION OF PROPOSALS The Owner reserves the right before or after opening, to reject any or all proposals or to waive any informalities therein if it is believed that the best interest of the Owner will be served thereby. Instructions to Bidders - 5 PROPOSAL TO FURNISH ALL NECESSARY LABOR, TOOLS, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FOR THE CONSTRUCTION OF THE PORTABLE GENERATOR AND MODIFICATION OF FIVE PUMP STATIONS FOR THE CITY OF TUKWILA, ALL IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS, THEREFOR. Name of Bidder Street Address City /Zip Code Telephone Contractor's State License No. Contractor's State Tax Registration No. To The Honorable Mayor and City Council City ofTukwila Tukwila, Washington Gentlemen: This proposal is submitted as an offer by the undersigned to enter into contract with the city of Tukwila, Washington, here- inafter referred to as Owner, for furnishing of materials, labor, tools, equipment and services required for the construction of the Portable Generator and modification of five Pump Stations for the Owner, as shown by those plans and specifications, and which are a condition hereof with the same force and effect as though they were attached hereto. This offer is conditioned on the following declarations as to the acts, intentions and understand- ings of the undersigned and the agreement of the Owner to the terms and prices herein submitted. 1. All of the specifications and the drawings which are listed therein have been examined by the undersigned and their terms and conditions are hereby accepted. 2. It is understood that the contract drawings and specifications may be supplemented by additional drawings and specifications and it is agreed that such supplemental drawings and specifications, when not in conflict with those referred to in paragraph 1 above, will have the same force and effect as if completed and attached hereto and that when received they will be considered a part of the contract documents. 3. It is understood that all the work will be performed under a lump sum or unit price and that for said lump sum or unit price all services, materials, labor, equipment and all work necessary to complete the project in accordance with the plans and specifications shall be furnished for the said lump sum or unit price named. It is understood that the quantities stated in connection with the price schedule for the contract submitted Proposal - Page 1 herewith are approximate only and payment shall be made on the unit prices named for the actual quantities incorporated in the completed work. If there shall be an increase in the amount of the work covered by the lump sum price, it shall be computed on a basis of "extra work" for which an increase in payment will have been earned and if there be a decrease in the lump sum payment, it shall be made only as a result of negotiation between the undersigned and the Owner. Furthermore, it is understood that any estimate with respect to time, materials, equipment or service which may appear on the plans or in the specifications is for the sole purpose of assisting the undersigned in checking his own independent calculations and at no time shall the undersigned attempt to hold the Owner, the Engineer or any other person, firm or corporation responsible for any errors or omissions that may appear in any estimate. 4. The undersigned will furnish the bonds required by the specifications and comply with all the laws of the Federal government, State of Washington, King County and the City of Tukwila which are pertinent to construction contracts of this nature even though such laws or municipal ordinances may not have been quoted or referred toin these specifications. 5. The cash, certified check or bid bond accompanying this proposal shall be forfeited to the City of Tukwila, Washington, to the extent of five percent (5 %) of the amount of the bid in case this proposal is accepted by the Owner and the undersigned shall fail or refuse to execute the contract and furnish a performance bond as required by the specifications within the time limit named therein after notification that said proposal is accepted, all in accordance with provisions of this proposal and the plans and specifications which are a part hereof. 6. All scheduled items of the contract for which forms are provided herein have been completed in full by showing of a lump sum or unit price for each and every item thereof and by the showing of other information indicated by the proposal form. The undersigned submits the lump sum and unit price or prices set forth herein as those at which he (or they) will perform the work involved. The extensions in the column headed "Total Computed Price" are made up for the sole purpose of facilitating comparison of bids and if there are any discrepancies between the unit prices and the totals shown, the unit prices shall govern. The undersigned acknowledges that he has filled out all required forms in their entirety and accepts the sole responsibility for their completion. 7. The undersigned agrees that the "Time of Completion" shall be as defined in Section 01010 of the specifications and that he will commence the work within 10 consecutive calendar days after "Notice to Proceed" has been issued by the Owner. Bidder further agrees to pay as liquidated damages, for each calendar day thereafter, the sum of Three Hundred Dollars ($300) Proposal - Page 2 for each day the project remains incomplete. 8. The Contractor's bond shall remain in full force and effect for 12 months following the acceptance of the project by the Owner. The bond shall be executed by a surety company authorized to do business within the State of Washington and it shall be subject to the approval of the attorney for the Owner. 9. In order to establish a basis of quality, certain processes, types of machinery and equipment of kinds of materials may be specified herein, by designating a manufacturer by name and referring to this brand or product designation. It is not the intent of these specifications to exclude other processes, equipment or materials of a type and quality equal to those designated unless otherwise designated. 10. The undersigned, as bidder, acknowledges that Addenda Numbers through have been delivered to him and have been examined as part of the contract documents. 11. In naming the following prices it is understood that they include all use taxes as well as all items of material and work required to complete the contract in accordance with the plans and specifications. In addition, Washington State sales tax shall be added to the subtotal. If any material, item, or service required by the plans and specifications has not been mentioned specifically among the various items, the same shall be furnished and placed with the understanding that the full cost to the Owner has been merged with the appropriate lump sum or unit prices named below. 12. In naming the following prices the undersigned states that the price quoted represents solely the cost of performing the work. 13. The undersigned proposes to furnish labor, materials, equipment and services of all kinds required for the construction of the portable generator and modification of five pump stations as required by the plans and specifications and this proposal for the prices in accordance with the completedschedule of contract prices as follows: Proposal - Page 3 SCHEDULE OF CONTRACT PRICES PORTABLE GENERATOR AND MODIFICATION OF FIVE PUMP STATIONS FOR THE CITY OF TUKWILA, WASHINGTON Contract Estimated Unit Price Total Computed Item No. Description Quantity Words & Figures Price(Figures) 1. Portable Lump Sum $ Generator dollars and 2. Modification Lump Sum of five Pump Stations cents ($ dollars and cents ($ Total Computed Price $ Washington State Sales Tax at 7.8% $ TOTAL CONSTRUCTION PRICE $ Proposal - Page 4 The foregoing prices shall include all labor, materials, equipment, overhead, profit insurance and all other incidental expenses to cover the finished work called for. Dated at Name of Bidder Address (legal name of firm or corporation) Signature of Bidder: (Official Title) this day of , 19 (State of Incorporation, if incorporated) NOTE: 1. If the bidder is a co- partnership, so state, giving firm name under which business is transacted. 2. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. 3. If no bid is submited, kindly mark "NO BID" and return to Finance Director, City, Tukwila, Washington. 4. A bid must be received on all items. If any are left blank or represent $0.00, the bid will be disqualified. Proposal - Page 5 BID BOND DEPOSIT Herewith find deposit in the form of a certified check, cashier's check, postal money order, or bid bond in the amount of $ , which amount is not less than five percent of the total bid. Title: BID BOND KNOW ALL MEN BY THESE PRESENTS: That we as Principal, and as Surety, are held and firmly bound unto the City of Tukwila as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. 19 SIGNED, SEALED AND DATE THIS DAY OF Principal Surety Received return of deposit in the sum of $ , 19 By: STATEMENT OF BIDDERS QUALIFICATIONS Each Contractor bidding on work included in these Contract Documents shall prepare and submit the following data: 1. Name of Bidder 2. Business Address 3. How many years have you been engaged in the contracting business under the present firm name? 4. Contracts now in hand. Gross Amount $ 5. General character of work performed by your Company 6. List of similar projects completed by your company during last 5 years, including approximate cost: 7. List your major equipment 8. Bank references 9. State of Washington Registration No. Company Authorized Signature Title Telephone Number CERTIFICATION OF NONSEGRATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segrated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. s 1001. Date , 19 Official Address: BY (Name of Bidder). (TITLE) (City, State, Zip) (Name of Project) AGREEMENT* THIS AGREEMENT, made and entered into this day of , 19 , by and between (the official name, form of organization, and address of Contractor -if partnership, hereinafter called the "Contractor" and name of partners) (the official name, form of organization, and address of Owner) hereinafter called the "Owner ". WITNESSETH THAT: WHEREAS, pursuant to the invitation of the Owner, extended through an officially published "Advertisement for Bids," the Contractor did in accordance therewith, on the day of , 19 , file with the Owner a proposal contain- ing an offer which was invited by said notice; and WHEREAS, the Owner has heretofore determined that said offer was the lowest and best submitted: NOW, THEREFORE, IT IS AGREED: First: That the Contractor shall comply in every way with the requirements of those certain specifications entitled: (Official title of the specifications and a statement of the limits to • which they apply) Second: That in consideration of faithful compliance with the terms and conditions of this Agreement the Owner shall pay to the Contractor at the times and in the manner provided in said speci- fications the total sum of (the basic contract price both in words and figures) which sum is subject, however, to increase or decrease in such proportion as the quantities named in said proposal are so changed, all as in said specifications and proposal provided. 8 -71 Agreement - 1 Third: That the time of completion is (the number of days, the limiting date, or other provision which is consistent with the proposal) Fourth: That the contract documents which are hereby made a part of this Agreement by actual attachment or by this reference thereto are as follows: 1. The "Advertisement for Bids" -being the invitation to submit a proposal; 2. The Specifications named above by title; 3. The Detailed Plans listed and described in said specifications, together with those which may be issued as supplements thereof; 4. The Proposal of the Contractor, which was submitted on 19 , the original or a conformed copy of which is hereto attached and marked "Exhibit A ". 5. The Standard Specifications for Municipal Public Works Construction, 1981 edition, published by the Washington Chapter of the American Public Works Association, which specifications are the General conditions of this contract. IN WITNESS WHEREOF, said Contractor and said Owner have caused this Agreement to be executed on the day and year first above written. (Seal) Contractor By And Owner By And (Title) (Title) *Note: This form is subject to change by the attorney or other person authorized to represent the Owner. 8/83 Agreement -2 BASIC PJT3067 /WP246 /B RETAINAGE INVESTMENT OPTION Contractor: Project Name: Date: Project Number: Pursuant to RCW 60.28.010, as amended, you may exercise an option as to how retainage under this contract will be invested. Please complete and sign this form indicating your preference; if you fail to do so, the City will deposit the funds in a Guarantee Deposit account, and you will miss the benefit of any interest earned. Select one of the following options by checking the box and filling in the required information: 32 1. Savings Account: Money will be placed in an interest - bearing account; the interest will be paid to you directly, rather than kept on deposit. If you prefer a particular bank, state its name: 32 2. Escrow /Investments: The City will deliver retainage checks to a selected bank, pursuant to an escrow agreement. The bank will then invest the funds in securities or bonds selected by you, and interest will be paid to you as it accrues. Preferred bank: Securities /bonds: 32 3. Guarantee Deposit: Retainage will be deposited in a manner selected by the City; no interest is payable to the Contractor. Retainage is normally released 30 days after final acceptance of the work, or following receipt of labor and Industries /Department of Revenue clearance, whichever date is the later. Retainage on landscapting work may be retained longer, due to its seasonal nature. State law allows for limited early release of retainage in certain circumstances. (Contractor's Signature) (Title) PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the Contractor named in the Contract hereinafter referred to as PRINCIPAL, and as SURETY, are held and firmly bound unto the State of Washington, and unto hereinafter called and also being the OWNER named in said contract, in the penal sum of DOLLARS ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, assigns, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that Whereas, the Principal entered into a contract with the Owner, dated 19 , for Work in onnection with the Owner's Project in County of , State of Washington. AND THAT WHEREAS, the Owner has a permit to constuct upon certain roads and RightofWay of County, all of which construction is covered by the Owners contract with the principal. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform all of the provisions and fulfill all of the undertakings covenants, terms, conditions and agreements of said contract during the period of the original contract and any extensions thereof that may be granted by the Owner, with or without notice to the surety; and during the life of any guaranty required under the contract; and shall also well and truly per- form and fulfill all of the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifi- cations of said contract that may hereafter be made; notice of which modifications to the surety being hereby waived; and fur- thermore shall pay all laborers, mechanics, and subontractors. and material men and all persons who shall supply such person or persons and such principal or subcontractors with provisions and supplies for the carrying on of such work, shall indemnify and save harmless owner from all cost and damage by reason of the principal's default or failure to do so, and shall pay the state of Washington sales and use taxes, and amounts due said state pursuant to Titles 50 and 51 of the Revised Code of Washington then this obligation to be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their spearate seals this day of 19 the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: By: PRINCIPAL Title: ATTEST: (If Corporation) By: Title: Corporate Seal: By: SURETY Title: ADDRESS Corporate Seal: CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that who signed the said Bond on behalf of the Principal was of said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary A copy of this bond shall be filed with the County Auditor, except in the case where the contract is with a City or Town.